Loading...
HomeMy WebLinkAbout05415 - TRI STAR CONTRACTING CITYWIDE SEWER REPAIRS BOGERT TRAIL/BONAIR DRIVE • CITY OF PALM SPRINGS CALIFORNIA P.O.Box 2743,Palm Springs,California 92263,(760)323-8253 Department of Public Works and Engineering NOTICE OF ACTION FOR: ■PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS TO: ACCEPTANCE DATE: March 21,2007 Tri Star Contracting,Incorporated PROJECT: CP#06-04,Citywide Sewer Repairs 15-501 Little Morongo Road Desert Hot Springs,CA 92240 AGREEMENT NO- 5415 MINUTE ORDER NO. 7654 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PTTRT.IC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing L.F. Curbing L-F_ ARHM Street Paving 7,032 S.F. Street Paving S.F. Sidewalks S-F- Sidewalks S.F. Driveway Approaches S-F- Driveway Approaches S.F. Bike Paths EA. Bike Paths S.F. Sewer Mains 680 L.F. Sewer Mains L.F. Sewer Laterals 80 L.F. Sewer Laterals L.F- Adjust Sewer Manholes 1 EA. Sewer Manholes EA. Storm Drains L.P. Stone Drains L-F- Survey Monuments EA- Survey Monuments EA. Adust Water Valve EA. PCC Paving 1,600 S.F. Location, Roacrt Tmil100 feet cast of South Palm Canyon Drive and Bonnir Drive$0 feet east of Granada Avenue-Pal�nrinvs,California. C.P.S.Drawing No(s)- Plans&S ifimtioos Permit No. 4171-019 Contractor(s)actually doing the work Tri-Star Contrac_tin¢,Incorporated;Kemp&Kemp;Spartan Concrete Cutting- Notify your bonding company/bank to release the following bonds: r No. 726319P in theamount of S 181,256 Performance No. 726319P in the amount of$181,256 ,T Payment No. in the amount of$ �Monuments No. in the amount of S Maintenance Security No. in the amount of S Correction&Repair Construction bond in the amount of S for Engineer. CITY ENCINEF.R Bond CoJBank: Indemnity Com an,y of California _ r r w - Comments:FINAL C TRA T O TNT:5173 569.94 - - Submiuod by: Dated: z v a 7 - ea Senior Public Works inspector C - Y!7/J Approved by: Y, Dated; � d Director of Public Works/City Engineer Distnbutran:Original to Engineering CP Fily CoFi" to.Addresst:c,City Clerkr_NOA Binder,Street Maintenance Manager,Building.and Facilities Index No. 0704 D€?C # 2007-0276257 04/25/2007 08:00A Fee:NC Page t of 1 Recorded in Official Records County of Riverside Larry W. Ward Assessor, County Clerk & Recorder IIIII II IIII I II I I III II I II 1111111111111 IT IN S R U PAGE SIZE DA MISC LONG kNCHG COPY I r Recording Requested By And M A L 465 426 PCOR NCOR SMF EXAM When Recorded Return To: Grp City of Palm Springs Attn:City Clerk P.O.Box 2743,Palm Springs,CA 92263-2743 (SPACE ABOVE THIS LINE FOR RECORDING USE) (EXEMPT FROM RECORDING FEE PER GOV CODE§6103) NOTICE OF COMPLETION 802 NOTICE IS T�E1tEBY given that: 1. The City of Palm Springs,California,is aMunicipal 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 of the City of Palm Springs is City Hall,3200 E.Tahquitz Canyon Way,Palm Springs,California(P-0-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 21"day of March, 2007. S. The name of the contractor(if named)for such work of improvement was:Tri-Star Contracting,incorporated,15-501 Little Morougo Road,Desert Hot Springs,CA 92240. 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:Citywide Sewer Repairs. 7. Nature of Interest:Fee Owner S. The property address or location of said property is:Bogert Trail 300 feet east of South Palm Canyon Drive and Bonair Drive SO feet east of Granada Avenue,Palm Springs,California. 9- City Project No.06-04,Agreement Number:5415,Minute Order Number: 7954 CITY OF PALM SPRINGS: REVIEWED BY:" �,/ r DATED: !"Z n 7 Senior Public Works Inspector 20� MFr-e-i—yv—y` /�7 BY; (z DATED:_1, Director of Public Works/City Engineer David J.Barakian JAMBS THOMPSON,being duly sworn,says: That he is the City Clerk of the aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation;that he has read the foregoing Notice of Completion,and knows the contents thereof,and that the facts stated therein are true; that as said City Cleric,he makes thisyerifrcation on behalf of sai municipal corporation. City Clerk-James Thompson Index No. 0407 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Tri.Star Contracting, Inc Date: April 16, 2007 15-501 Little Morongo Rd. Projuct No.: 06.04 Desert blot Springs, CA 92240 Project: Citywide Sewer Repairs Change Order No.: One (1) Contract Purchase No.: 716225 Account Numbers: 4Z.D-6800,50000 Minute Order No.: 7954 Agreement No.: 5415 CHANGES IN WORK/COST Increase/Decrease to Contract Quantities Schedule A(Bogert Trail) Item No. 4 Remove AC Pavement 138 SF @ $2.25/SF $310.50 Item No. 6 3" AC Pavement 138 SF @ $4.00/SF $552.00 Item No. 8 6" Misc. Base 138 SF @ $1.19/SF $164,22 Item No. 13 Striping -1 Lump Sum (-S1,256.40) Schedule B (Bonair Drive) Item No. 4 Remove AC Pavement - 906 SF @ S2.25/SF (42,038.50) Item No. 5 25' AC Pavement - 906 SF @ S4.00/SF (-$3,624.00) Item No. 6 4" Misc. Base - 906 SF @ SI.98/SF (-$1,793.88) TOTAL NET CHANGE ORDER DECREASE AMOUNT (-S7,686.06) REASONS FOR CHANGES: All increases and decreases to the contract quantities were due to the actual quantity required in the field being more or less than the original estimate. Note: No additional mark ups will be added to any item on this Change Order.All costs are final. D. SOURCE OF FUNDS The following account will be credited:470-6800-50000 1 Summary of Costs Contract Time Original Contract Amount $181,256.00 Original Completion Dare: March 21,2007 This Change Order: $(7,686.06) Days Added for this C.C.O.: ---0-- Previous Change Order(s): $0 Previous Days Added: -•0-- Revised Contract Amount: $173,569.94 Revised Completion Dare: Match 21,2007 I have rcccrved a copy of this Change City Appro 1: 1 Order and the above AGREED PRICES are acceptable to the contractor. Subnutted by Dare Senior Public Works Inspector EY Approved by /--- Dace ;/-7"7 C tactyr Cuy�Engineer Dare l ��� 'O Approvedby Date :ty anager Attest a City Clerk - - Distribution: _ OrlHinal Executed Copies Conformed-File Cop v Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) APPROVED BY CITY COUNCIL APPROVED BY CITY MANAGER a 2 AGREEMENT THIS AGREEMENT made this a0— day of in the year 2021, by and between the City of Palm Springs, a charter ohy, 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 Tri Star Contracting 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: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 The Work is generally described as follows: Removal and replacement of 200 linear feet of 8 inch diameter, and 480 linear feet of 12 inch diameter V.C.P. sanitary sewer main; removal and replacement of existing 4 inch diameter V.C.P. sanitary sewer laterals; removal and replacement of existing asphalt concrete and Portland cement concrete pavement; sheeting, shoring, and bracing (or equivalent method); traffic control; and all appurtenant work at the following locations: 1. Bogert Trail, 300 feet east of South Palm Canyon Drive 2. Bonair Drive, 80 feet east of Granada Avenue 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 Section 2 of the Special Provisions. 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 c� provisions of the Standard Specifications, as modified herein. They also recognize the i y 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 e. delay (but not as a penalty), the Contractor shall pay the City the sum of $3,000 for each calendar day that expires after the time specified in Section 2 of the Special Provisions. 5= CITYWIDE SEWER REPAIRS < CITY PROJECT NO.06-04 AGREEMENT FORM 1111106 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 Contractors Bid and Bid Schedule(s). ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidders General Information, Bid Security or Bid Bond, this Agreement, Workers 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. 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. CITYWIDE SEWER REPAIRS AGREEMENT FORM CITY PROJECT NO.OGOA AGREEMENT AND BONDS-PAGE 2 1111106 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. -=iATTE3T:_ APPROVED BY THE CITY COUNCIL: CITY OF PALM SPRINGS, CALIFORNIA Minute Order No. 7984 Date 1/3/07 Gity Clerk Agreement No. n5415 APPROVEDO O FOR By APPROVED BY CITY COII^JCIL City Attorney Date o: o CONTENTS APPROVED: By City Engineer Date City Marf g Date CITYWIDE SEWER REPAIRS AGREEMENT FORM CITY PROJECT NO,06.04 AGREEMENT AND BONDS-PAGE 3 11/1106 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 Financi�fficer. CONTRACTOR: Name: i ri eck one:_Individual—Partnership VCorporatien Address: I By _ (� I� Signature(notarized) Signature (notarized) ` Name:l Lr,vLf We&5 Name: � Title: ✓ebI Pu' 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 rcyrrlia� C7 State of born;0� ❑ County of s nss County of ❑ss On� 22-, 2--c'05F On before me I 4'. .&vc� before me, q , Pei sonally appeared_� W wS-, personally appeared n ✓� personally known to me ferTwuved-to-rn7­UnT7W personally known to me (eF prgygd to me ^^ the to be the person(s} e) to be the person(s whose name(s1 whose name(st is -and acknowledged to me that -44stwfneat and acknowledged to me that heEshekhey. executed the same in hisfhe t hefsheAhey executed the same in hisfherttheir authorized capacity(ies), and that by his/-I;i hetr- authorized capacity(ies-and that by his'n;er4their signature(s) on the instrument the persorr(s), or signature(s'fan the instrument the person(s}, or the the entity upon behalf of which the persop�Q entity upon behalf of which the persons} acted, acted, executed the instrument, executed the instrument. WITNESS my hand and official seal_ WITNESS my hand and official seal. Notary Sig,:, Notary Signature //A Notary Seal: Notary Seal: DIANA 11.CHAVEZ DIANA Q.CHAVEZ 0mircomm. Cammletlon* 1684a01 commission N 1684E01 Notary Public-Callfomlo 41MYCOMM.ExplirmiL, Notary Public-CollforNORNerslde CountyRiverside CountyExpireeJul29.201 f ,201 AGREEMENT FORM AGREEMENT AND BONDS- PAGE 4 .dxm9.ie�.�{'C.�.waSwxSn..i.,Ch�_.�..��..v�Ap•u!(' �.t. ��..rr a��..�-.�� �'�t.�..`.�.�,�....�fs��� ,.^`G^_ -• _ .'.Liu Y'D'�.� •�� .1;,�,.,q�- _a W Ff y'rC'r.V i.1�.5 f".-.�y'N `�i7::S.PS`'b6,.�.G,rr'.r';InC�VVUi�`^°ygµ�jr ! � .�^Ty��;^�]sy ;err __�r,+few: �nrnCi✓yNl � ::�: BIDDER'S GENERAL INFORMATION The Bidder shall fumish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIPD ER/CONTRACTOR'IS Name and Street Address: 2. CONTRACTOR'S Telephone Number: (``J(po) Facsimile Number. (7((() ) �� J ^ �y 3. CONTRACTOR'S License: Primary Classification A :F3 State License Number(s) (-M 51 L3 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): l :DIrCo� 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 ]jtitles of the principal officers of the corporation or firm: lLllr�l �4 1� I�� ~�ie�✓III% CITYWIDE SEWER REPAIRS CITY PROJECT NO,0"4 BIDDER'S GENERAL INFORMATION 11/1106 BID FORMS- PAGE 10 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: �ni•4§ti���F.Ci,1Cl� ��vl�� I a. Owner i I .(0_ Address tk 10D l 1a411lV)(1-6 Lrl? +305�O Cvntact� 7 �1415 - 'r-CI VJCtZ �]ur�4a, Cli'' `72z-D 3 GTTassofWork �d,Axy- Phon 10`}l: IDD Contract Amount ZS. CID Project 1 Ji 1 !ayA'�1 Cg'ir{, Date Completed Contact Person✓fl146111 L,}IIIiS Telephone numbe Lc1,2 b. OwneTmdlj;u,Au,�Yio�1 `W/V� ,LaAddress' s7Lf�S�tv �lr�f{u�—`� nt se , �Y/1 �J�LGb Contact 6 v1 Class of Work 5-;c cam Phon4l/rODj?)I—c`l-I L ContractAmount Project W, Date Completed Contact))Person I' Telephone number J C. Owner iC ( �& Address P.o. i r'k ID, 1L ejP�I UL6rL O�C, 04-7:2)�,7 ContactynYVl Glass of Work Ph:1OU�7� C 3 Contract Amount_� _S, �C'GCSC Project /d-r U r Date Completed Contact Person13 i$ Telephone number : /CO1 10. List the name and title of the person who will supervise full-time the proposed work for your � Cti firm: L>> 6Lrl 7 - 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. CITYWIDE SEWER REPAIRS CITY PROJECT NO,06.04 BIDDER'S GENERAL INFORMATION 1111106 610 FORMS-PAGE 11 SNDDOCUMENTS 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 Nan-oollusion 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. CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 11/1/06 COVER SWEET 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: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 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. CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 BID (PROPOSAL) 1111106 BID FORMS-PAGE 2 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidders General Information, and Bid Bond contained in these Bid Fortes, 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: By: - (Signature) Title: r CITYWIDE SEWER REPAIRS CITY PROJECT NO,06.04 BID (PROPOSAL) 1111106 RID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for the Construction of the: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 BOGERT TRAIL Item Description Estimated Unit Unit Amount No. Quantity Price 1 Initial Mobilization --- LS $11000.00 2. Traffic Control --- LS $ 2 ao•o0 3 Sheeting, Shoring&Bracing (or _-- LS $ Equivalent Method) 4, Remove Existing A.C. Pavement 5,600 SF $ 2 S $ /Z 600• °o 5• Remove Existing P.C.C. Pavement 3,600 SF $ ZT'S $ 6 )CO . CIO 6. Construct 3"A.C. Pavement 5,600 SF $ `/' cc 7• Construct 6" P-C.C. Pavement 3,600 SF $ 9 $ 3Z,3z�'_oo 8. Construct 6" Crushed Miscellaneous 9,200 SF $ $ I� Base 9 Remove & Replace 12"V-C.P. Sewer 480 LF $ 3v-37 $ Main 10. Remove &Replace Sewer Manhole 1 EA $ 11 Remove & Replace 4"V-C.P. Sewer 30 LF $ /0C pD $ °�•pO Lateral 12• Adjust Sewer Manhole to Grade 2 EA $ Z75`an $ !; o,,go 13. Traffic Striping --- LS $ V TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ /33 iao (Price in figures) 010E J�J ,.04ED TihV,`,ry Tr��c✓6 1 r�Us4 9J odk' l�L;AJ ����G.4- S Price in words Name of Bidder or Firm CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 BID SCHEDULE A 11/1/06 BID FORMS-PAGE 4 BID SCHEDULE B Schedule of Prices for the Construction of the: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 BONAIR DRIVE Item Description Estimated Unit Unit Amount No. Quantity Price 1 Initial Mobilization --- LS 5 000.00 2• Traffic Control --- LS 3 Sheeting, Shoring & Bracing (or LS $ ( oc Equivalent Method) 4. Remove Existing A.C. Pavement 2,200 SF $ Z.Zs $ 5. Construct2l/z"A.C. Pavement 2,200 SF $ Y OO $cam g Construct 4" Crushed Miscellaneous 2,200 SF Base T Remove & Replace 8" V.C.P. Sewer 200 LF $ $ 7_ 000. 00 Main g Remove & Replace 4' V.C.P. Sewer 50 LF $ 1 C0• °o $ 500 -oo Lateral g Adjust Sewer Manhole to Grade 1 EA $ TOTAL OF ALL ITEMS OF BID SCHEDULE B: / $ 'a /J�la . 06 V (Price in figures) ,� (Price in words) i 5-14-4 Name of Bidder or Firm CITYWIDE SEWER REPAIRS CITY PROJECT NO-0"4 1111105 BID SCHEDULE 8 810 FORMS-PAGE 5 BID SUMMARY Schedule of Prices for the Construction of the: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 TOTAL OF ALL ITEMS OF BID SCHEDULES A AND B (BASIS rF AWARD): $ 8/ ZS6, oa (Price in figures) ` V me 7W�'s.40D I �Yc )"-'jDg6) i Y sib( 7oLL-717tS (Price in wards) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedules 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 Schedules for the deleted item of Work. -77t 5 - Name of Bidder or Firm CITYWIDE SEWER REPAIRS CITY PROJECT NO-06.04 11/1106 BIM SUMMARY 610 FORMS-PAGE 6 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or 570,000.00, 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 9.l�01'll":r�� („'i��l�' �D17��� T '���� �� l:�''1`I LLlrl G'�✓1 p Yl 7 3. 4. 5. 6. 7. 8. CITYWIDE SEWER REPAIRS CITY PROJECT N0.06-04 1!1/06 LIST OF SUBCONTRACTORS BID FORMS-PAGE 7 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of ) 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 CITYWIDE SEWER REPAIRS CITY PROJECT NO.06.04 NON-COLLUSION AFFIDAVIT 1111106 BIO FORMS-PAGE 8 BID BOND KNOW ALL MEN BY THESE PRESENTS, � That II ti stn y, I ' as Principal, and I �I �JrA�I�' YY�Gi»2 C! as Surety, are held and firmly bound unto the C' of Palm Springs, hereinafter called the "City' in the sum of: �.iq tll�r e�-i hau5� C--*_Y1urMj arIA - WeA-Lu -six dollars J (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents- WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the Citys Contract Documents entitled: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED, this la day of [� -h 6ffx- 200_6e. 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:,AWD B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Off). By SURETY: Signature (NOTARIZED) Print Name and Title: Teo By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: r CITYWIDE SEWER REPAIRS BID BOND (BID SECURITY FORM) CITY PROJECT 06-04 1111f06 BID FORMS-PAGE 9 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of _iV_USll J fZ Q� On before Fnie, LJ lojq(L' ('y 111,1}P Date . ��m and rltlepot Mice (v.9 Jane Doe Noea Public") personally appeared YL Nanie(s)of S19ne1 taJ personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s)whose name(s)-Ware subscribed to the within instrument and acknowledged to me that -t+efshe/they executed the same in insfhedtheir authorized nu�NA Q.CRAM capacity(ies), and that by-htsrtter/their signature(s) on the COQ1OftlOB*1684801 instrument the person(s), or the entity upon behalf of -` RKW*W Ca+th'am ° which the person(s) acted, executed the instrument. MrCv nm&Pbm JW 29,Zol WITNESS y hand and official al. f Place Notary Seal Above turn of Notary P li OPT/ONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General _ _ ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact ❑Attorney in Fact ' ❑ Trustee Top of thumb hLro [I Trustee Top of thumb Mare ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 92005 National Notary Asauclabon•9330 De Solo Ave PO Box 2d02•Chatsworth CA 91313.2402 Ilvm No 5907 Reardcr Call Toll-Free 1-800-97G.6827 1 CITY PROJECT NO . 06-04 ' The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: 1 gum" W x Marcus 1. Fuller a MmG � Assistant City Engineer * Up'1 67 ' Civil Engineer C 57271 pry C L �tP N °PCALW ' Approved by: 1 ' David J. Barakian, P.E. City Engineer Civil Engineer C 28931 1 ' 2005/2006 8 2006/2007 ARHM OVERLAY CITY PROJECT NO.05.22 SIGNATURE PAGE 10/26/06 1 NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND ' SPECIAL PROVISIONS TABLE OF CONTENTS ' PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) ' Bid Schedule List of Subcontractors Non-collusion Affidavit ' Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART II -- SPECIAL PROVISIONS ' Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work ' Section 4 _ Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work ' Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10 - Construction Details PART III --APPENDICES APPENDIX "A" Standard Drawings 1 CITYWIDE SEWER REPAIRS CITY PROJECT NO.06.04 1111106 SPECIAL PROVISIONS GENERAL CONTENTS- PAGE 1 ' CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT 1 PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS ' CITYWIDE SEWER REPAIRS ' CITY PROJECT NO. 06-04 Notice Inviting Bids ' Instructions to Bidders Bid Forms ' Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bidders General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form ' Worker's Compensation Certificate Performance Bond Payment Bond ' Certificate of Insurance W fY fF Ye F 1 1 CITYWIDE SEWER REPAIRS CITY PROJECT NO,06-114 1111106 PART 1 CONTENTS PAGE1 CITY OF PALM SPRINGS NOTICE INVITING BIDS CITYWIDE SEWER REPAIRS City Project 06-04 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Citywide Sewer Repairs, City Project No. 06-04, will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on Tuesday, December 12, 2006, at ' which time they will be opened and read aloud. The Engineer's Estimate is $300,000. N-2 DESCRIPTION OF THE WORK: The Work comprises removal and replacement of ' 200 linear feet of 8 inch diameter, and 480 linear feet of 12 inch diameter V.C.P. sanitary sewer main; removal and replacement of existing 4 inch diameter V.C.P. sanitary sewer laterals; removal and replacement of existing asphalt concrete and Portland cement concrete ' pavement; sheeting, sharing, and bracing (or equivalent method); traffic control; and all appurtenant work at the following locations: 1. Bogert Trail, 300 feet east of South Palm Canyon Drive 2. Bonair Drive, 80 feet east of Granada Avenue N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedules A and B, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. 1 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 sum of Bid Schedules A and B, 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 C34 Contractor license at the time of submitting bids. N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all ' local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. t 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 CITYWIDE SEWER REPAIRS NOTICE INVITING BIDS CITY PROJECT NO,06-04 PAGE 1 11l1/06 1 portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. ' N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City ' Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $50.00 per set and i 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 iof the Bidder. N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name i and address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashiers check or Bid Bond shall be enclosed in the same envelope with the Bid. Date. 6 /, �v G ' BY David J. Barakian, PE Director of Public Works/City Engineer i 1 1 i i i CITYWIDE SEWER REPAIRS CITY PROJECT NO.06.04 NOTICE INVITING AIDS 1111106 PAGE 2 1 ' CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer' shall be as defined in the Special Provisions. ' 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," bound herein. ' Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, ' partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— ' a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local ' laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the ' CITYWIDE SEWER REPAIRS CITY PROJECT N0,06-04 INSTRUCTIONS TO 1 V1106 BIDDERS-PAGE 1 ' City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions- (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems ' necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. ' (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey ' understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect- ' 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 INSTRUCTIONS TO 11/1/06 BIDDERS-PAGE 2 1 ' a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the ' amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond ' as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. ' 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 Bidders 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 fumish 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 ' CITYWIDE SEWER REPAIRS INSTRUCTIONS TO CITY PROJECT N0.06-04 BIDDERS-PAGE 3 11/1106 expressly or by' implication agree that the actual amount of work or material will correspond therewith. ' (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished Shall be paid for according to the unit prices established for such work under the Contract ' Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such ' written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13, MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without ' interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14, LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. ' 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the ' Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions_ ' 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all ' the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such ' alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall ' execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 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 ' CITYWIDE SEWER REPAIRS INSTRUCTIONS TO CITY PROJECT NC-06-04 1111106 BIDDERS-PAGE 4 1 Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. ' 18. WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION -- (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor. For any contract for services, including construction services, a reciprocal ' preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal ' preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. ' (b) For all contract Bids proposing sub-contractors, (1) The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises, and to sub-contract services to businesses whose work force resides within the Coachella Valley ("local sub-contractor"). (2) The prime contractor shall submit evidence of such good faith efforts at the ' time of submission of Bids. Good faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub- contractors are qualified to perform the work or supply the materials or equipment. (3) Any notice inviting Bids which may require the use of sub-contractors shall ' include notification of this subdivision. (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - 1 1 ' CITYWIDE SEWER REPAIRS INSTRUCTIONS TO CITY PROJECT NO.06.04 1111/06 BIDDERS-PAGE 5 1 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. ' Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 1 1 1 1 CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 11/1/06 COVER SHEET BID FORMS-PAGE 1 ' BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 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. ' CITYWIDE SEWER REPAIRS BID (PRgPOSALI CITY PROJECT NO-06-04 1111106 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). 1 Bidder: By: (Signature) Title: 1 CITYWIDE SEWER REPAIRS BID (PROPOSAL) CITY PROJECT NO.06-04 11l1l06 810 FORMS-PAGE 3 ' BID SCHEDULE A Schedule of Prices for the Construction of the: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 BOGERT TRAIL. Item description Estimated Unit Unit Amount No. Quantity Price ' 1• Initial Mobilization --- LS $10.000.00 2. Traffic Control LS ' 3 Sheeting, Shoring & Bracing (or --- LS $ Equivalent Method) ' 4. Remove Existing A.C. Pavement 5,600 SF $ $ 5• Remove Existing P.C.C. Pavement 3,600 SF $ $ ' 6• Construct 3"A.C. Pavement 5,600 SF $ $ ' 7• Construct 6" P.C.C. Pavement 3,600 SF $ $ g Construct 6" Crushed Miscellaneous 9,200 SF $ $ Base g Remove & Replace 12"V.C.P. Sewer 480 LF $ $ Main 10, Remove & Replace Sewer Manhole 1 EA $ $ ' 11. Remove & Replace 4" V.C.P. Sewer 30 LF $ $ Lateral 12. Adjust Sewer Manhole to Grade 2 EA $ $ 13. Traffic Striping ' TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ (Price in figures) ' Price in words 1 Name of Bidder or Firm CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 BID SCHEDULE A ii/i/06 BID FORMS-PAGE 4 1 ' BID SCHEDULE B Schedule of Prices for the Construction of the: CITYWIDE SEWER REPAIRS ' CITY PROJECT NO. 06-04 BONAIR DRIVE ' Item Description Estimated Unit Unit Amount No. Quantity Price ' 1• Initial Mobilization LS 5 00-00 0 2. Traffic Control ___ LS $ ' g Sheeting, Shoring & Bracing (or LS $ Equivalent Method) ' 4• Remove Existing A.C. Pavement 2,200 SF $ $ 5- Construct 2'/2'A.C. Pavement 2,200 SF $ $ 6. Construct 4" Crushed Miscellaneous 2,200 SF $ $ Base ' T Remove & Replace 8"V.C.P. Sewer 200 LF $ $ Main g Remove & Replace 4" V-C-P- Sewer 50 LF $ $ Lateral ' 9• Adjust Sewer Manhole to Grade 1 EA $ $ TOTAL OF ALL ITEMS OF BID SCHEDULE 13: $ (Price in figures) (Price in words) 1 Name of Bidder or Firm 1 ' CITYWIDE SEWER REPAIRS CITY PROJECT NO-06-04 11/1/06 BID SCHEDULE B BID FORMS-PAGE 5 BID SUMMARY Schedule of Prices for the Construction of the: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 ' TOTAL OF ALL ITEMS OF BID SCHEDULES A AND B (BASIS OF AWARD). ' (Price in figures) t (Price in words) ' QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedules 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 Schedules for the deleted item of Work. 1 Name of Bidder or Firm 1 1 1 CITYWIDE SEWER REPAIRS CITY PROJECT NO.06.04 BID SUMMARY 11/1/06 BID FORMS-PAGE 6 1 ' 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 wards "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. ' Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. 1 2. 1 3, 4. 5. ' 6. 7. 8. 1 CITYWIDESEWER REPAIRS CITY PROJECT NO.06-04 LIST OF SUBCONTRACTORS 11/1/06 BID FORMS-PAGE 7 1 1 i NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) h being first duly swom, deposes and says that i he or she is of the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, icompany, 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 iother 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 i 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 ithe 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 i 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 ito any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. i Bidder iBY i Title Organization iAddress i i i CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 11/1l06 NON-CODUSION AFFIDAVIT BID FORMS•PAGE 8 ' BID BOND ' KNOW ALL MEN BY THESE PRESENTS, That as Principal, and 1 as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City' in the sum of.- dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s)of the City's Contract Documents entitled: CITYWIDE SEWER REPAIRS ' CITY PROJECT NO. 06-04 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment ' Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the ' court. SIGNED AND SEALED, this day of 200 PRINCIPAL: Check one: individual,_partnership, _Corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, 1 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: CITYWIDE SEWER REPAIRS ' CITY PROJECT 06-04 611) BOND (BID SECURITY FORM) 11/1106 BID FORMS-PAGE 9 1 ' 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 1 ' 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 1 ' CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 BIDDER'S GENERAL INFORMATION 1111/06 BID FORMS- PAGE 10 ' BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction ' work: 9. List at least three related projects completed to date: a. Owner Address ' Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number ' b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number c. Owner Address ' Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number ' 10. List the name and title of the person who will supervise full-time the proposed work for your firm: ' 11. Is full-time supervisor an employee contract services ? ' 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. CITYWIDE SEWER REPAIRS CITY PROJECT NO,06-04 BIDDER'S GENERAL INFORMATION 1111106 BID FORMS-PAGE 11 1 AGREEMENT ' THIS AGREEMENT made this day of in the year 20_, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: ' CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 ' The Work is generally described as follows: Removal and replacement of 200 linear feet of 8 inch diameter, and 480 linear feet of 12 inch diameter V.C.P. sanitary sewer main; removal and replacement of existing 4 inch diameter V.C.P. sanitary sewer laterals; removal and replacement of existing asphalt concrete and Portland cement concrete pavement; sheeting, shoring, and bracing (or equivalent method); traffic control; and all appurtenant work at the following locations: 1. Bogert Trail, 300 feet east of South Palm Canyon Drive 2. Bonair Drive, 80 feet east of Granada Avenue ARTICLE 2 — COMMENCEMENT AND COMPLETION ' The Work to be performed under this Contract shall commence an the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time ' specified in Section 2 of the Special Provisions. 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 $3,000 for each calendar day that expires after the time specified in Section 2 of the Special Provisions. ' CITYWIDE SEWER REPAIRS AGREEMENT FORM CITY PROJECT NO,06-04 AGREEMENT'AND BONDS-PAGE 1 1111106 ' ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, ' 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 become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. CITYWIDE SEWER REPAIRS AGREEMENT FORM CITY PROJECT NO.06-04 AGREEMENT AND BONDS- PAGE 2 1111106 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. ' By Date City Clerk ' APPROVED AS TO FORM: Agreement No. By City Attorney Date ' CONTENTS APPROVED: BY City Engineer Date 1 BY City Manager Date CITYWIDE SEWER REPAIRS CITY PROJECT NO,06-04 AGREEMENT FORM 1111/06 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature mug be from Chairman of Board, President, or any Vioe President. The second signature mus be from the Secretary, Assistant Secretary, Treasurer, Assistant ' Treasurer,or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: By. By: Signature (notarized) Signature (notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) Stale of ❑ State of ❑ County of ❑ss County of ❑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) 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: Notary Signature: Notary Seal: Notary Seal: AGREEMENT FORM ' AGREEMENT AND BONDS-PAGE 4 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. Contractor ' By Title 2005/2006&2006/2007 ARHM OVERLAY ' CITY PROJECT NO.06-22 WORKER'S COMPENSATION CERTIFICATE 10/26/06 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: ' CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this day of 200_ CONTRACTOR: Check one: individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, ' President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: ' By By ' signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: 2005/2006&2006/2007 ARHM OVERLAY ' CITY PROJECT NO.05-22 PERFORMANCE BOND 10/26/06 AGREEMENT AND BONDS- PAGE 6 1 e 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: CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 ' 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 bath 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. 1 200512006 ANNUAL SLURRY SEAL PAYMENT BOND CITY PROJECT NO. 05-19 AGREEMENT AND BONDS- PAGE 7 10/19/06 1 CONTRACTOR: ' Check one:_individual,T 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 2005/2000 ANNUAL SLURRY SEA1,' AGREEMENT AND BONDPAYMENT N PAGE S CITY PROJECT NO. 05�19 10/19/05 p c E➢THIS CERTIFICATE ISSUTO THE OWN EAR II SA STTB BELOW OWII��INSURANCE 1 Y THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSUREO INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A e c D ' TYPf OF WORK PERFORMED AND LOCATION c.�.a LIMITS OF LIABILITY IN THOUSANDS(x1000) TYPE OF INSURANCE POLICY NUMBER EACH COMPREHENSIVE GENERAL IABILITY ' BODILY INJURY Includmgo ❑ EVLOSIDN AND COLLAPSE PROPERTY DAMAGE Il UNDERGROUND DAMAGE or ❑ PHODuCTSfCOMPLETED OPERATIONS ❑ CONTRACTUAL INSURANCE BODILY INJURY AND PROPERTY I� BROAD FORM PROPERTY DAMAGE DAMAGE COMBINED ❑ INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON 5 Ineludmg: EACH ACCIUENT 8 ❑❑ OWNED Ar PROPERTY DAMAGE RED HIRED ❑ NON-OWNCD BODILY INJURY AND PROPERTY ' ElMOTOR CARRIER ACT DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY Including: AND PROPERTY ❑ EMPLOYER S DAMAGE COMBINED S LIABILITY ' WORKER'S COMPENSATION STATUTORY and EMPLOYER S LIABILITY Including; EACH ❑ LONG 9HOREMEN S AND ACCIDENTI HARBOR WORKERS OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS ' The and rsigned Coronas that Ile or Lila iY the representative of the above-named nlaufBACa Companies,that LIB of site has the authority to execute and Issue INS cemficem to Certificate Holder,and accordingly,does hereby certify on behalf of said imurance compames that policies of insurance retell above have been issued to the Insured named above and are in force at this time. Notwithstanding any regwrumunt,term,at condition of any contract or other doeummrt with respect to whleh thlo cugificnte may be Isrur:d or may pertain,the imumnce afforded by the policies de=ibod herein is=;ublect to at the terms,uxofmiens,and conditions of ' such policies CoploG of the policies shown will be furnlshcd m the Corfiflcatc Holdor upon roqucst. This Certificate does not amend,extend,or alter the coverage afforded by the policies(rated. Caneellatlon: Should any of the above described policies be cancelled before the expiration date thereof,the Issuing company will mail 30 days written notice to the below-named cerclflcaco holder: NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED By nxn,onaco nrme.rnrnhrvca�vex�xaeo�•wre�•rrcnm�pw 2005l2006&2006l2007 ARMM OVERLAY CITY PROJECT NO,05-22 CERTIFICATE OF INSURANCE 10126/06 AGREEMENT AND BONDS-PAGE 9 1 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II — SPECIAL PROVISIONS CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 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 CITYWIDE SEWER REPAIRS PART II --SPECIAL PROVISIONS CITY PROJECT NO. 06-04 GENERAL CONTENTS-PAGE 1 1111106 1 ' CITY OF PALM SPRINGS ' PUBLIC WORKS AND ENGINEERING DEPARTMENT. 1 SPECIAL PROVISIONS CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1 1-1 GENERAL ' 1-1.1 Standard Specifications. - The Work hereunder shall be done in accordance ' with the Standard Specifications for Public Works Construction ("Green book"), 2006 Edition, including all current supplements, addenda, and revisions thereof, these Special Provisions, and the Standard Plans identified in the Appendix, insofar as the same may ' apply to, and be in accordance with, the following Special Provisions. In case of conflict between the Standard Specifications for Public Works Construction ("Greenbook") and these Special Provisions, the Special Provisions shall take precedence over, and be used in lieu of, such conflicting portions. 1-1.2 Supplementary Reference Specifications. - Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall Conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans," it shall mean the Standard Specifications for Public Works Construction ("Greenbook"), 2006 Edition, as previously specified in the above ' paragraph. 1-2 LEGAL,ADDRESS 1-2.1 Legal Address of the City. - The official address of the City shall be City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2.2 Legal Address of the Engineer. - The official address of the Engineer shall be ' the Director of Public Works/City Engineer, City of Palm -Springs, Engineering CITYWIDE SEWER REPAIRS TERMS, DEFINITIONS, ABBREVIATIONS,AND SYMBOLS ' CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 1 -PAGE 1 11/1/06 1 Department, 3200 E- Tahquitz Canyon Way, Palm Springs, California 92262, or such , other address as the Engineer may subsequently designate in writing to the Contractor- 1-2.3 Legal address of the City's Project Representative. - The name and ' address of the City's designated Project Representative shall be the Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 E. , 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 Years Day(January 1) Martin Luther King Jr. Day(Third Monday in January) ' Lincoln's Birthday(February 12) President's Day(Third Monday in February) Memorial Day(Last Monday in May) ' Independence Day(July 4) Labor Day(First Monday in September) Veteran's Day(November 11) Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day(December 24) Christmas Day (December 25) CITYWIDE SEWER REPAIRS TERMS, DEFINITIONS,ABBREVIATIONS, AND SYMBOLS CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 1 -PAGE 2 1 1/1/06 1 When a designated holiday falls on a Saturday, the Friday before the holiday shall be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. (b) Days on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or operations for at least 60 percent of the total daily time being currently spent on the controlling operation or operations_ ' - END OF SECTION - 1 1 1 1 CITYWIDE SEWER REPAIRS TERMS, DEFINITIONS, ARSREVIATIONS, AND SYMBOLS CITY PROJECT NO.06-04 SPECIAL PROVISIONS- SECTION 1 -PAGE 3 1111106 1 ' 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_ 1 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 on the date specified in said Notice to Proceed_ Said Work shall be diligently prosecuted to completion before the expiration of. 15 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. In the event one or more Bid Schedules are not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for all of the Bid Schedules awarded from the date specified in the Notice to Proceed from the City. Upon commencement of the Work associated with a given Bid Schedule, it shall be diligently prosecuted to completion before expiration of the contract allowed for the subject Bid Schedule in accordance with the following: Bid Schedule A: 10 WORKING DAYS Bid Schedule B: 5 WORKING DAYS The foregoing bid schedule order shall not be construed to mean order of work. Refer to Section 10 in the Special Provisions for any requirements that may be associated with the order work. ' 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. 1 1 CITYWIDE SEWER REPAIRS SCOPE AND CONTROL OF WORK ' CITY PROJECT NO, 06-04 SPECIAL PROVISIONS-SECTION 2 -PAGE 1 11/1/06 CONTRACT BONDS 2-2.1 BONDING COMPANY WAIVER OF RIGHT OF NOTIFICATION The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the Contract Documents, and shall obtain a , written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the City or any of its authorized representatives." 2-2.2 EXECUTION OF BONDS ' Bonds shall be executed by either: (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or(c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the t bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. 2-3 PRECEDENCE OF CONTRACT DOCUMENTS The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement .3. Addenda 4_ Contractor's Bid (Bid Forms) 5. Special Provisions 6. Notice Inviting Bids 7. Instructions to Bidders & Plans (Contract Drawings) 9. Standard Plans ' 10. Standard Specifications 11. Reference Documents CITYWIDE SEWER REPAIRS SCOPE AND CONTROL OF WORK CITY PROJECT NO. 06-04 SPECIAL PROVISIONS- SECTION 2-PAGE 2 1 111(06 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 Er drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto, or 2-7.1.2. Other Information. - Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, or 2-7.1.3. Interpretation. - Any interpretation by the Contractor of such "technical data," or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-5 TEMPORARY ACCESS OR CONSTRUCTION RIGHTS-OF-WAY Unless indicated otherwise, all temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by and paid for entirely by the Contractor, at its own expense. CITYWIDE SEWER REPAIRS SCOPE AND CONTROL OF WORK ' CITY PROJECT NO.06-04 SPECIAL PROVISIONS- SECTION 2-PAGE 3 11l1/06 2-6 PROTECTION OF SURVEY MONUMENTS It shall be the Contractors responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City requirements, including comer record filing, _ for the existing type of monument in question at the Contractor's expense. If any existing monument wells must be disturbed due to construction, the Contractor shall remove the monument well, and shall protect the monument in place. The Contractor shall be responsible to use a California licensed surveyor to tie out the monument and mark the location thereof after final lift of pavement is placed. The Contractor shall then replace the monument well in accordance with City of Palm Springs Standard Drawing No. 100. Contractor shall notify the Engineer 72 hours in advance of disturbing existing monumentation. 2-7 SURVEYING — The Contractor will be required to have a California licensed surveyor to set all stakes and hubs, furnish all lines, grades and measurements necessary for the proper prosecution and control of the work contracted for under these specifications. No direct payment will be made for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. The Contractor must give weekly copies of all survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked and approved by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor_ In case of error on the part of the Contractor, his/her employees, or surveyor, resulting in establishing grades and/or alignment that are not in accordance with the plans or as established by the Engineer, all construction 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 comer record filing, as required by the Engineer or his representative. 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 fumished, (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. CITYWIDE SEWER REPAIRS SCOPE AND CONTROL OF WORK CITY PROJECT NO.06.04 SPECIAL PROVISIONS-SECTION 2-PAGE 4 11/1/06 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 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 - CITYWIDE SEWER REPAIRS SCOPE AND CONTROL OF WORK ' CITY PROJECT NO. 06.04 SPECIAL PROVISIONS-SECTION 2-PAGE 5 11/1f06 SECTION 3 -- CHANGES IN WORK 1 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 following substituted therefor: 3-2PAYMENT 3-2.1 Markup: The provisions of Subsection 3-3.2.3 Markup, shall be amended to read as follows- (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit- 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent ' 4) Other items and expenditures 15 percent 5) Subcontracts (1 st tier only) 5 percent 6) lower tier subcontractors none ' To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding. ' 3-2.2 Contract Unit Prices: The provisions of Subsection 3-2.2.1 of the Standard ' Specifications shall be revised to read as follows: 3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts: In the event ' of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract ' Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 3-2.2.1(b) Increases.of More Than 25 Percent on Unit Price Contracts. On a unit price contract, should the total quantity of any item of work required under the Contract exceed-the Engineer's Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the City, payment for the work involved in such excess will be made ' CITYWIDE SEWER REPAIRS CHANGES IN WORK CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 3-PAGE 1 11/1106 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 Engineers Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to , make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. 3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts: On 1 unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineers 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 Engineers Estimate of the quantity for such item at the original Contract Unit ' Price. CITYWIDE SEWER REPAIRS CHANGES IN WORK CITY PROJECT NO.06.04 SPECIAL PROVISIONS-SECTION 3-PAGE 2 1111l06 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 cost to the ' Contractor. In such case, the material paid for shall become the property of the City and the actual cost of any further handling will be paid for by the City. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. - The actual costs or charges to be paid by the City to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be ' paid as extra work as provided in Section 3.32 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 CITYWIDE SEWER REPAIRS CHANGES IN WORK CnY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 3-PAGE 3 1111/06 1 ' 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 j 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 fumish 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 - CITYWIDE SEWER REPAIRS CONTROL OF MATERIALS CITY PROJECT NO,06-04 SPECIAL PROVISIONS-SECTION 4-PAGE 1 ' 11/1/06 ' SECTION 5 -- UTILITIES ' 5 1 RI MOVAL, RELOCATION, OR PROTECTION OF EXISTING UTILITIES (a) The following full text of Government Code Section 4215 shall replace the ' provisions of Section 5-5, subparagraph 4, of the Standard Specifications: "In accordance with the provisions of Section 4215 of the California ' Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or ' protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The agency will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. ' The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of ' the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction ' project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public ' agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price." CITYWIDE SEWER REPAIRS UTILITIES CITY PROJECT N0,06-04 SPECIAL PROVISIONS-SECTION 5-PAGE 1 ' 1111106 (b) Removal, Relocation, or Protection of Existing Utilities. - The following ' provisions shall be added to the end of Section 5-5 of the Standard Specifications: "If the Contractor, while performing the Contract, discovers utility facilities , not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing. ' The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such ' repairs or.relocation work at a reasonable price." 5-2 UTILITY LOCATION AND PROTECTION , 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, General Telephone vaults, Southern California Gas Company valves, 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 - 1 CITYWIDE SEWER REPAIRS UTILITIES CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 5-PAGE 2 ' 1111 Job 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 ' 6-3 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 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 340-1312 PROSECUTION, PROGRESS, CITYWIDE SEWER REPAIRS AND ACCEPTANCE OF THE WORK CITY PROJECT NO.06.04 SPECIAL PROVISIONS-SECTION 6-PAGE 1 11/1/06 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 ' 6-4 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor, sub- contractors, their owners, officers, and superintendents, shall be filed with the Engineer at the Pre-Construction Conference. - END OF SECTION - 1 1 1 PROSECUTION,PROGRESS, CITYWIDE SEWER REPAIRS AND ACCEPTANCE OF THE WORK CITY PROJECT NO.06.04 SPECIAL PROVISIONS-SECTION 6-PAGE 2 11/1106 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-1 General. - The provisions of Section 7-13 of the Standard Specifications shall be revised to read as follows: ' "The Contractor shall keep itself fully informed of all existing and future State and Federal laws, and county and municipal ordinances and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals ' having any or all authority over the Work, and shall indemnify the City and all officers and employees thereof connected with the Work, including, but not limited to, the City Engineer, against any claim or liability arising from, ' or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or ' Contract for the Work in relation to any such law, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." ' 7-2 Hours of Labor. -- Eight hours labor constitutes a legal day's work. The Contractor shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours. The Contractor shall forfeit, as a penalty to the City, $25.00 for each worker employed in the execution of the contract by the Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than 8 hours in any one Calendar day or 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours per day, or 40 hours during any one week at not less than one and one-half times the basic rate of pay. 7-3 Prevailing Wage Rates Not Applicable. — Funding for the Work is with all local funds, and as provided under the City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. 7-4. 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 1 CITYWIDE SEWER REPAIRS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 7-PAGE 1 1111106 1 the State of California, said moneys shall not thereafter be withheld on account of such t Stop Notice. 7-5 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to ensure performance under the Contract. At the request and ' expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent-shall be subject to a written agreement for in-lieu construction payment retention, provided by the City between the escrow agent and the City, which provides that no portion of the securities shall be paid , to the Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice ' of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code, and to bank or savings and loan certificates of deposit. ' 7-6 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 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. 7-7 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 CITYWIDE SEWER REPAIRS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 7-PAGE 2 17/7/06 ' 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 CiVs response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-8 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. 7-9 INSURANCE AMOUNTS Before commencing the Work, the Contractor shall furnish a Certificate of Insurance with the following liability limits based on the contract amount: ' $25,000 to $500,000: $500,000 Combined Single Limit $500,001 to $5 Million: $1 Million per Occurrence/$2 Million Aggregate Over$5 Million: Limits to be determined by the City's Risk Manager Umbrella excess liability may be used to reach the limits stated above. A. At a minimum, coverage must include: 1. Insurance Services Office Commercial General Liability coverage (occurrence form C00001) CITYWIDE SEWER REPAIRS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO,0"4 SPECIAL PROVISIONS-SECTION 7-PAGE 3 77l1/O6 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 Form for the City of Palm Springs or (2) an acceptable certified copy of the insurance policy (Declarations of Coverage) with the following endorsements stated on the policy: 1. "The City of Palm Springs, its officials, employees and agents are named as an additional insured" ("as respects a specific contract" or "for any and all work performed with the City' may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have" ("as respects a specific contract" or"for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before 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 t impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See example below. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the ' insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See example below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. CITYWICIE SEWER REPAIRS RESPONSIBILITIES OF THE CONTRACTOR CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 7-PAGE 4 1 ' 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 Contractors obligation to provide them_ ' Cancellation Example: SHOULD ANY OF THE ABOVE REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL laNDEAVOR O MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN —-ITT—n rLURET-0 nnn i SUGH—NO TICr SHALL !MP0�nBL4GATION OR i IABI rry n ANY KIN UPON T-HE FN��E�3---ITS nr_cn�Tc�gR EPRE-&ENTA-T4-VE-S. The broker/agent can include a qualifier stating "10 days ' notice for nonpayment of premium. " Waiver of Subrogation Example: ' "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ' ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO." 7-12 PERMITS ' 7-12.1 Business License. The Contractor and all of its subcontractors shall possess a current City business license issued by the City prior to commencement of the Work, in accordance with Title 3 of the City's Municipal Code. The Contractor shall obtain a ' Business License from the City of Palm Springs prior to commencement of work. The Business License can be obtained from the City of Palm Springs, Business License Office, 3200 Tahquitz Canyon Way, Palm Springs, CA. 92262, (760) 323-8289. 7-12.2 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 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 CITYWIDE SEWER REPAIRS RESPONSIBILITIES Or THE CONTRACTOR ' CITY PROJECT NO. 06.04 SPECIAL PROVISIONS-SECTION 7-PAGE 5 1111106 Section 10 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 Contractors bid. ' Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefore. 1 1 1 1 CITYWIDE SEWER REPAIRS RESPONSIBILITIES Or THE CONTRACTOR CITY PROJECT NO. 06.04 SPECIAL PROVISIONS-SECTION 7-PAGE 6 ' 1111/06 1 1 SECTION 8 - FACILITIES FOR AGENCY PERSONNEL ' (BLANK) END OF SECTION - 1 1 1 1 1 CITYWIDE SEWER REPAIRS FACILITIES FOR AGENCY PERSONNEL ' CITY PROJECT NO.06.04 SPECIAL PROVISIONS-SECTION 8-PAGE 1 1111106 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 Contractors work, together with releases of lien from any subcontractor or material-men. ' 9-1.3 Payment. - The last subparagraph of Standard Specifications Section 9-3.1 shall be DELETED and the following substituted therefor: At the expiration of 35 days after acceptance of the Work by the City, or as prescribed by law, the amount deducted from the final estimate and retained by CITYWIDE SEWER REPAIRS MEASUREMENT AND PAYMENT ' CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 9- PAGE 1 11/1/06 1 the City will be processed for payment to the Contractor, except for such ' amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further , retained. 9-2 PAYMENT SCHEDULE 9-2.1 Bid Schedule. - All pay line items will be paid for at the unit prices named in the ' Bid Sheet(s) for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheet(s) are supplied only to give an indication of the general scope of the Work. The City does not expressly, nor by implication, agree that ' the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid item in its entirety, or to add additional ' Bid items. 9-2.2 Initial Mobilization. - 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 25 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 ' specked. 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 on-site sanitary facilities and potable water facilities, as ' specified per Paragraph 7-8.4, "Sanitation" of the Standard Specifications. 3. Furnishing, installing, erecting, and maintaining all storage buildings or sheds required for the temporary storage of any products, equipment, or materials that have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and these Special Provisions, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and safety on and about the ' site of the Work. 4. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety." 5. Obtaining and paying for all required bonds, insurance, and permits. CITYWIDE SEWER REPAIRS MEASUREMENT AND PAYMENT CITY PROJECT NO.06-04 SPECIAL PROVISIONS-SECTION 9 - PAGE 2 11/1/06 6. Posting all OSHA-required notices, and establishment of OSHA-approved safety programs. ' 7. Having the Contractor's superintendent at the job site full-time. 8. Submitting of the required Construction Schedule, as specified in the Section 6-1, "Construction Schedule and Commencement of Work" of the Standard Specifications. 9. Videotaping the sewer within the project limits before and after construction and submitting the videotape to the City's Engineering ' Department for their review. Only the video of the sewers taken before construction must be submitted to the City Engineer prior to payment for mobilization. ' 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 1 CITYWIDE SEWER REPAIRS MEASUREMENT AND PAYMENT ' CITY PROJECT NO. 06-04 SPECIAL PROVISIONS-SECTION 9- PAGE 3 11/1106 SECTION 10 -- CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 RECORD DRAWINGS 1 The Contractor shall keep a complete set of record drawings at the job site. The Construction Plans shall be legibly marked showing each actual item of record construction including: 1. Measured depths of elements in relation to fixed datum points. 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. ' 3. Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. 4. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 5. Any details not in the original Construction Plans developed by the City throughout construction necessary to clarify or modify the Construction Plans. The Contractor shall maintain all record information daily and make this information ' available to the Project Inspector upon request. The Contractor's progress payment will not be approved unless project record drawings are current. ' 10-1.2 LOCATION AND PROGRESSION OF THE WORK The work is located in Palm Springs, California, at the following locations: 1. Bogert Trail, 300 feet east of South Palm Canyon Drive 2. Bonair Drive, 80 feet east of Granada Avenue ' Bogert Trail is the only access road serving the large residential area of South Palm Springs. Therefore, access must be maintained at all times. The work involves eliminating a low point in the sewer main near an existing manhole, by removing and replacing the manhole and approximately 480 feet of 12" diameter sanitary sewer main. The sewer main varies in depth from approximately 14 to 17 feet deep. There may be some locations where the Contractor will have to reduce traffic to a single lane and use a flagman during working hours. At the end of the work day, two-way traffic must be provided. ' Bonair Drive is a local residential street that may be closed to through traffic in the work area only during working hours. Appropriate detour signage must be installed by the ' CITYWIDE SEWER REPAIRS CITY PROJECT NO.06.04 1111l06 CONSTRUCTION DETAILS SPECIAL PROVISIONS-SECTION 10- PAGE 1 1 Contractor prior to closing the street. Local access to adjacent homes must be maintained. At the end of the work day, two-way traffic must be provided. ' 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 sewer repair work 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 approved or ' amended by the Engineer. 10-1.3 Dust Control And Site Cleanup Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall be responsible for project site maintenance as per Section 7-8 of the Standard Specifications. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be absorbed in the Contractors bid. Payment for dust control and site clean up shall be considered as included in the various bid items of work, and no additional payment will be made therefore- 10-2 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. CITYWIDE SEWER REPAIRS CITY PROJECT NO.0"4 CONSTRUCTION DETAILS 11I1l00 SPECIAL PROVISIONS-SECTION 10-PAGE 2 10-2.3 Construction Signing, Lighting and Barricading. - Construction signing, lighting and barricading shall be provided on all projects as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with Part 6 of the 2003 MUTCD 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, including barricades for sign ' placement if necessary, and will be responsible for adding the dates and hours of closure to the signs. All signs shall be removed within 24 hours after the effective date. ' 10-2.5 Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. Said notice shall be prepared and submitted to the ' Engineer for approval prior to notifying property owners or occupants of affected properties. ' 10-2.6 Traffic Disruptions. -- For all road closures, road detours, lane closures, and all night operations, the Contractor shall obtain written approval from the Engineer a minimum of 2 working days prior to the commencement of the Work. All warning signs ' shall be manufactured with high intensity faces and legends, and shall be placed at least 7 calendar days prior to the commencement of construction. All work done on major and secondary thoroughfares shall utilize solar powered flashing arrow boards, and all signs shall remain in place during nighttime hours. Any of the Contractor's work that may disrupt normal traffic signal operation shall be coordinated with the Engineer a minimum of 2 working days prior to the commencement of the Work. ' 10-2.7Allowable Lane Closures. ' Bogert Trail: The Contractor may close one traffic lane and utilize the other for two-way traffic with flagmen, during working hours, only at locations were two-way traffic can not ' be accommodated. The flagmen shall alternate the direction of traffic flow frequently and monitor the delay time for traffic in either direction with a stop watch to ensure no motorist is delayed more than 90 seconds. The street shall be returned to two-way traffic at the ' end of the work day. Bonair Drive: The Contractor may close the street to through traffic in the immediate work ' area during working hours only, subject to posting appropriate detour signage and advising the neighborhood residents of the localized closure. Local access to adjacent homes must be maintained. The street shall be returned to two-way traffic at the end of ' the work day. CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 CONSTRUCTION DETAILS 1111l06 SPECIAL PROVISIONS-SECTION 10-PAGE 3 10-2.8Travel 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, except as otherwise specified herein. At night and during non-working hours, the Contractor shall leave the work site in a safe condition and allow for the full use of two lanes of traffic. ' Flaggers shall be utilized to ensure the safe flow of traffic at intersections and businesses that may be affected. This work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed therefore. 10-2.9 Detours. - The Contractor shall provide, install, and remove any detours for the , routing of vehicular and pedestrian traffic as specified in the Special Provisions, or as directed by the Engineer. Payment for such work shall be included in the Bid Item price for traffic control in the Bid Schedule, and no additional compensation will be allowed ' therefore. 10-2.10 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, including solar-powered arrow boards. All traffic controls .shall be clearly posted with signs prior to the commencement of the Work. All traffic restrictions listed herein shall , supplement any other traffic control requirements of the City, and are not intended to replace any part of these requirements. Local access shall be maintained to all properties fronting the Work at all times. ' 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. 10-2.12 Pedestrians. - The Contractor shall erect signs and barricades to direct t pedestrians through or around the construction zone. These signs and barricades shall be an integral part of the Contract, and shall be included as part of the Bid Item for traffic Control in the Bid Schedule, and no additional compensation will be allowed therefore. ' 10-2.13 Public Safety During Non-Working Hours. - Notwithstanding the Contractor's primary responsibility for safety at the site of the Work when the Contractor is not present, the Engineer, at his option, after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the site of the Work. If such procedures are implemented, the Contractor i 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. CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 CONSTRUCTION DETAILS 11/1f06 SPECIAL PROVISIONS-SECTION 10-PAGE 4 ' 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 CLEARING AND GRUBBING 10-3.1 General. - All clearing and grubbing shall conform to Sections 300-1.1, 300-1.2, 300-1.3, and 300-1.4 of the Standard Specifications for Public Works Construction ' ("Green book"). 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. ' 10-3.1.1 Existing Facilities. - It shall be the Contractor's responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, hedges, oleanders, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc., that is not slated for removal as part of the Contract, ' repair and replacement shall be at least equal to the existing improvements prior to such damage, all in accordance with requirements of the Contract Documents. ' The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject properly owner. Damaged or removed traffic striping shall be replaced by the Contractor with permanent ' striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. ' 10-3.1.2 Approval of Repairs - All repairs to damaged improvements are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other work. 10-3.1.3 Payment. — The cost of clearing and grubbing shall be considered included in the various bid items of work and no additional compensation will be made therefore. ' 10-4 REMOVALS 10-4.1 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. 10-4.2 A.C. Pavement. - Asphalt concrete pavement shall be removed 24" beyond the final working edge of trench per City of Palm Springs Standard Drawing 115. CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 CONSTRUCTION DETAILS 1111/06 SPECIAL PROVISIONS-SECTION 10-PAGE 5 10-4.3 P.C.C. Pavement. - Concrete pavement shall be sawcut to the nearest cold joint, weakened plane joint, or expansion joint in all directions, if the panel size is small and the distance to the joint is less than five feet (5), however, if the panel is large or the distance to the nearest joint is more than five feet (5), the panel may be sawcut elsewhere providing the cuts are made at 90-degree angles to existing joints and no closer than five ' feet (F)to the nearest existing joint located outside the removal area. 10-4.4 V.C.P. Sewer — Existing 8" and 12" V.C.P. sewer mainline, and 4" V.G.P. sewer ' lateral connections and laterals (within the trench) shall be completely removed and disposed of, as indicated in the drawings. Existing sewer manholes shall be protected in place, as identified on the drawings. The Contractor shall adequately brace and , protect existing manholes, not identified for replacement, from collapse and/or damage during excavations and construction of new sewer mainline, and shall be responsible for removal. and reconstruction or repair of sewer manholes, if required during construction_ ' The Contractor shall not pulverize, crush or abandon any portions of the existing sewer mainline within the excavated area and backfill. 10-4.5 Payment. - Payment for asphalt concrete pavement removals shall be made at 1 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 concrete pavement removals shall be made at the unit price bid per square foot for "Remove Existing PCC Pavement," and shall constitute full compensation for all equipment, materials, and labor necessary for the removal and disposal of concrete ' pavement, and no additional compensation will be allowed therefore. Payment for V.C.P. sewer main and sewer lateral removals shall be considered as ' included in the unit price bid per linear foot for 'Remove & Replace 12" V.C.P. Sewer Main', 'Remove & Replace 8" V.C.P. Sewer Main," or "Remove & Replace 4" V.C.P. Sewer Lateral," which price shall constitute full compensation for removal and disposal of all resulting materials; protection of existing sewer manholes not identified for removal, and removal, replacement or reconstruction thereof if required as a result of the work; and ' no additional compensation will be made therefore. 10-5 SUBGRAUE PREPARATION ' 10-5.1 Subgrade Preparation - Preparation of subgrade shall conform to Section 301- 1.2 of the Standard Specifications. The subgrade shall have a minimum thickness of 24 inches. Where indicated on the Construction Drawings, asphalt concrete pavement is to be placed on a specified layer of crushed miscellaneous base. The top 6 inches of subgrade material shall be compacted to a relative compaction of 95 percent in accordance with the City of Palm Springs Standard Drawing Number 110. CITYWIDE SEWER REPAIRS CITY PROJECT No-06-04 CONSTRUCTION DETAILS 11/1/06 SPECIAL PROVISIONS-SECTION 10-PAGE 6 ' 1 10-5.2 Grade Tolerance - Immediately prior to placing subsequent layers of material thereon, the grading plane, at any point, shall not vary more than 0.05 feet above or ' below the grade established on the project plans. 10-5.3 Watering - Water for use in subgrade preparation shall be potable, therefore, ' there is no need to obtain reclaimed wastewater permits. Water shall be applied to compact soil, subgrade, base, and surfacing material through the use of a watering truck ' which shall spray water uniformly. No chemical additives shall be used during the water application process_ 10-5.4 Payment - Payment for preparation of subgrade shall be considered as included in the various bid items of work, and no additional compensation will be made therefore. ' 10-6 CRUSHED MISCELLANEOUS BASE 10-6.1 Material - All base material shall be crushed miscellaneous base that has been imported to the site. Base material shall conform to Section 200-2.4 "Crushed Miscellaneous Base" of the Standard Specifications. Preparation of base material shall conform to Section 301-2 of the Standard Specifications. ' 10-6.2 Payment - Payment for Crushed Miscellaneous Base shall be made at the unit price bid per square foot for"Construct 4" Crushed Miscellaneous Base", or"Construct 6" 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. ' 10-7 ASPHALT CONCRETE 10-7.1 Material - Asphalt concrete pavement shall be laid in one lift of 2'/2° or 3" ' thickness, as required and indicated on the project drawings. The material shall conform to type C2-AR4000 asphalt concrete pavement. This mixture of asphalt concrete shall be placed on a prepared base. All asphalt concrete pavement construction shall conform to ' Section 203-6 "Asphalt Concrete" of the Standard Specifications. 10-7.2 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. ' 10-7.3 Tack Coat - Tack coat shall be an SS-1 h emulsified asphalt and shall be applied to all clean, existing asphalt concrete pavement, and to all Portland cement concrete ' surfaces adjacent to new asphalt concrete paving prior to installation of asphalt concrete pavement. The cost of tack coat shall be included in the price for asphalt concrete pavement, and no additional payment will be made therefore. CITYWIDE SEWER REPAIRS CITY PROJECT NO.06.04 CONSTRUCTION DETAILS ' 1111106 SPECIAL PROVISIONS-SECTION 10-PAGE 7 10-7.4 Adjustment of Manholes to Grade. Sewer 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 sewer mainlines to prevent construction debris from falling into the system. The Contractor shall be responsible for all construction debris that enters the sewer system, and shall clean and flush all debris ' from the system to the satisfaction of the City Engineer. 10-7.5 Measurement and Payment - Payment for asphalt concrete pavement shall be made at the unit price bid per square foot for "Construct 21/2" A.C. Pavement," or "Construct 3" A.C. Pavement," as shown on the plans, as specified in the standard specifications and in these special provisions and as directed by the Engineer. No ' separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefor shall be included in the unit price bid for asphalt concrete. Payment for adjustment of sewer manholes to grade shall be made at the contract unit ' price per manhole for "Adjust Sewer Manhole to Grade," complete in place, including protection and cleaning of the existing sewer, all excavation, backfill, removal and replacement of manhole frame and cover, removal and/or.addition of filler rings, mortar, disposal of waste or excess materials, in accordance with City of Palm Springs Standard Drawing No. 402, and as directed by the Engineer. ' 10-8 PORTLAND CEMENT CONCRETE 10-8.1 Material - Portland cement concrete shall be specified by compressive strength, 1 and shall conform to the Standard Specifications and these Special Provisions. The Portland cement concrete to be used for the pavement replacement on Bogert Trail shall achieve a compressive strength of 3,000 psi at 16 hours. 10-8.2 Synthetic Fiber-Reinforced Concrete - The Portland cement concrete pavement ' shall be constructed with a Type III synthetic fiber-reinforced concrete conforming to Section 201-2.3.3 of the Standard Specifications. 10-8.3 High Early Strength - The Portland cement concrete mixture shall achieve a compressive strength of 3,000 psi in less than 16 hours. The Contractor shall submit a mix design of the reinforced, high-early strength Portland cement concrete to the ' Engineer for review and approval at the Pre-Construction Conference. The mix design and corresponding tests shall conform to the requirements of Section 201-1.2.5 of the Standard Specifications. 10-8.4 Vandalism. The Contractor is responsible for protecting all new Portland cement concrete construction from vandalism. All construction of Portland cement concrete shall be conducted under direct supervision of the Contractor's staff, and shall be monitored until the work has adequately cured and is not susceptible to damage from vandalism. Any vandalism identified on new concrete construction shall be removed and replaced by the Contractor, as required and directed by the City Engineer. 1 CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 CONSTRUCTION DETAILS 11/1106 SPECIAL PROVISIONS-SECTION 10-PAGE 8 1 ' 10-8.5 Measurement and Payment - Payment for construction of the reinforced, high- early strength Portland cement concrete pavement shall be made at the unit price bid per ' square foot for "Construct 6" P.C.C. Pavement" in the Bid Schedule, constructed complete in place as shown on the plans, as specified in the Standard Specifications and in these Special Provisions and as directed by the Engineer. ' Payment for Portland cement concrete pavement shall include full compensation for ' construction, including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, disposal of excess materials, removal and replacement of vandalized concrete, and all other-appurtenant items for which separate payment is not ' specifically provided in the bid. 10-9 TRAFFIC STRIPING AND PAVEMENT MARKERS ' 10-9.1 Temporary Striping - Whenever the Contractor's operations obliterate pavement delineation (painted lines, raised pavement markers, painted markings, or legends), such ' pavement delineation shall be replaced in kind by the Contractor by either permanent or temporary delineation before opening the traveled way to public traffic. Temporary delineation shall consist of reflective raised pavement markers (Type "L") which shall be ' applied in accordance with the manufacturer's most current published instructions. Temporary delineation shall be of the same color as the permanent delineation. ' 10-9.2 Pavement Markings - Pavement markings shall conform to the provisions in Section 210-1.6.1 "General" and 210-1.62 "Thermoplastic Paint, State Specifications," of the Standard Specifications and these Special Provisions. 10-9.3 Applying Pavement Markings - Traffic legends, stop bars, arrows and crosswalks shall be applied in accordance with section 310-5.6 of the Standard Specifications, using thermoplastic paint, at the locations shown on the plans and as directed by the Engineer. ' 10-9.4 Removal of Existing Pavement Markings - The Contractor shall completely remove from the pavement surface all conflicting pavement markings, either shown or not shown on the Drawings, by such methods as sandblasting, or grinding. Where ' sandblasting or grinding is used for the removal of pavement markings, or for removal of objectionable material, and such removal operation is being performed within 10 feet of a ' lane occupied by public traffic, the residue, including dust, shall be removed immediately after sandblasting or grinding. Such removal shall be by sweeping concurrently with the sandblasting or grinding operation. 10-9.5 Payment-- Payment for traffic striping and markings shall be made at the lump sum price bid for "Traffic-Striping", and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing work involved in completing CITYWIDE SEWER REPAIRS CITY PROJECT N0.06.04 CONSTRUCTION DETAILS 1111106 . . SPECIAL PROVISIONS-SECTION 10- PAGE 9 1 this operation as described in these Special Provisions and as directed by the engineer. ' No other compensation shall be given therefore. Payment for removal of existing pavement markings shall be considered as included in ' the various bid items, and no additional compensation shall be allowed therefore- 10-10 RAISED PAVEMENT MARKERS ' 10-10.1 Removal of Existing Pavement Markers - Removal of existing pavement markers shall conform to Section 312-3 'Removal" of the Standard Specifications. 10-10.2 Pavement Markers - Pavement markers shall conform to the provisions in ' Section 214, 'Pavement Markers," and shall be installed in accordance with Section 312- 1, "Pavement Marker Placement and Removal," of the Standard Specifications, and these ' Special Provisions. Epoxy adhesive per section 214-6 of the Standard Specifications shall be used for ' installation of all raised pavement markers. All existing raised pavement markers shall be removed, and new markers of both ' reflective and non-reflective type installed as necessary to meet the specified Caltrans standards. No paint or thermoplastic will be used. The Contractor shall establish all traffic striping by string line and rabbit tracking to provide ' markings that will vary less than '/2 inch in 50 feet from the specified alignment. All additional work necessary to establish satisfactory lines for markers shall be 1 performed by the Contractor. 10-10.3 Blue Hydrant Markers - Blue hydrant markers shall be "Bright Dot" round thermoset polymer pavement markers as manufactured by Clama Products, or approved equal. ' Blue hydrant markers shall be installed 6 inches from the centerline of the street and on a line perpendicular to each fire hydrant. When the fire hydrant is at an intersection, 2 blue ' markers shall be installed. Each shall be placed 6 inches from the centerline of the half- street closest to the fire hydrant and on a line perpendicular to the fire hydrant. 10-10.4 Payment - Payment for installation of new raised pavement markers shall be ' considered as included in the lump sum price bid for "Traffic Striping", and shall include ' full compensation for providing and installing new raised pavement markers and all other appurtenant work, and no additional compensation will be allowed therefore. Payment for removal of existing raised pavement markers shall be considered as included in the various bid items, and no additional compensation shall be allowed therefore- CITYWIDE SEWER REPAIRS ' CITY PROJECT NO.06-04 CONSTRUCTION DETAILS 1111106 SPECIAL PROVISIONS-SECTION 70-PAGE 10 10-11 SANITARY SEWER ' 10-11.1 Materials - Vitrified clay pipe shall conform to Standard Specification 207-8. All clay pipe shall be High Strength pipe" Vitrified clay pipe joints shall conform to Standard ' Specification 208-2. Cement mortar shall conform to Standard Specification 201-5. Manholes shall conform to City of Palm Springs Standard Drawings 402 and 403. 10-11.2 Methods - Installation and testing of vitrified clay pipe shall conform to Standard Specification 306-1.2, 306-1.3 and 306-1.4. Installation of Manholes shall conform to City of Palm Springs Standard Drawings 402 and 403" ' 10-11.3 Excavation, Backfill and Compaction - Prior to any excavation the Contractor shall pothole to determine the location and/or grades of connections or underground utilities, structures or fixtures in the alignment of the proposed sewer. Excavation for sewer pipe, laterals, fittings, manholes and appurtenances shall be in open ' trench to the line and grade as shown on the Drawings" The trench bottom shall be graded to provide a smooth, firm, moist and stable foundation. At each joint, the bottom of the trench shall be shaped in such a manner to relieve the bell of the pipe of all load. All rock exceeding Y44" shall be removed to a depth of six inches (6") below the bottom of the pipe. Embankment and over-excavated areas shall be filled ' to provide a trench bottom as previously described" Backfill of the trench about the pipe, laterals, fittings, manholes and appurtenances will be with select sand material free of debris, rock and similar hard, sharp objects to a distance of 12 inches minimum above the top of pipe. All backfill material shall be approved by the Engineer prior to placement" ' Backfills shall be compacted to 90% minimum optimum moisture content. Compaction under pavements, structures and fixtures shall conform to the specified density. ' Surplus materials shall be legally disposed of. All excavation, backfill, compaction, and material disposal costs shall be considered as included in the unit price of that item for ' sewer pipe, laterals, fittings or appurtenances. 10-11.4 Laterals - Replacement of laterals shall conform to City of Palm Springs Standard Drawing No. 405 and these Special Provisions and the work shall stop at the edge of the trench, excavated to remove and replace the existing sewer main line. New laterals shall be connected to existing laterals at the nearest joint. Sewer lateral connections shall be made in accordance with City of Palm Springs Standard Drawing 405, modified as necessary to adjust the lateral profile to match to the nearest existing ' lateral joint. 10-11.5 Sewer Manholes — Replacement of existing sewer manholes, identified for replacement, shall be replaced with new manholes constructed in accordance with City of Palm Springs Standard Drawing No. 403. The existing sewer manhole shall be CITYWIDE SEWER REPAIRS CITY PROJECT NO.0"4 CONSTRUCTION DETAILS 11/1106 SPECIAL PROVISIONS-SECTION 10-PAGE 11 completely removed and disposed of; the existing sewer manhole cover shall be salvaged ' to the City Yard_ The new manhole shall be constructed with a new manhole frame and ' cover, in accordance with City of Palm Springs Standard Drawing No. 400. 10-11.6 Testing and Video - Testing, in accordance with the Standard Specifications, ' will be required after completion and acceptance of the roadway subgrade preparation. The sewer lines, manhole to manhole, shall be analyzed by digital video. A computer disc of the digital video analysis shall be provided to the Engineer for review and approval. Should the analysis indicate a change in the sewer line alignment or damage to the utility, the Contractor shall repair the affected area immediately, at no extra cost to the City. ' 10-11.7 Temporary Handling of Sewage - Certain work in connection with tying into existing laterals, sewers and manholes may require the temporary handling of sewage either by temporary bypass lines, pumping, bulk-heading at low flows, or other means to be approved by the Engineer. Sewage to be diverted shall be handled in a manner so as not to create a public nuisance or health hazard. No spillage of sewage shall be allowed, ' and any spillage shall be immediately removed to the satisfaction of the Engineer. Bogert Trail - The Contractor shall provide a means to divert sewage from Sewer Manhole #10 (identified just east of the work area) so as to not enter the sewer line being replaced within Bogert Trail. The Contractor shall use bypass lines and pumping to divert sewage into Sewer Manhole #7 at South Palm Canyon Drive and Bogert Trail during ' removal and replacement of the existing sewer mainline within Bogert Trail. The Contractor shall be responsible for providing security of and supervision for all bypass lines until the work is completed. The Contractor is cautioned that bypass lines and ' sewage diversion should not be performed without strict supervision by the Contractor and its personnel. The Contractor may propose other alternative methods of sewage diversion and bypass at the Pre-Construction Conference, subject to the ' approval of the Engineer. No separate payment will be made for temporary handling or diversion of sewage, All ' costs for temporary handling or diversion of sewage shall be considered as included in the price paid for 'Remove & Replace 8" V.C.P. Sewer," or 'Remove & Replace 12" ' V.C.P. Sewer," and no additional compensation will be allowed therefore. 10-11.8 Measurement and Payment. Payment for vitrified clay pipe sewer mainline shall be made at the unit price per linear foot for"Construct 8" V.C_P. Sewer," or"Remove & Replace 12" V.C.P. Sewer," and shall constitute full compensation for removal and disposal of all resulting materials, all labor, materials, equipment and incidentals; sewage diversion, bypass and temporary handling of sewage during construction; trenching, placement, bedding, and backfill, complete in place, as required in the Standard Specifications and these special provisions. ' Payment for vitrified clay pipe sewer laterals shall be made at the unit price per linear foot for "Remove & Replace 4" V.C.P. Sewer Lateral," and shall constitute full compensation ' for removal and disposal of existing sewer laterals and all resulting materials; sewer CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 CONSTRUCTION DETAILS .. 1111l06 SPECIAL PROVISIONS-SECTION 10-PAGE 12 lateral connections; sewage diversion, bypass and temporary handling of sewage during construction; all labor, materials, equipment and incidentals; trenching, placement, bedding, and backfill; complete in place, as required in the Standard Specifications and these special provisions. Payment for Sewer Manholes shall be made at the unit price per each for "Remove & Replace Sewer Manhole," and shall constitute full compensation for removal and disposal of existing sewer manholes and all resulting materials; all labor, materials, equipment and incidentals; trenching, placement, bedding, and backfill; complete in place, as required in the Standard Specifications and these special provisions.. 10-11.9 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 at the lump sum 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 - CITYWIDE SEWER REPAIRS CITY PROJECT NO.06-04 CONSTRUCTION DETAILS ' 1111l06 SPECIAL PROVISIONS-SECTION 10-PAGE 13 1 ' CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART III - APPENDIX CITYWIDE SEWER REPAIRS CITY PROJECT NO. 06-04 CITY OF PALM SPRINGS DRAWINGS: - Std. Dwg. No. 100 — Standard Monument Type A - Std. Dwg. No. 110 — Street Pavement Requirements - Std. Dwg. No. 115 —Trench and Pavement Replacement Detail - Std. Dwg. No. 400 — Manhole Frame, Cover and Inner Pan Std. Dwg. No. 402 - Top of Manhole Detail I - Std. Dwg. No_ 403 — Precast Concrete Manhole 48" to 60" I.D. - Std. Dwg. No. 405 — Standard Sewer Lateral CALTRANS STANDARD PLANS: Plan No. A20A - Pavement Markers and Traffic Lines Typical Details — Centerlines, Detail 4 ' CITYWIDE SEWER REPAIRS CITY PROJECT NO.06.04 CONSTRUCTION DETAILS ' ""J", CONTENTS -PART III ' NO. REVISIONS APPROVED DATE 1 ' MONUMENT HANDHOLE FRAME+ COVER-ALFNMBRA FOUtI]RY CO.A-2920 PAVEMENT AI T ' P.C.CONCRETE III \\! ENGINEER'S I q IylJl WITH PHILUK SCREW \ 0 T GALVANITEP IRON PIPE i MONUMENT PLACEMENT ' LOCATION SHOWN THUS- I NOTES! L MONUMENT SHALL BE RMNISHED AND SET BY A LICENSED SURVEYOR OR CIVIL ENGINEER RECdSTERED PRIOR TO JAM 11982.MONUMENT SHALL CONSIST OR SURVEYOR'S OR ENGINEER'S TAC4 SECURED WITH ROUND ' HEAD PHILLIPS SCREW,SET TC TRUE POSITION,IN TOP OF CEMENT MOTAR CORE,IN 1'GALVAN®FlON PIPE, IN CONCRETE 2 FOR USE AT STREET CENTERLINE INTERSECTIONS AND SECTION CORNERS ONLY. ' CITY OF PALM SPRINGS APPROVE. DATE: Vywo ' OFPARTMFNf OF TRANSPORTATION 26931 CITY ENGINEER R.C.E. STANDARD MONUMENT TYPE A nRAWN BY STANDARDS CHECKED BY: E.R F. DWC. NO. 10o NO. REVISIONS APPROVED DATE 1 PL R tSTREET RIGHT OF WAY WIDTH STREET WIDTH CURB FACE TO CURB FACE 2,00% CENTERLINE TO LIP OF GUTTER I 2.00% CENTERLINE TO LIP OF GUTTER t ASPHALT CONCRETE PAVEMENT OVER COMPACTED CRUSHED MISCELLANEOUS ' BASE AS DESCRIBED BELOW IP.C.0 CURB AND GUTTER PER C.P.S STD. DWG. 200. STREET WIDTH CROWN HEIGHT ' 84' 6 7 76' 6 64 641 ' 52 .52 40 .40 3 56G' 36 32' 32 ' MINOR STREETS: 2-I/2 INCHES OF ASPHALT CONCRETE II LIFTI 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 II LIFTI OVER 6 INCHES OF CRUSHED MISCELLANEOUS BASE ' AND A MIN, SUBGRADE OF 24 INCHES AT 95% RELATIVE COMPACTION MAJOR THOROUGHFARE STREETS: ' 5 INCHES OF ASPHALT CONCRETE I2 LIFTSI OVER 4 INCHES OF CRUSHED 'MISCELLANEOUS SASE 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 LICENSED SOILS ENGINEEII. 7 ASPHALT RUBBER HOT MIX IA.R I•I M I IS AN Af CFPTARI.E SUBETITIJTE FOR ' TI•IF ACPH41-7 SPECIFIED, SUBJECT TO VERIFICATION BY THE CITY ENGINEER MIN. 1;" NEW CONSTRUCTION MIN. 1-I/2' CAP OVER EXISTING PAVEMENT 3. ASPHALT SHALL BE AR4d00 INSTALLED PER STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1994 EDITION. AC TYPE TO BE SPECIFIED BY CITY ENGINEER 4, PAVEMENT SHALL BE LAID WITH A BARBER GREEN PAVING MACHINE OR EQUAL. 5. AC PAVEMENT SIiALL BE FLUSH WITH LIP OF GUTTER. CITY OF PALM SPRINGS APPRO DATE: 2011*6 DEPARTMENT OF PUBLIC WORKS Ql`'°x 2 31 CITY ENGINEER R.C.E. STREET PAVEMENT REQUIREMENTS DRAWN BY: S.J.C. PI " STANDARDS CHECKED BY: E R F DWG- NO 110 ` 0. RE,VISIb74S APPROVED DATE 1 ' CONSTRUCT MINIMUM E•AR4000 A' THICK A.C, PAVEMENT IOR I' THICKER THAN EXISTING ADJACENT PAVEMENT OVER A" THICK) OVER @' MISCELLANEOUS BASE AND COMPACTED EARTH FILL, FOLLOW CROWN CONTOUR OF EXISTING PAVEMENT. ' SEE NOTE NO. 3 REPLACE BASE LAYER IN KING I' THICK 02-AR4000 OVERLAY / EXISLINO PAVEMENT i0 BE NEATLY SAWCyT ON ' I BOTH SIDES OF TgENCH Tp , F"r`4' NIA. IT' VERTICAL SIDE SLOPES IREOUIREDI 1-1/2 ' MA COMPACTED NA7WC 1/2 MATERIAL RELATIVE COMPACTION TION SLOPE,1 1 - SLOPED SIDES REQUIRE T PERMISSION oP CITY ENGINEER s •, Pi T I COMPACT NATIVE MATERIAL AT 1 J, �••• I 90% RELATIVE COMPACTION COMPACT SPECIALLY SELECTEO MATERIAL TOP OF PIPE °' 90% RELATIVE COMPACTION •• -"�� WHEN NATIVE MATERIAL IS UNSUTBLE I' MIN. ---a--{ 1t- I "\ INSTALL 6' OF APPROVED IMPORTED OUTTJOIN EXIST. PAVEMENT I \ BEDDING UNDER PIPE GRIND DOWN I- HAND EXCAVATE FOR BELL ' I' FINAL OVERLAY D2-AR4000 D•ARA000 AC PAVEMENT CRUSHED MISCELLANEOUS/AGGREGATE BASE ' a' MIN. O FINAL OVERLAY DETAIL. NOTES NTS ' I. PAVE WITH TEMPORARY A.G. IMMEDIATELY. 2, A.C_. PAVEMENT Isl LIFT OF B-AR4000 MIN. 4 THICK SHALL BE PLACED IN 1 LIFT, IF EXISTING PAVEMENT IS OVER 4" THICK, Ist LIFT $HALL BE A MIN OF I" THICKER THAN EXISTING PAVEMENT ' 3. FINAL I" THICK OVERLAY OF D2-AR4000 SHALL BE MIN. 10' WIDE AND EXTEND NO LESS THAN 4' BAST TRENCH OPENING ON EACH SIDE. FINAL CAP SHALL 6E INSTALLED USING BARBER GREEN OR EQUAL- GRIND EXISTING PAVEMENT DOWN A MIN. OF 1", 4, REMOVE AND REPLACE EXISTING PAVEMENT WHICH 11 LESS THAN 5 IN WIDTH BETWEEN TRENCH TRENCH AND EDGE OF CURB. GUTTER, OR EDGE OF PAVEMENT, 5. WHEN SHORING, SLOPING OR BENCHING, ALL WORK SHALL 6E IN COMPLIANCE WITH CAL-OSHA CONSTRUCTION SAFETY ORDERS. SOILS ARE CLASSIFIED AS CLASS C IN THE CITY OF PALM ' SPRINGS. 6. ALL SEAMS SHALL BE ON THE TRAVEL LANE LINE OR IN THE CENTER OF THE TRAVEL LANE CITY OF PALM SPRINGS AP DATE 28931 ` ..' DEPARTMENT OF PUBLIC WORKS CITY ENGINEER R.c.E. TRENCH AND PAVEMENT DRAWN BY; M.V.H. FILE N0. ' REPLACEMENT DETAIL CHECKED BY: E R.F. I DWG. NO. :15 ' N0. REVISIONS APPROVED DATE OE PALM SO9 I { ; ; +. 1 + ' SEWER 25-3/4" 24-I/2" S/a" 1 24-1/4" N 23"TOP VIEW -5/a -5, 1 1,� N - ,all I'y,//F �y 5" 21.3/4" 1 �3/ ,B JI.3/4" 3/4" ---�--- 24" FRAME X-SECTION I" HOLE s. 6 RIBS I T 3/4" 22-3/8" 1 BOTTOM VIEW M 21" NOTES; COVER J HANDLE COVER, FRAME, 6 INNER PAN, ALHAMBRA FOUNDRY CO. A-1310 OR EOUAL IB•I/2" 1 INNER PAN IS NOT REQUIRED UNLESS SPECIFIED IN GENERAL NOTES INNER PAN 1 CITY OF PALM SPRINGS APPROVE DATE= DEPARTMENT OF TRANSPORTATION 28931 CITY EN INFER R.C.E. MANHOLE FRAME, DRAWN BY; M.V.H. LE NO. STANDARDS ' COVER AND INNER PAN CHECKED BY; D 8 DWG. NO, 200 NO- REVISIONS APPROVED DATE 1 P,C, CONCRETE RING PER SUBSECTION 303-5.1 OF ' THE STANDARD SPECIFICATIONS SET TOP OF STANDARD MANHOLE FRAME AND 1560-C-3250-6 SACK) COVER AT FINISH GRADE OF STREET PAVEMENT SEE C.P.S STD. DWG. NO 400 I _ I� Ir o I/4" IIyPI _ ::year.,�..'.,.7:�;•� ASPHALT CONCRETE PROVIDE S" ADJUSTMENT •_ • 3-24"X3" GRADE RINGS PAVEMENT. TI-IICKNESS � �' ,'• AS SHOWN ON PLANS ALL JOINTS SHALL BE GROUTED PER ' SUBSECTIONS 202.2.22 AND 303.1.8.2 OF THE STANDARD SPECIFICATION FOR PUBLIC WORKS CONSTRUCTION. 1 1 ' NOTES: I. WHEN ADJUSTING MANHOLES TO GRADE, CONTRACTOR SHALL UTILIZE THE APPLICABLE MANHOLE SHIMS AS MANUFACTURED BY SOUTH BAY FOUNDRY ' MODEL NO,$ 131D/I 1 1/4", 2 AND, I.;,12/1 ', 1 1/4", AND 2" OR EQUAL. SOUTH BAY FOUNDRY, P.O. BOX 1256, NATIONAL CITY, CA. 91950, ' (6191 A74-848I, 2. MAXIMUM OF 3 GRADE RINGS. 1 ' CITY OF PALM SPRINGS APPROVEgEy ,/ DATE: I DEPARTMENT OF TRANSPORTATION � -- Z9931 CITY ENGINEER R.0 E. TOP OF MANHOLE DRAWN BY F1LE NO. RBJ STANDARD DETAIL CHECKED BY: DJB DWG. N0. 402 ' [NO. REVISIONS APPROVED DATE MANHOLE FRAME AND COVER 3/4" DIA. GALVANIZED STEEL ' STD. DOG. N0. 4D2 STEPS 12" O.C. BOTTOM STEP TOP OF PAVEMENT SHALL BE 18" MAX- ABOVE SHELF. STEPS SHALL BE 14" WIDE . 24" 1, b, ry III z I r 48" TO 60" I.D. i� B B I 4" 4"MIN• SECTION B-B t.NC�F'12ETE BROOM FINISH A� i A NOTES1- PRECAST REINFORCED CONCRETE MANHOLE PIPE TO MEET REQUIREMENTS OF ASTM C 478 SPECIFICATIONS WITH INCREASES P. BASE POUREDdN FIELD IN REINFORCEMENT AND WALL THICKNESS TO MEET LOCAL REQUIREMENTS. MINIMUM SECTION ELEVATION OF PRECAST MANHOLE COMPRESSIVE STRENGTH of CONCRETE ECCENTRIC CONE SMALL BE 40DO P.S.I. AT 28 DAYS. ' PCG SHALL BE 560C-3250, 6 SACK 8" V,C,P. FOR BASE. a 2. MAXIMUM SIZE PIPE ALLOWED ' o PIPE SIZE M. H. DIA, 4 4 d �, 10" V.C.P. 6"'TO 18" 48" :y� 7 20" TO 30" 60" I / --�-� — 3. FIRST STEP SI IALL BE MAX. 20- BELOW FRAME AND COVER. A .�Q� Ip 4, OPTIMUM DISTANCE BETWEEN MANHOLES IS 300 FEET, CITY ENGINEER APPROVAL IS REOUIRED TO INCREASE THIS DISTANCE. I ' 12" V.C.P. PLAN OF BASE AT "A"--"A" CITY OF PALM SPRINGS APP% ogre: DEPARTMENT OF TRANSPORTATION J�'"JJ 28931 CITY ENGINEER R.G.E. ' PRECAST CONCRETE MANHOLE DRAWN BY: MVHFICE NO.STANDARDS 48" TO 60" L.D. CHECKED BY: D,,L6, DWG. NO. 403 ' NO. REVISIONS APPROVED DATE ' EXTEND TAPE A MINIMUM OF I FOOT ABOVE FINISH GRADE ' 2' HIGH LETTER "S" TO BE STAMPED CENTER LINE OF OR CHISELED A MINIMUM OF I/B" RIGHT-OF-WAY GJ DEEP DIRECTLY OVER THE HOUSE (j 1L RIGHT-OF-WAY OR CONNECTION INTO THE CURB FACE PROPERTY LINE TOP OF CURB FINISHED STREET SURFACE - I /\\/\\//\\//\\//\\//\\//\\//\\/�\\//\\//\\% \ \ V � I TIE ORANGE COLORED "TERRA TAPE" z s I WITH BLACK LETTERS REPEATING THE WORDS 'CAUTION: BURIED SEWER LINE BELOW" OR APPROVED EQUAL CENTER LIE SEWER MAIN OF �- AROUND END OF SEWER LATERAL I I - PIPE MATERIAL TO BE V.C.P. OR ADS TRUSS PIPE,SDR 23.5 I ' 2.00% MIN, SLOPE. f i ' PLUG OR CAP LATERAL UNLESS \ JOINING EXISTING HOUSE CONNECTION INSTALL APPROVED "Y" AND I/6 OR 9" SEWER MAIN /I6 BEND AS NECESSARY. ROTATE "Y" 450 FROM HORIZONTAL UNLESS OTHER- WISE SPECIFIED BY PLANS. NOTE: I, SLOPE OP-1 ATFRAI SHAI I BF A MINIMUM OF 2.00% WITHIN PUBLIC R/W UNLESS .OTHERWISE APPROVED BY THE CITY ENGINEER- 2- LATERAL SHALL BE 4" FOR RESIDENTIAL AND 6 OR LARGER, FOR COMMERCIAL UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER. 3, PIPE MATERIAL SHALL BE EITHER VITRIFIED CLAY PIPE {V.C.P.} OR ACRYLON17RILE- BUTADIENE-STYRENE PIPE {A-B.Sj SD-R. 23.5- 4, SEE C.P.S. STD. DWG. NO. 115 FOR TRENCH AND PAVEMENT REPLACEMENT DETAILS. CRY OF PALM SPRINGS APPROVED DATE, DEPARTMENT OF TRANSPORTATION 8931. �j CITY ENGINEER STANDARD SEWER SEWER LATERAL DRAWN BY: S.J.C.77 STANDARDS ' SINGLE FAMILY RESIDENWAL CONNECTION CHECKED BY-- D.J.B. DWO. NO. 4o5 G a r W.� IS CENTERLINES LANELINES (CONT) NO PASSING ZONES-TWO DIRECTION �rx b 12 LN£HIGARAYS] li LtTILM: HIGHWAYS] DETAIL 1 DETAIL 12 < '-o DETAIL 21 x'-PF Ix'-W' F7-111 tt� 0- 7i 11-11 �� IB'- ' '-6 Id E. ^� �)• 'w..'�ny�ur��o'�r 4' a DETAIL 2 +e'-W' DETAIL 13 +e'-a' o=s' v'-u' 1r-u' r-o•a'-s" _� te'-o^ r-a' . t6•-a• _ DETAIL 22 _ zr-u' I 24-01 aynnrmrd,e.x wnrnynwar. Em 0000 Ell 19 BrAil: 3 Dstall 3 deleted DETAIL 14 d -W' oe'-o• +e•- - —>• Fa 19 g to 0000 © 0000 IN 0000 ® DETAIL 23 24•-a• 24'-0- W' DETAIL 9 +e'-u' DETAIL 14A +6•-0• +r-u' oe'-o^ ® 0 6 0 0 0 00 0 0 0 0 N—T N TYPICAL LANE LINE DELINEATION � —� J :a,�-a-a• .� a'-u• y LEGEND IN ADVANCE OF EXIT RAMP m NO PASSING ZONES-ONE DIRECTION ur,HGFss a�Tii 1A f!! DETAIL 5 ♦t F _tz•-u" _ ofi•-o^ F1 DETAIL 15 O TYPE A Hole. Ivwl-rerlenlve p-o• IT-w .r-u' -1r-u x' o' —,. —,► y a �- ^I ® irR[ ar rella. wn-r.n Gcxfw Z y ® � �� ® itt> C Rod-cl ecr Ae}rare}lectlw �� � �� ��� Q DETAIL 6 +D•-o• —>• TYPE D rw-my re11 I.Wetrnanett lr. 144.,W' to _ te'-a• _12'-u' 1 13'-0' _1 DETAIL 15 di=a• CI TYPE D u7.-" C1car s.tra-auecrre a n11 , mite 300'-0• TYPE H [no-Evy Yella.Rml re l,twi, —1 CCTeR 12 LIKES r DETAIL 7 +e•-W' a ® Q h12T-Ei 2+'-V' 24'-D' +"nfiNe a �� 9•_G• 12•_0• 59•_9• �� D.,.r, IS iG :. Ee...d In c Ybl .t I,, 1 1 DETAIL S7 <e'-o• 4"r.ua. .tfi 0.mTT 13.Det.lf 1+4 to t. ee uaw Z ®® Fl® @ 1n Gone WvtlI .ltn demo 12. 15'-N'1." V,B'-a' 2+'-0` F Dlrsc Hon o! Trov.1 'a LANELINES ss a ® a ® 0 � ® MARKER DETAILS N INJLTI"!IE HIGMAM ® ® ® ® MO & 0 & DETAIL 8 _� r-u• �r-u' 7r-c^ 17'-w 7-w. DETAIL lb e�.�_glle� -�', ]yi" DETAIL 9 .e•-o' —� —► �D._s.i,_W,, i7._D., 7._a. s.-6.. DETAIL 19 DETAIL tD +e'-W —► a 24 •-n- ® 2g•_9: v4 TYPE A & TYPE AY TYPE C & TYPE D TYPE G & TYPE N s ae o R a-a v a e o SEPlFTTATI i AUF R1,1A xv 15=0• 0 0 0 0 0 0 0 Q DETAIL 20 ne'-W —► +'-u' _f ,'-u' �_ 1e' o' 1r-W Petrwetle>re. Eccs PAVEMENT MARKERS DETAIL 11 a ® ® ® I5 AND TRAFFIC LINES TYPICAL DETAILS y NO SCALE p20A STATE OF CALIFORNIA—DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 603 San Francisco, California 94101 EXTRACT OF FROM: AWARDING AGENCY PUBLIC WORKS CONTRACT AWARD 832480000 City of Palm Springs Office of Procurement& Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE §17777.5 HAS BEEN AWARDED TO: 2 Name of General Contractor 3 Contractor's License Number Tri-Star Contracting 475515 ;. Mail Address(Street Number of P,Q Box) 5 City 15-501 Little Morongo Road Desert Hot Siprin s 6 Zip Cade 7 Telephone Number 92240 (760) 251-5454 Ext 8 Address or Location of Public Works Site(Include City and/or country) City wide sewer repairs 9. Contract or proJec[Number 10. DollarAmounc of Contract Award CP06-04 $181,256 11 Starting Date(Estimated or Actual) 12. Completion pate(Estimated or Actual) MONTH DAY YEAR (USENUMBERS) MONTH DAY YEAR (USBNUMBERS) 07/28/07 3/15/07 13 Type of Construttien(Highway,school, i5 hospital,etc Sewer repair Q NEW CONSTRUCTION ALTERATIONS 16 Classification or Typo of Workman(Carpenter plumber,etc) Concrete and asphalt n Is language included in the Contract Award to effectuate the provisions of Section 1777 5 As required by the Labor Code> . X YES NO is languago included in the Contract Award to effectuate the provisions of Section 1776, As required by the Labor Code? .. .. .. X YES NO 15 Signature 18 Title 20 Date Acting Procurement February 21, 2007 (�{0 n Manager 21 Prmla or Typed Name / 22 Telephone Numycr Craig L. Gladders 760-322-8368 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK OFFICE: LDIVV AMOUNT City Project No: ��o DATE Dates Published: a I Zg 0� APP NOTICE Y ON ❑ Bid Date & Time: PROJECT: l_ I I'V W ICG e sul.2�r RPIwi Irs 1 SUCCESSFUL: 1. r% - A(W 004170 CT111 c- 6. S�a � (�1(Q�-LI C - 2, Vi kOIO, GDrpDroihov► 7. 3. tinr— _ & 4. O 9. 5. OYt 10, INCOMPLETE BIDS: Non-responsive) WHY: CONTRACTOR BACKGROUND CHECK: Eats s" Required? Y ❑ N M, (nrrncR IF aEnulnEo) Affidavit of Non-Collusion Signed & Notarized? Y ❑/N TMY Information required of bidder page completed? Y N ❑ �/ _ , /_ Type & Amount of Insurance Required: 01:er,�'e ^e2- e242 -�'IP_ag (ATTACH AMOUWS ARE 9 FMED) � I, I Contractors License No. Y755 tS Type(s) Status IrfPA W1 4ci 06 No. of days to complete work �r7 Working Calendar Estimated Start Date: �O,bru a , 1 Estimated Completion Date: No. of days in which to execute contract after Notice of Award (date City Clerk transmits contracts for execution). 15 0a&cdoir dogd -S Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) 0 1 Any Addenda? Y ❑ N Is4 No. Addenda Signed by Contractor? Y 12IN ❑ { BONDS: PERFORMANCE BOND ICE % PAYMENT BOND [C7c % CORRECTION REPAIR BONG Q % BID BONDS: BLANK BID SPECS. Successful Bidder: �!/ CASHIER'S CHECK? Y N El DEPOSITED IN T & A? Y El LJ Five (5) extra sets Of bid El for contract execution Unsuccessful Bidders: �/t �-I-J�// CASHIER'S CHECKS? Y N LI DEPOSITED IN T & A? Y ❑ N Attached: Y ❑ N ❑ Which Contractor(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code SEC. 22300 Y ✓❑� N ❑ Labor Code 1777.5 Y ❑✓ N ❑ Labor Code 1776 Y Z N ❑ ' i California Standard Specifications EDITION Standard fSpecifications for Public Works Construction ttt�EDITION DATE: S /al BY: DEPT: Qlr S « { J VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID Bf D� ABSTRACT � ��' DATE: !m cZ .DUE � J` {O � ING TO; 7 -P JTITY COMMODITY ITEM^� " � � �� ° G Old � � 01 License Detail Pagel of 2 California Home Monday, Febru WeNcometo° Calif�( .► yI;i License Detail CALIFORNIA CONTggGTORS STATE LICEN Contractor License # 475515 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: . CSLB complaint disclosure is restricted by law (B&P_7124_6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. . Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 02/26/2007 * * * Business Information TRI-STAR CONTRACTING INC 15501 LITTLE MORONGO RD DESERT HOT SPRINGS, CA 92240 Business Phone Number: (760) 251-5454 Entity: Corporation Issue Date: 0 6/2 011 9 8 5 Reissue Date: 01/14/2003 Expire Date: 01/31/2009 * * * License Status This license is current and active. All information below should be reviewed. Additional Status Information Click here for Complaint Disclosure information. * * * Classifications KlaSil Description [A] GENERAL ENGINEERING CONTRACTOR ® GENERAL BUILDING CONTRACTOR http://www2mcslb.ca.oaov/CSLB_LIBRARY/License+Detail.asp 2/26/2007 License Detail Page 2 of 2 * * Bonding Information ' CONTRACTOR'S BOND: This license filed Contractor's Bond number 6053135 in the arr $12,500 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) LARI OWENS certified that he/she owns 10 percent or more of the voting stock/equity of the curl A bond of qualifying individual is not required. Effective Date: 01/14/2003 * * Workers Compensation Information This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 044-0019798 Effective Date: 10/01/2005 Expire Date: 10/01/2007 Workers Compensation History * * * Miscellaneous Information Date Description 01/14/2003 LICENSE REISSUED TO ANOTHER ENTITY Personnel listed on this license (current or disassociated) are listed on other liter Personnel List other Licenses Complaintt Disclosure License Number Request Contractor Name_Request Personnel Name Request Salesperson Request Salesperson Name Request Fj 2006 State of California Conditions of Use Privacy Polloy http://www2.cslb.ca.gov/CSLB_LIBP,ARY/License+Detail.asp 2/26/2007