HomeMy WebLinkAbout01669 - JONES BROS CONSTRUCTION CP79-06 SEWER &ETURN TO:
CITY OF PALM SPRINGS
BOX 1786 NOTICE OF COMPLETION
PAI.M SPRINGS, CA. 92263
NOTICE is hereby given that:
1. The City of Palm Springs, California, is a municipal corporation, organized '
,r 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 Tahquitz-
McCallum Way, Palm Springs, California.
4. The public work of improvement on the hereinafter referred to real property
within the City was COMPLETED on the 21st day of - December ,
19 81
5. The name of the contractor, (if named) , for such work of improvement was:
Jones Bros . Construction Co.
6. The property on which said public work of improvement was completed is in
the City of Palm Springs , County of Riverside, State of California, and is
described as follows:
CITY PROJECT 79-06
Reconstruct Sewer Pump Station #2.
Install Trunk Sewers on Golf Club Drive .
7. The Street Address of said property is:
DATED: January 7, 1982
CITY OF SPRINGS, CALIFORNIA
tld J
Di . of Community Dev opinent
SUBSCRIBED AND SWORN T before me
this day ofZ2.. 19
�ocO f , /�! OFFICIAL SEAL
u :w;. �e
Notary blic in and for t e County S;A OLIVE S. MARSHALL
Of Riverside State of California. p '=.+5�, NOTARY PUBLIC - CALIFORNIA
RIVERSIDE COUNTY
My comm. expires JUN 10, 1981
VERIFICATION
STATE OF CALIFORNIA)
COUNTY OF RIVERSIDE)°S'
SUDITH SUMICH, being duly sworn, says:
That she is the City Clerk of the aforesaid City of Palm Springs,
California, the corporation that executed the foregoing notice; that she
makes this verification on behalf of said corporation; that she has read
the foregoing notice of completion, and knows the contents thereof, and
that the facts stated therein are true; that as said - City Clerk,
she makes this verification on behalf of said municipal corporation.
IQ L�
S
f City Clerk
SUBSCRIBED AND SWORN TO before me
this / day of 19,�
OFFICIAL SEAI.
NotaryPublic in and for the Count of q ^c,14 OLIVE S. MARSHALL
y 1}� NOTARY PUBLIC - CALIFORNIA
Riverside, State of California. RIVERSIDE COUNTY
My comm. expires JUN 10, 1082 1
1,314
RECEIVED FOR RECORD
AT 11:00 O'CLOCK A.M.
At Request of \
Book 1992, Page
JAN 2 11982
Recorded in Official Records
Of Riverside County.California
1�1-, ,_-„Recorder
FEES $
L
Sheet 1 of 4
CITY OF PALM SPRINGS
CONSTRUCTION CHANGE ORDER
To: Jones Bros. Co_n_s_t. Co._ Date: December _2, 1981
P.O. Box 905 Project No, 79-06
Coachella, CA 92236 Project Name: Golf Club Sewers
_ _ m Change Order No. Four 4 FINAL
Attn: SJerry Jones _ Contract Purchase No. 8683
Use Acct. 61-682-8596 for Change Order
Gentlemen:
Under the provisions of Section 3 of the "Standard Specifications for the Construction
of Public Works" of the City of Palm Springs, the plane, specifications, character of
the work, and/or quantity of the work for the above referenced project are changed
and/or modified as listed under (A), at the change in contract cost listed under (B),
and at the change in contract time listed under (C) . This change order is issued for
reasons listed under (D) .
FINAL CHANGE ORDER
CHANGES IN WORK:
Install precise pressure gauges on suction and pressure sides of both pumps at Pump
Station #2 on Golf Club Drive.
CHANGES IN CONTRACT COST:
Labor and materials to install 4 ea. gauges according to Invoice #694 from Jones Bros .
Const. Co. Verified by project inspector.
Labor $433.68
Equipment 42.00
Materials 501 .43 (Invoice #694 and receipts attached
Overhead & Profit 185.59 for reference. )
TOTAL INCREASE _I ,162.70
REASON FOR CHANGE ORDER:
Requested by Webb Engineering and Water Quality Superintendent to determine accurate
output of pumps. Gauges will indicate if the suction and pressure sides of the pump
station are free of obstructions and operating properly.
SUMMARY OF COSTS:
Original Contract $474,495.60
C.C.O. #1 -0-
C.C.O. #2 +7,070.00
C.C.O. #3 -F2,676.08
This C.C.0 +1 ,162.70
FINAL CONTRACT $485 ,404.38 ($10,908.78 Total Increase)
All unit prices are "Contract Unit Prices" unleso indicated "Stipulated Unit Price"
1S.U.P.) , "Agreed Price" or 'Zxtra IOork"o _ _
I have received a copy of this change City Approval :
order and the above AGREED PRICES are Submitted by ��� Date /2
accep77blzez
o the Fontrac'tor. Ku!) 1�1(X'7(?) 1CX X;54 OftlAVA
Assistm i sneer
✓�, ��Date(".. 4,By J Approved by
� ei
Director of=oMmu<ty Deve 'Op ent
aEleppoved bA r x /_ Date
,"
Date City Manager
r 1� rL( —
istri ution:
Conformed Copy Conformed-File Copy
Engineering (1) Asst. City Engineer (1)
City Clerk. (1) Project Inspector (1)
Finance (1} Purchasing Agent (1)
Contractor (1) Water Quality Supt. (1 )
Form e-e Webb Engrng. (1 )
CONSTRUCTION CHANGE ORDER NO. THREE (3) FINAL Page 2
PROJECT NO. 79-06
REASON FOR CHANGE ORDER
1 . Requested by Andy Fisichelli to replace old service requiring repair.
2. Approved by Bert Lamb whose crews will replace landscaping.
3&4. Approved by City and Webb Engineering on August 14 during meeting to resolve
coupling installation problem.
SUMMARY OF COSTS:
Original Contract = $474,495.60
Change Order #1 = -O-
Change Order #2 = +7,070.00
Change Order #3 = +2,676.08
FINAL CONTRACT AMOUNT = 484,241 .68
iza, �.vSs2 �o.
PALAH
F S
ti 2.
r N City of Palm Springs
yCU O,♦\IU'i
Cq �0?'W P0. Box 1786, 11aho Sp,111p, Culifurnu( )oo6o (714) :3'')I8661
DEPARTMENT OF COMMUNITY DEVELOPMENT - ENGINEERING DIVISION
NOTICE OF ACCEPTANCE
FOR (K PUBLIC AND/OR ❑ PRIVATE IMPROVEMENTS
TO: Jones Bros Construe ion Co . ACCEPTANCE DATE: December 21 , 1981
P.O. Box 905 PROJECT:
_City Project 79-06
Coachella, CA 92236
Rprnnstrurt Spw r Pump Station #2
This is to inform you that the Trunk Main Installation on Golf Club Dr.
Street paving S.F. ® Sewer Manholes 8 EA.
❑ Curb and Gutter L.F. ❑ Storm drains L.F.
® Sewer Mains 21 " - 815 L.F. ❑ Survey Monuments EA
�X Sewer Mains--15" - 1206 L .F. EX] Other Rprnnstrurt Prrmn Sta . #7
located at _Goff Club Drive (Pump Sta. #2 to Pump Sta. #1 )
have been inspected and found acceptable to the City
per C.P.S. Drawing No. 2603, 2604 , Permit No. 8345
Contractor (s) actually doing work Jones Bros . Const. Co.
Notify your bonding company to release the following bonds:
No. 2=15159-914 in the amount of $ 474 495 .60 Performance
No. 2-154-91q _in the amount of $ 237 247.80 Labor & ateria s
No. in the amount of $ Monuments
* No. B392610 in the amount of $ 25 ,000 Maintenance Secur jL
Construction bond in the amount of $ for the
noted above.
Engineer Webb Engineering Bonding Co. Ohio Casualty Ins . Co.
COMMENTS:_Final Contract = $485 404.38 (see C.C.O. #4)
Pum output issue resolved by PACO pumps and the Ci v on 12/21/81
* 5-Year Maint. Bond, by The Canadian Indemnity Co. , uarantee flex couplings .
(Bond Aires 5 yea after date of completi
nuuer L. oh er Jo n A, angione
Engineering Field Supervisor Di ector of Communit Development
DISTRIBUTION: Original to Contractor; copies to: City Clerk, Building,
Field Engineering (2) , Office Engineering, General
Operations, A. Fisichelli
-CITY OIL PALMOSPRiN S
SE 2 8 !° l
CONSTRUCTION Odd&1Y DEVELOPMENT
To: Jones Bros. Construction Co. Date: September 22, 1981
P.O. Rox 905 Project No. 79-06
Coachella. CA 92236 Project flame: If Club Pumo Sta. & Sewers
Change Order No._ Three (3) FINAL
Attn: ,terry ,lnnpc Contract Purchase No. 8683
Gentlemen: Use Acct. 61-682-8590 for this Change Order
Under the provisions of Section 3 of the "Standard Specifications for the Construction
of Public Works" of the City of Palm Springs, the plans, specifications, character of
the work, and/or quantity of the work for the above referenced project are changed
and/or modified as listed under (A), at the change in contract cost listed under (B),
and at the change in contract time listed under (C). This change order is issued for
reasons listed under (D).
FINAL CHANGE ORDER
CHANGES IN WORK:
1 . Install new 2" electrical service to pump station #2 on Golf Club Drive. Remove and
replace street paving on east roadway, install new conduit from meter panel in east
parkway to pump room approx. 30' below street grade in center median of roadway.
2. Delete replacement of irrigation pipes and sprinklers and replacement of turf in
median island.
3. Credit to City for tie-rod installations on 4 ea. Mertz flex couplings buried 35'
and 27' below grade.
4. Provide $25,000, 5-year maintenance bond to guarantee replacement costs of the 4
Mertz couplings should they fail for any reason resulting in any leakage in the
lines. Jones Bros. Construction Co. will replace couplings with tie-rods and pay
all costs for the repairs.
CHANGES IN CONTRACT COST:
1 . Time and materials per Jones Bros. Invoice #651 = +$3,530.78
approved by City Inspector.
2. Credit $336.00 materials, $221 .31 labor = (557.36) ,
3. Credit $242.00 parts, $55.34 labor = (297.34)
4. $900.00 fee for Maint. Bond paid by Jones Bros. Const. _ -0-
TOTAL CHANGE ORDER = + 2,676.08
Continued on Page 2
All unit prices are "Contract Unit Prices" unless indicated "Stipulated Unit Price"
(S.U.P.) . "Agreed Price" or 3xtre Work"
I have received a copy of this change City Approvomm
orde' and the bove AGREED PRICES are Submitted b �� v DateZ
accep ble to e Contractor. EA91i16Df4r
Assista n er
By �(y d,�� Approved by ^
a.te�i Z4•e
Director ofy Develo r4ient
Title .ti to=. et /i 9., Date
� Approved by r i�w .,_ ,,=�.t.�.
Date City Manager "
Distribution:
Conformed Copy Conformed-File Co
Engineering (1) 0 soe Engineering (1)
i--City Clerk (1) Field Engineering (2)
Finance (1) Right-of-Way Agent (1)
Contractor
Form E-G
�t
JONES IROS . COINvulNSTRUC`iON CO .
LICENSE NO. 172092 85-989 AVENUE 52 . P. O. BOX 905
_COACHELLA, CALIFORNIA 92236
TELEPHONE (714( 347-2291
�. No 694
Sold To: City of .Palm Springs _Date November 9, 1981
P. 0. Box 1786
Palm Springs, CA 92262
Date Description Amount
EXTRA WORK
PROJECT NO. C. P. 79-06 PUMP STATION
ACCOUNT NO. 61-682-8590
PURCHASE ORDER NO. 34119
11/06/81 See attached time sheet $_1i162_71
64 z96
yYWORK , ftiOFC7 ate._=.
All
pw '{r �'"ry•�' ak .f.-t�4'2' h nA1[ rrn!On YCSr { J
3 +,t-c f -
_ .t �.K .,r�,A�y _"' rF - s h nr rl rt• rRrfttDtT Unt • _
.76n C5 OY'`. tip[•K� roof.+r o nv others'Ccristruction ' :
-
- YrrSCKICIF � � �� �� - r I.e ., � ti£+$-c r E< -vr To nAr! _ • -
01F Of' VK ti v/��•'�J�', J,t7�/�+�=��� �, ���� ��r��6� [n t.nwC ton JOB r D
''-: Co•+�n�4CTew riTienT ,.o' - -
aeon• - r•dirntr ,' cxTn.o[D
-- " , nAT[ +NovNy LABOR' r+oUnT .wvn�T cntv.Dfo
rrA+[ nVOIInIS
o.c 1.
�.1i.1�3=TdTf4(_
f1i\`TrftJAL b.nTo+ WORK. noNr;nr.srEC1ALi5T5 — —
nirliOtf u0 Vu,T 'UNIT COST .'.,_ IUD.TOTAE
�tiJ iZ SGu" O O�
AODfD trot[y TAGf—IIfC Jr CCIAL rnp V,T+O,fTI
- _ -- - •UnslSrWcr uo n T
TnAva [.rr"S no Q f
Orq!
TOTAL COST Or LApOn A L{33 / CY
t++l 1. [QnT or Eo Utrwrr.r. MATERIALS ANU WOnK �r � l06
--- 1
•r.r-•.. - 24% Mark-Up (/�! �b dC
... / p C
15% Mark-Up tPi d I
n, I r r1I n f r1IT 1'n OGn Ecc t•AVr.I nrT
-- -"---- - - - row DIrT+,ICT USE oN[r TOTAL TI115 REPORT J L7
i �„ .yn Y ,
Xi� w
y�'�.,�. 1m Fr..l GAAgIS •, VAfVes • •Ne { Z {v it r ,�\A! i -M .� ., Regulotors • TbenlioMeler. .}�', ,86O Sg yIl '♦1' 11 \..7, „�..1 instruments • Safety Valves E7t!yra'+, 6 Nt�LvD CITY OF COMMERCE CA 90040 ,y
4'�j ` ! f rl` • D-U•N-S 00-955.4619
y, ry ,0 c,a (219)728.06t95` �, (714)994-5050 1
Eri' ItuatM.�" I', t� ,1�'r'f
$ �,`�Yi11y 'YM!li �ry�� , S
4 11 I S6 4 r 1y', riryr1i11J1NPY�rIa S�" —� H
C115I MM& 92275 P
Dt'I "ji�,i'jtrra�}e� T
Or y'a�'v���'fuu rti�lt4�.l '4r ,At+fi�parl
MARK:
$¢G 12E IWYMIR Play TA1*1t E ORPERED 0 CUSTOMER ORDER NUMBER
/ k . Ind 7l�F 347 2292'SHsIP VIA - rr _ DAT „• INVOICE NO
IA
r L. p,..
(�
_ �{.�.4 �s}:I•�i'n'•I.a l _bY...A � _;F t VfJ�Y. •�.-
C7,1'F 1M1 tr.1F,'>Y A tro " PbEdICRIPTIQN - r " ' j- OTY SIiIPeEO DTY'B/O l,%PRICE -TOTAL y -.,4E%TENSION >
.}At1 1' �I "41✓ '^ vr,+ VMd rqi t r,` y' 1 ..+',>t /2 /r a C'
C .. R, fli •^Rj ,,'; ._^r. C��ya M`r-7` Ias} Sd {I; L� .F:l�� _
16�
30! 4.� r. r //$;C `� 3&
' � ��i. YMMt • R er k �' 4A i tIle ��Q
•- '� S Y - J f 4 / '!
r ' PLSE,PAY THIS/1MDUNT EA
AREIG r''' r_ 'r�.�r, INVOICE TOTAL -
ly,uO PA T 'SlRy} E.CHARGE 1�OF '.S$ RE11"MONTH WILL BE AODED TO AL "AMOUNTS PAST�QUE ACCORDING,TO OUR TERMS,
T ^tS�iMP1NT L�,' 1`b,WeL'NOT,RE SENT.UNLES$'REQUESTED.77 ISe'
/ NOi7GyyQ_Op�MAY B UT�A'VORNEO WITHO OUR PERMISSION. P
T7 •,1ri MA RO BY`F11SINVOtL.Eil1FT(ESR000CE D"IN"L'S.bNFORMITWS'IAI,TFIE"FA� fB ,I ,A'ND11R�r'I�tT'Of' i!!S
AS
. .1409
1 ♦ ALLIC�LA,1;MIIVO�`;ATAGE,DAMAGE, DEFECTS 9 Y BE MADE WITHIN 10 DAYS
IT
,
y
-
$�'}`tTy^Y
.LCD rlruc,- rnry _
RELEASE
MATERIALS AND LABOR
Date...Novemker...9.7_1981.......
_.....
TO WHOM IT MAY CONCERN:
For a valuable consideration the undersignediones...Bros...construction....Co..._.........._hereby releases the property
at.,._-..Golf. Club....Drx iue_.._...._.._..._. _.._.. in the City of- Palm Springs.- ..... _ _. .__......._... ... ,
California, from any liability for lien for all materials delivered by it, and labor performed, to or for that said property for or on account of
City. of .Pa1m_.Springs..._._ _.._ _ .. .. _. . _..-.to this date.
This release is conditioned upon the clearance by the bank upon which it is drawn, of the check received in payment for the above
mentioned materials and labor.
Tnuni na #F,o $1 162 71 _,.Tones—Bras L'orYiAM NAAIE t1 On Cn
Post Office Box 905
—�— ADDRESS
Coachella Calif. 2236
(Z.Toat ) "(4
woloous Form 1514 Rev.260 �— AUTHORIZED REPRESENFAML
CITY OF PALAPRIN®S •
„y
R�
CONSTRUCTION CHANCE ORDER
To: Jones Brothers Const. Co. Date; July 23, 1981
P.O. Box 905 _ _ Project No. 79-06
Coachella A Q 936 Project Name: Golf Club Dr. Sewer Project
Change Order No. Two (2)
Attn: Jerry Jones Contract Purchase No. CO 8683
*Funds Available in Acct. No. 61-682-8590
Gentlemen:
Under the provisions of Section 3 of the "Standard Specifications for the Construction
of Public Works" of the City of Palm Springs, the plans, specifications, character of
the work, and/or quantity of the work for the above referenced project are changed
and/or modified as listed under (A), at the change in contract cost listed under (B) ,
and at the change in contract time listed under (C) . This change order is issued for
reasons listed under (D) .
CHANGES IN WORK:
Apply corrosion protective polyurethane coating in new sewer pump station wet well and
shaft. Coating to be "Zebron" as manufactured by Xenex Corporation of Vancouver, WA,
Application shall be 80 mil . thick according to 3 pages of specifications (attached) .
CHANGE IN CONTRACT COST:
Apply according to referenced specifications
to wet well vault and shafting 1 ,010 S.F. @ $7.00/S.F. _ *$7,070.00
Complete including all labor, materials and equipment,
Coating to be installed by Sancon Engineering, Inc.
10613 Lawson River Ave.
Fountain Valley, CA 92708
See proposal from Nick DiBenedetto dated June 30, 1981 .
CHANGE IN CONTRACT TIME:
Above work to be completed during week of August 10.
Extend completion date from July 29 to August 14, 1981 .
REASON FOR CHANGE ORDER:
See memo from A. Fisichelli dated 07116181 .
SUMMARY:
Original contract = $474,495.60
Change Order #1 = None
Change Order #2 7,070.00
Adjusted Contract = 481 ,565.60
Attachments :
1 . "Zebron" specifications - 3 pages APPPG'dtED? N HE ITYCJUNCIL
2. Proposal dated June 30, 1981y�2E
3. Fisichelli memo dated July 16, 1981 191116}
All unit prices are "Contract Unit Prices" unless indicated "Stipulated Unit Price"
S.U,P. "A reed Price" or "Extra Work".
I ha received copy of this change City Approval: ����
11 e • and the a dve AGREED PRICES are Submitted by
iF 1 e�aF "Date-�7 accep able to th ``Contractor, Ass 't. CityIngineer
By Approved by � i=== ; �— Date
Director of ''omnunity Development"
Title X� �� r
/
Approved b Y .Lf�=y...-1'('^rsc.�a�'' ?;�.�';'/
PP Y . _! , ,r- Date
Date 7 — 2 1 — �' _ E'* City Manager
Distribution:
Conformed Copy Conformed-File C
Engineering (1) 0 ice ngineering (1)
City Clerk (1) Field Engineering (2)
Finance (1j 8ngineer/Architec t „tea
Contractor l /
Form E-G �"!1
�'b u_ ��.✓ fie E 4 �V e...l o F—A 6'� 6 C iA6 f�� [ �t C 0 [1
0 S T A T I II L A D O • ^ A N C F I i " I I C. 1, I .
MAILING ADDRESS P.O BOX 57971,LOB ANGELES_90057 67t SOUTH PARK VJLV,
TELEPHONE 365 6101
LOS ANGELES 9005;
MAINTENANCE BOND
KNOW ALL MEN LY THESE PRESENTS. That
JONES BROS. CONSTRUCTION CO. as Principal,
and THE CANADIAN INDEMNITY COMPANY, a corporation authorized to transact a general
surety business in the State of California, as Surety, are held and firmly bound
unto CITY OF PALM SPRINGS as Obligee
in the sum of TWENTY-FIVE THOUSAND AND NO/100
Y Dollars ($25,000.00 ) ,
for the payment whereof, in lawful money of the United States, said Principal
and Surety bind themselves, their heirs, administratots, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the above bounden Principal has entered into a contract, dated
FEBRUARY 10 1981 with the Obligee to do and perform the following
work: CONSTRUCTION OF WET-WELL FACILITY, VALVE MANIFOLDING FACILITY,
RECONSTRUCTION OF EXISTING DRY SUMP PUMP EQUIPMENT AND SANITARY SEWER
MAIN AT PUMP STATION NO. 2 IN THE AMOUNT OF $474,495.60. CITY PROJECT NO, 79-06
WHEREAS, the contract has been completed but if Mertz Couplings should fail for
any reasons resulting in any leakage in line, the couplings will be replaced by
Jones Bros. Construction Co. with tie rods as per plan. All costs shall be borne
by Jones Bros. Construction Co.
NOW, THEREFORE, the condition of this obligation is such, that, if the above bounden
Principal shall maintain and remedy said work free from defects in materials and
workmanship for a period of 5 years following completion, then this obligation
shall be void; otherwise to remain in full force and effect.
Signed and Sealed this 14TH day of \ SEPTEMBER 19 81
JONES \•ROS, COI UCTION CO.
By: \
BOND NO.B392610 �J
THE CANADLSN T EMNITY COMPANY
PREMIUM: $ 900.00/5 years By:
,Aida_I -_Weer-asekex Attorney-in-Fact
•
State of California
County of LOS ANGELES ss:
On SEPTEMBER 14TH before me
personally appeared AIDA I. WEERASEIZERA
• known to me to be an Attorney-in-Fact of THE CANADIAN INDEMNITY COMPANY, the corporation
described in the within instrument, and known to me to be the person who executed the said instrument
astheactof The Canadian Indemnity Company in accordance with authority conferred by said Company.
AN ]Afi71AIASIANl
Y Ub e�_'n;;; Cl—,; N1/A
1 Notary Pub
LO AN—
My Commission E plreb Pllaeah :_ 5531.
Form 914
•
® PLACE IN FRONT OF INSERTION GUIDE
PALM SPRINGS MUNICIPAL CODE
April, 1986
(Covering Ordinances through 1261)
This supplement consists of reprinted pages replacing
existing pages in the Palm Springs Municipal Code .
Remove pages listed in the column headed "Remove Pages"
and in their places insert the pages listed in the column
headed "Insert Pages. "
This Guide for Insertion should be retained as a perma-
nent record of pages supplemented and should be inserted in
the front of the code.
Remove Pages Insert Pages
TEXT
2 -------------------------------------- 2--2a
4 -------------------------------------- 4--4-1
23 ------------------------------------ 23
37 ------------------------------------ 37
• 79--97-----------------------------�---- 79--97-4
127 - - 127
127k--127m - - 127k--127m
127-3 -----------------------•---------- 127-3
127-5--128 ------------------•---------- 127-5--128c
138 ----------------------------------- 138--138e
155--156 ------------------------------ 155--156
160 ----------------------------------- 160--160-1
--- ----------------------------------- 163-1--163-6
165a--165b ------------------•---------- 165a--165b.1
165-29--165-40 --------------•---------- 165-29--165-33
166 ------------------------------------ 166
166-4--166-4a ------------------------- 166-4--166-4a
166-6--166-7 -------------------------- 166-6--166-7a
166-11 ----------------------•---------- 166-11--166-llc
211 ------------------------------------ 211
215-1 ---------------------------------- 215-1--215-2
217--224 ------------------------------ 217--224-2
TABLES
312 ------------------------------------ 312
321-9 ---------------------------------- 321-9
•
(Palm Springs 4/86)
POWER OF ATTORNEY No, US79 — 1
KNOW ALL MEN BY THESE PRESENTS, that THE CANADIAN
INDEMNITY COMPANY, of NVINNIPEG, MANITOBA, CANADA, has made,
constituted and appointed, and by these presents does hereby make, constitute
and appoint
AIDA I. WEERASEKERA Los Angeles, California
its true, sufficient and lawful attorney, with full power and authority to make,
execute, attach its corporate seal thereto, and deliver for it, in its name and on its
behalf,
BONDS, GUARANTEES OR OTHER OBLIGATIONS OF SURETYSHIP
hereby giving its said attorney full power and authority to do everything
whatsoever requisite and necessary to be done for the purpose of making,
executing and delivering such obligations as fully as the officers of the said THE
CANADIAN INDEMNITY COMPANY could do, if personally present, and
hereby ratifying and confirming all that its said attorney shall lawfully do, or
cause to be done by virtue hereof, but reserving to itself full power of substitution
and revocation.
IN WITNESS WHEREOF, the said THE CANADIAN INDEMNITY
COMPANY has caused its corporate seal to be hereunto affixed and these presents
to be duly executed by its proper officers at the Executive Offices of the
Company in the CITY OF TORONTO, ONTARIO, CANADA, on the 4th
day of May, 1979 A.D.
THE CANADIAN INDEMNITY COMPANY-
/ l
G. F. [datts, Vice-President Underwriting
W. B. Gresham, Secretary
r MEMORANDUM 10
,F�>z
DATE : 7/l6/81
TO : ',Mohler, Assistant City Engineer �\
FROM : -'.,^:'i."isichelli t Water 'oua lity. Supt
SUBJECT : Corros=ioaProtection: 12 Pump Satation Pot fVe—
It is reconunended that _. corrosion. protection lining be applied to the
entiou surface area of the subject wet well; a product referred to as
Hebron" as applied by San Con Engineers representing the _..enex Corporation
appears to be an effective tive anU long lasting bond protection for concrete
structures.
Backi;roLuly' : The presence of sulphide end products in `e a
sJp'" �S waste water aJ^,.,
natural .n expected ed constituent of sewage flows. Conssr l ;'u'ei
wells .force mains and other concrete or cement lined structures which are
__n contact with sewage flows and retain such f o: � rysusceptible -
�- VS�are ie.l
to the ; ecompoFition of sulphide products into hydrogen sulphide and
[[ xF [[ 11111 sulphu"Ous acid which in turn attack and uiestroy concrete structur
Increased temperatures, st LgLiS7 L -GSs aoo:i:iate E1L formation
of hydrogen sulphide and acids and protection against such attacn is most
critical in our particular climate and sewer pipe grade coy'!+c!itions.
.La order to protect the system, various methods can be ei' ploy:;'
amongst whilh would be the bonding of an approved plastic or epoxy type
material to the concrete lining of the structure. The application
_icacia of the
bond is most crticaia since any improper bonding or idefect, in the 't;'_'Iichnesv,
of adherence of the lJollud material would inze.. fer'e and _`.isacredit the protcci.-
io'n required.
A ;.roduct referred in the literature as "'. ebron" has been in
use within the Orange County ,jAknita.t_on District for the protection of manh Ol
and wet wells for the past 5 years with marked success. CoiLm.unicatio_= pith
District u8n tgineerTom Dawes of Orange County confirms its use and ,;,?'t,e fact
flat it has been found morb cost f f ec"t ive than relining ng with vc. It has
also recently been used locally t b • •• i.tV3 Cook
y l_�r =o,: the i'eha.=i15_'ta.tz;an of the � .,Qo.c at
Pumping ;citation iral'yich had tieter'ior ate& fine to sulphide corrosion, and attack.
inspection of this station ani'�:i. the ZQbron application appron a month agog
further 12i"vilel^ confirmed {':i3f: effectiveness 'u_� the application�g. r •_•nl S',:
o 7.i_.. aj'3j.'+l.i at .:rkl ;.:,y ;jail Con I -a}i e'"
and its resistance toany deterioration, fever after � months
api;:Sica.ciG_lj .
__'t would be anticipated that this Toro of protection would be
MOCl.= for move than = hu 5 year warranty period offi.i a by the e cu;"o
and would protect the integrity of T.rhe §Z 'L'mp Station Wet Well! as =a mcY--
oost effective measure. The estimate of $ 000 for this protection would be
recommended ded by this office.
CITY OF PALM SPRINGS
•
SANCON ENGINEERING INC.
10613 LAWSON RIVER AVENUE • FOUNTAIN VALLEY, CA 92708 0 (714) 964-7588
June 30, 1981
Charles Johnson, Consulting Engineer
1059 N. Palm Canyon Dr.
Palm Springs , CA 91766
Attn: IDx. Charles Johnson
Mr. Johnson:
This is to confirm our verbal quote of 6/22/81 regarding
Zebron lining the sewage wetwell presently under construction
in Palm Springs.
Our understanding is than the precast vault is 640 s . f. and
a 5 foot diameter shaft 23 '-6,, long is being considered for
lining.
The price of $7. 50/s .f. quoted was for the vault only, how-
ever if the shafting is also included the footage becomes
large enough for a price reduction of . 50/s. f.
The following prices are for 80 mil thick Zebron lining
including all labor, materials and equipment:
Vault only- 640 s .f. @ $7 . 50/s .f. $4, 800 .
Vault & Shafting- 1010 s .f. @ $7. 00/s . f. $7, 070.
These prices are effective for a period of 90 days only.
If any additional information is needed please feel free
to call.
SANCON ENGINEERING INC .
ZB e n d t t o
President
ND: dd
-..9G/2 /��o fv� ✓ caN'c�^" /J,�Z�d°,C�.-DN�i.P.�-O
• • page i of 3
GENERAL SPECIFICATIONS FOR POLYURETHANE
LINING OF NEW CONCRETE STRUCTURES
SCOPE
The Scope of the lining work shall include ; unless
otherwise shown on the plans, all above water interior
concrete surfaces .
GENERAL
The Contractor shall furnish all labor, material and
equipment necessary for 'the preparation of surfaces ,
application of lining, safety procedures , protection of
existing surfaces and equipment and clean up.
SURFACE PREPARATION
All new concrete surfaces to be lined shall be
lightly sandblasted to remove all chalk, laitence and
surface glaze. After sandblasting the surface shall be
blown clean with dry, oil free high pressure air.
All debris produced from the sandblasting operation
shall be removed from the structure prior to coating. No
debris shall be allowed to enter the sewer system. The
concrete surface shall be allowed to dry prior to install-
ation of the liner.
LINING INSTALLATION
The lining installation shall be performed only by
workman approved by the manufacturer as trained and
experienced with the specified material. The lining shall
by applied by high pressure airless equipment approved
by the lining manufacturer. The equipment shall be in
good working order to insure correct preportioning and
mixing of the components .
The lining shall be applied to a thickness of 80 mils
without seams, free from any holes or defects . If
continuous application of the lining cannot be made before
the surface becomes tack free, the Contractor shall sand
or wire brush 2 inches of the tack free lining surface
prior to continuing the process.
• page 2 of 3
During the lining application the Contractor shall
take wet gage thickness readings as required to insure
correct lining thickness.
The finished coating shall be free from porousity
and shall be tested for holidays using a spark type tester
in the presence of the Engineer. All holidays found
shall be marked and patched by hand troweling.
Application of the lining shall not take place when
exposed to rain, fog or high winds. It is the Contractor' s
responsibility to insure protection of the work from the
above mentioned conditions .
LINING MATERIAL
The lining material shall be a two component, 100%
solid, non-solvented hybrid polyurethane such as "ZEBRON"
as manufactured by Xenex Corporation of Vancouver, WA ,
or equal.
The material shall be the high build type capable
of application thickness as specified without runs or sags,
.and shall be capable of passing ASTM D-1737 for flexibility.
The Contractor shall provide in writing, certification
from the manufacturer that the lining material used is
as specified.
SAFETY AND HEALTH REQUIREMENTS
General - In accordance with the requirements
of the O.S.H.A. Regulations for Construction,
the Contractor shall provide and require the use
of personal protective and lifesaving equipment
for all persons working in or about the project.
Head and Face Protection and Respiratory Devices Such equipment shall include protective helmets
conforming to the requirements of ANSI Z89. 2-1971
which shall be worn by all persons at all times
while in the vicinity of the work. In addition,
workers engaged in or near the work during sand-
blasting shall wear eye. and' face protection
devices meeting the requirements of ANSI Z87-. 1-1968
and air purifying half-mask or mouthpiece
respirator with appropriate filter.
0 page 3 of 3
Ventilation - Where ventilation is used to control
potential exposures to workers as set forth in
Sect.bn 1910.94 of the O.S.H.A. Regulations for
Construction, ventilation shall be adequate to reduce
the concentration of the air contaminant to the
degree that a hazard to the worker does not exist.
Methods of ventilation shall meet the requirements
set forth in ANSI Z9 . 2-196o.
Temporary Ladders and Scaffolding - All temporary
ladders and scaffolding shall conform to the
applicable requirements of Subpart L Section 1926.45
and 1926.451 of the O.S.H.A. Regulations for Con-
struction. They shall be erected to facilitate
proper application of the lining.
MINUTE ORDER NO. 2975
APPROVING CHANGE ORDER NO. 2 TO INCREASE
CONTRACT WITH JONES BROS. CONSTRUCTION CO.
BY $7,070.00, FOR GOLF CLUB DRIVE SEWER
PUMP STATION, CITY PROJECT NO. 79-06.
I HEREBY CERTIFY that this Minute Order, approving Change
Order No. 2 to increase the contract with Jones Bros.
Construction Co. , by $7,070.00 for Golf Club Drive Sewer
Pump Station, was adopted by the City Council of the City
of Palm Springs, in a meeting thereof held on the 5th day
of August, 1981 .
NORMAN R. KING
City Clerk
By: JUDITH SUMICH
Deputy City Clerk
w,
CITY OF PALM6 SPRINGS
CONSTRUCTION CHANGE ORDER
To: Jones Bros. Construction Co. Date: June 12, 1981
Post Office Box_905 Project No. 79-06
85-989 Avenue 52 Prrojeet Name: Golf Club Drive Sewers
Coachella, CA 92236� Change Order No. One (1 )
Attn: John Jones Contract Purchase No. C08683
Gentlemen:
Under the provisions of Seceion 3 of the "Standard Specifications for the Construction
of Public Works" of the City of Palm Springa, the plane, specifications, character of
the work, and/or quantity of the work for the above referenced project are changed
and/or modified as listed under (A), at the change in contract cost listed under (B),
and at the change in contract time listed under (C). This change order is issued for
reasons listed under (D)o
Changes in Work:
Delay in delivery of pumps , motors and check valves for sewer pump station.
Changes in Contract Cost:
None.
Changes in Contract Time:
Original completion date was June 10, 1981 .
Extend contract time thirty-five (35) working days.
New final completion date shall be July 29, 1981 .
Reason for Change Order:
See letter from Jones Bros. dated June 9, 1981
See letter from PACO Pumps dated May 26, 1981 .
Attachments : Letters noted above.
All unit prices are "Contract Unit Priced" unleco indicated "Stipulated Unit Price"
(S.U.P.) . "Agreed Price" or 13mro Work"
I have received a copy of this change City Approval:
order and the above AGREED PRICES are Submitted by DateG Z &
acceptable to the. Contractor. K99*9901 9 X U)6oiF1lubt '
r Assista C t ineer ,
By ' �, « ::_°r,,2,,w{!'„b �_ Approved by Date G� 17 B/
Director of C rr, 7ty Dev opment
Title Approved by �.� � �/1.�, Date
i �v
City Manager
Date '
Distribution:
Conformed Copy Conformed-File CO2Y
Engineering (1) 0 ice Engineer ing (1)
City Clerk /- (1) Field Engineering (2)
Finance (1) Rah* ^ �—e= aTA•gt,,� (1)
Contractor (1)
Form E-G
JONES BROS . CONSTRUCTION CO .
-W
GRADING, PAVING, UNDERGROUND AND EQUIPMENT RENTALS
85-989 AVENUE 52 • P. O. BOX 905 • COACHELLA, CALIFORNIA 92236
TELEPHONE (714) 347-2291
LICENSE NO. 172092
June 9, 1.981
City of Palm Springs
P. 0. Box 1767
Palm Springs, Calif. 92262
Attention: R. L. Molher
RE: City Project No. 79-06, Golf Club Dr.
Dear Sir,
Due to the delay being experienced in acquisition of pumps
and check valves for subject project, we find that we must
ask for an extension on the contract. Based on current
delivery dates from suppliers, we hereby ask for an extension
of (35) thirty—five working days in the contract duration.
The final completion date will therefore by July 29, 1981.
Respectfully Submitted,
Charles Ahnson
Project kFngineer,
Jones Brothers Construction
CAJ/kh
PACO
PUMPS
Yacc Pumps, a dj isicn of Haithnorr Atr•coil Co., Inc
6838 Acoo Street
CiLy of Commerce, CA 90040
(213) 685-3250 Telex: 67-4341
May 26, 1981
S
Jones Brothers Construction Company
P.O. Box 905
Coachella, California 92236
Attention: Charles Johnson
Reference: Pump Station Igo. 1 Palm Springs
Your P.O. 9764
Dear Mr. Johnson:
In reply to your inquiry regarding the status of your order for the two (2)
Sewage Ejectors, we have received a current report from our Production Control
Department.
Due to a delay in receipt of the electric motors, which are now promised
to us for arrival on May 29, 1981, the scheduled ship date for the pumps is now
June 1,2, 1981. pp
17 _1,hi JOKP!
Should the motors arrive earlier, every effort will be made to improve the
schedule.
Very truly yours,
PAW PIMPS
Hank Maron
HM:sc
Jones Bros. Constr Co. - Pump
Sta 2, Sewer Main, etc. CP
79-06
AGREEMENT #1669 (Orig 2-10-81)
CITY OF PALM SPRINGS, rALIFORNIA Mo 2884, 1-21-81
DEPARTMENT OF COMMUNITY DEVELOPMENT
SPECIAL PROVISIONS AND PROPOSAL
FOR THE
CONSTRUCTION OF WET WELL FACILITY, CONSTRUCTION OF VALVE MANIFOLDING
FACILITY, RECONSTRUCTION OF EXISTING DRY SUMP/PUMP EQUIPMENT AND CON-
STRUCTION OF A SANITARY SEWER MAIN GRAVITY AND FORCE MAINS) .
CITY OF PALM SPRINGS, CALIFORNIA
CITY PROJECT NO. 79-06
FOR USE IN CONJUNCTION WITH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
(1979 EDITION)
JOHN A. MANGIONE
DIRECTOR OF COMMUNITY DEVELOPMENT,
BID OPENING Jan. 6 ,1981
�3y:00 P.M.
BIDDER'S NAME j e rrr, A5(j(VS [`O.GSY L'a.
ADDRESS
TELEPHONE
. SECTION 1
CITY OF PALM SPRINGS
STATE OF CALIFORNIA
NOTICE TO CONTRACTORS
1-1 SEALED PROPOSALS FOR
City Project No. 79-06, will be received at the office of the Purchasing Agent,
425 North Civic Drive, City of Palm Springs, California, until 3:00 p.m. on
January 6 , 1981 , at which time they will be publicly opened and
read in the Purchasing Agent's office, for performing work as follows :
Construction of Wet Well facility, Construction of Valve
Manifolding facility, Reconstruction of existing Dry Sump/
Pump Equipment and Construction of Sanitary Sewer Main
(Gravity and Force Mains) , including Sewer Manholes, Asphalt
Concrete Pavement replacement, and other incidental work as
shown on the plans.
No bid will be considered unless it is made on a proposal form furnished by the
City. Each bid must be accompanied by cash, a certified or cashier's check or
bidder's bond of the prescribed form and made payable to the City of Palm Springs
for an amount equal to at least ten (10) percent of the amount bid, such guaranty
to be forfeited should the bidder to whom the contract is awarded fail to furnish
the required bonds and to enter into a contract with the City within the period
of time provided by the Proposal Requirements.
In accordance with the provisions of Section 1773.2 of the Labor Code of the
State of California, the Director of Industrial Relations has determined the
general prevailing rates of wages and employer payments for health and wel-
fare, vacation, pensions and similar purposes applicable is on file in the
Department of Community Development of the City of Palm Springs. The Contractor
shall post a copy of these prevailing wage rates at the site of this project.
It shall be mandatory upon the Contractor to whom the contract is awarded to pay
not less than the said specified prevailing rates of wages to all workmen employ-
ed by him in the execution of the contract.
All bids are to be compared on the basis of the City Engineer's estimates of the
quantities of work to be done. No bid will be accepted from a Contractor who
has not been licensed in accordance with the provisions of Chapter 9 of Division
3 of the Business and Professions Code.
Plans, specifications, and proposals may be obtained from the Information
Permit, Center, located at the Building Division, City Hall , Palm Springs, Cali-
fornia, at a cost of $25.00. A charge of50.00 will be made on plans mailed
out. Such requests and fees for plans and specifications to be mailed out must
be addressed to the Building and Safety Director's Office.
The special attention of prospective bidders is called to Sections 2,3,4 & 5
of the General Provisions of the Standard Specifications for Public Works Con-
struction for full details as to proposal requirements and condition and award
of contract.
The City of Palm Springs reserves the right to reject any or all bids and the
right to waive minor irregularities or informalities in any bonds or in the
contract proposal .
1
0 0
SECTION 1 , NOTICE TO CONTRACTORS, PAGE 2
CITY PROJECT NO. 79-06
The successful bidder shall meet all insurance requirements of the City
including but not limited to, the provision of personal and property
liability including automobile coverage, Workman's Compensation and C.O.C.
Policies, in limits acceptable to the City. All required insurance shall
name the City of Palm Springs as an additional insured.
Dated: December 9, 1980
Publication Dates: December 11 and December 19, 1980
2
• 0
SECTION 2 - PUMPING FACILITIES
_ - SPECIAL PROVISIONS - GENERAL
2-1 The work to be done generally consists of furnishing all materials, labor,
machinery, supervision and services necessary to complete the project. The
work involves:
CONSTRUCTION OF WET WELL FACILITY, CONSTRUCTION OF VALVE
MANIFOLDING FACILITY, RECONSTRUCTION OF EXISTING DRY SUMP/
PUMP EQUIPMENT AND CONSTRUCTION OF SANITARY SEWER MAIN
(GRAVITY AND FORCE MAINS) , INCLUDING SEWER MANHOLES, ASPHALT
CONCRETE PAVEMENT REPLACEMENT, AND OTHER INCIDENTAL WORK AS
SHOWN ON THE PLANS.
The contract work to be executed under these specifications, its location,
nature, size and extent, and the form and detail of its various features are
shown on the drawings, which are hereby made a part of these specifications.
2-2 CONTRACT COMPLETION SCHEDULE
The work under this contract shall be completed in one-hundred and twenty
(120) calendar days following the date of the City's Notice to Proceed.
The completion time in calendar days includes Saturdays, Sundays and
holidays. The Contractorshall begin work within 15 calendar days from the
date of execution of contract and shall diligently prosecute the same to com-
pletion before the expiration of the completion time from the date of the Cit_y's
Notice to Proceed.
2-3 STANDARD SPECIFICATIONS
All work shall be done in accordance with the plans and the "Standard
Specifications for Public Works Construction" which comprises all the directions,
provisions and requirements contained in the 1976 Edition of the "Standard
Specifications for Public Works Construction", written and promulgated by the
Southern California Chapter of the American Public Works Association and Southern
California District Associated General Contractors of California Joint Cooperative
Committee, as amended to date at the first publication of the invitation to bid.
2-4 LIQUIDATED DAMAGES
Attention is called to Part 1, Section 6-9, "Liquidated Damages", of the
Standard Specifications.
� 2-5 UTILITY LOCATION AND PROTECTION
_ The Contractor shall be responsible for the location and protection of all
utilities encountered within the construction area.
3
0 •
2-6 TRAFFIC CONTROL AND ACCESS
A schedule of work shall be submitted to the Engineering Division prior -
to start of work. -
The Contractor shall provide and maintain all necessary traffic control
to protect and guide traffic for all work in the construction area. All traffic
controls shall be clearly posted with signs prior to the beginning of any work.
All traffic restrictions listed herein are to supplement other traffic regul-
Lions of the City of Palm Springs and are not intended to delete any part of
these regulations.
2-7 STAKING
All staking will be done by Webb Engineering survey crew. One set of
stakes will be provided for the Contractor. Any additional staking or restaking
shall be done by Webb Engineering at Contractor's expense.
2-8 PORTLAND CEMENT CONCRETE
All reinforced P.C. concrete shall be "7 sack" min. mix. (See Section 3-3)
2-9 ASPHALT CONCRETE PAVING
All asphalt concrete paving shall be AR-1000, two lifts: first lift 3"
of 1/2" maximum, and second lift L" of 1/2" maximum (See Section
2-10 SAFETY
Attention is directed to Section 7-10.4.1 of the Standard Specifications.
The provisions thereof, CAL OSHA requirements, and the provisions of "Permit
To Excavate" obtained by the Contractor from the State Division of Industrial
Safety will be complied with.
2-11 PAVEMENT REMOVAL
Payment for saw-cutting, pavement removal and haul away shall be considered
as included in the price for excavation, and no other compensation shall be made
therefore.
2-12 TRENCH EXCAVATION AND BACKFILL
Payment for trench, site excavation, backfill and compaction shall be con-
sidered as included in the price for excavation, and no other compensation shall
be made therefore.
2-13 TEMPORARY STREET PAVEMENT REPLACEMENT
Unless permanent pavement is placed immediately, all pavement removed for
trenching operation shall be replaced with two inches of temporary asphaltic _-
concrete paving mix after compaction is approved by the City, or within five (5)
days after the installation of the sewer pipe, whichever comes first. Cross -
streets are to be paved with temporary pavement on the same day that excavation
is made. Temporary pavement will be maintained so that a smooth traversable
4
surface is available ball times for vehicular traffi�l*free from ruts, de-
pressions, holes, and loose gravel. Temporary pavement shall conform to the
provisions of Section 306-1.5.1 of the °Standard Specifications for Public
- Works Construction", 1979 edition.
J-IA PP:PMAF1HH ' PAWMI?MP REPLACEMENT
- Permanent asphaltic concrete pavement replacement shall be constructed
as shown on Sheet of sewer improvement plans and shall be placed in all
streets in which pavement of any type is removed except as herein specified.
Permanent paving shall comply with the applicable portions of Section 302-5
of the "Standard Specifications for Public Works Construction", 1979 Edition.
Permanent pavement replacement shall include both trench pavement replacement
and an overlay of the entire roadway and shall be completed no later than 14
calendar days following temporary pavement installation. Paving asphalt shall
be AR 1000.
Asphaltic concrete pavement replacement shall consist of a three inch
thick asphaltic concrete pavement placed within the trench excavation limits.
(Type I - Class C (1/2") Aggregate) . After completion of trench pavement re-
placement (including lateral trench pavement replacement) the entire roadway
width shall be paved with a one inch thick asphaltic concrete pavement cap
(Type I - Class D (1/2") Aggregate) Note that 1" A.C. overlay is a separate
bid item. The total asphaltic concrete pavement thickness within the trench
excavation limits thus shall be four inches.
Note that the three (3") inches of pavement replacement within the trench
is included in the unit price of sewer pipe and no extra compensation will be
made therefore. The one (1") inch over is a separate bid item and shall be
paid at unit price per bid.
The limits of the overlay portion of the pavement replacement shall be in
accordance with the typical limits of overlay per Section
shown on Sheet 1 of sewer improvement plans.
2-15 EXCAVATION
Excavation for the pumping station shall be done in accordance with CAL-
OSHA requirements.
Pursuant to Section 6705 of the Labor Code of the State of California, in
advance of any excavation pursuant to this contract, Contractor shall submit
to the City for its acceptance a detailed plan showing the design of shoring
piling, bracing, sloping, etc. , or other provisions to be made for worker
protection from the hazard of caving ground during the excavation. If such
plan varies from the shoring system standards, the plan shall be prepared by
a registered civil or structural engineer. Nothing in this provisions shall
be deemed to allow the use of a shoring, piling, shoping, or protective system
5 0� /G6 y aN& �jtof �aw✓AZ
• 0
less effective than that required by the "Construction Safety Orders". Re-
ference shall also be made to the rules, orders, and regulations of the Di-
vision of Industrial Safety of the State of California, latest editions, and
the U.S. Department of Labor, Safety and Health Standards for Construction,
latest edition.
Full compensation for complying with these requirements shall be in-
cluded within the lump sum bid item designated therefor.
2-16 SOIL INVESTIGATION
A specific soil investigation for the area of the project was not made
It shall be the responsibility of the bidder to satisfy himself as to the
kind and type of soil to be encountered.
2-17 GROUND WATER
Contractor shall investigate the possibility of ground water prior to
submitting bid and shall assume all cost and liabilities incurred, should a
ground water problem arise.
2-18 DUCTILE IRON PIPE/FITTINGS
All material used for cons;truction shall comply with ANSI Standards
A21.50, A21.51, A21.52 and A21.10, AWWA Standards C115/21.15-75, C150/21.50-76,
C151/21.51-76, C110/21.10-77 and C101/21.1-67 (R1977) .
All pipe/fittings shall be coated inside and outside per ANSI Standard
A21.6- (latest edition) .
Cement mortar lining, where applicable, shall be in accordance with ANSI
Standard A21.4-1964 and AWWA Standard C104/21.4 (latest edition) .
No mechanical, bell & spigot, or other type of joint EXCEPT bolted flanges
shall be allowed.
The weight, class or nominal thickness, and casting period shall be shown
on each pipe. The manufacturer's mark, the year in which the pipe was produced
and the letters "DI" or "DUCTILE" shall be cast or stamped on the pipe.
2-19 VITRIFIED CLAY PIPE
Vitrified clay pipe and fittings, shall be extra strength and
shall conform in every respect with the requirements of the specifications
and standards of the Clay Pipe Institute and Sections 207-8 of the Standard _
Specifications for Public Works Construction, 1976 Edition, for the size of
pipe indicated upon the plans. Vitrified clay pipe shall be of the best
quality, vitrified, homogeneous in structure, thoroughly burned throughout
the entire thickness, free from cracks or other imperfections and must give
a clear metallic ring when struck with a hammer.
6
2-20 JOINTS
Joints in vitrified clay pipe shall be made by using a factory-made mecha-
nical compression joint, consisting of a plastic material (Polyurethane) , and
z;halI hc, "Wedge Lock" or "Speed-Seal", or approved equal, and shall conform
with the requirements of Section 208-2.1.6 Type "G" Joints of the Standard
Specifications for Public Works Construction, 1976 Edition.
2-21 TT -5. COOMMPPOSITE PIPE & JOINTS
The pig 11 consist of two concentric extruded bras es
integrally connected by w 'bs... o form a circular t D L e longitudinal void
>_
spaces shall be filled with inert„ , _ Pipe, fittings and joints shall
comply with A.S.T. 80, except as modified by 207-15, Standard
Spec' ions.
2-22 POLY VINYL CHLORIDE (PVC) PIPE & JOINTS
The PVC force main shall be Class 150 with integral bell and spigot
joints and shall meet all the requirements of AWWA C900 Standards and the
- requirements of DR18.
All pipe shall be suitable for use as a pressure conduit. Provisions
must be made for expansion and contraction at each joint with an elastomeric
ring. The bell shall consist of an integral wall section with a solid cross-
section elastomeric ring which meets the requirements of ASTM D-1869 and E-
477. The bell section shall be designed to be at least as strong as the
pipe wall. Each length of pipe shall be tested to four times the class
pressure of the pipe for a minimum of 5 seconds. The integral bell shall
be tested with the pipe. The pipe shall also meet Quick-Burst test in ac-
cordance with ASTM D1599. Class 150 shall have a minimum burst pressure of
755 p.s.i. at 730F for 60-70 seconds.
2-23 TEMPORARY HANDLING OF SEWAGE
Certain work in connection with tying into existing 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 City Engineer.
One such temporary handling of sewage will be needed during the con-
struction of new wet well and modifications to the existing pump station.
One possible method is to use submersible sewage pumps in existing man-
hole just upstream of existing wet well and pump as far as necessary to
7
get into the gravity system on the North side of Palm Canyon Wash.
It should be noted that this is not the only acceptable method and
the contractor has a choice of using any other method approved and
acceptable to the City Engineer.
Sewage so diverted shall be handled in a manner so as not to
create a public nuisance or health hazard. No extra compensation
will be allowed in connection with the temporary diversion of sewage,
and all such costs shall be included in the various contract unit
prices.
2-24 CONNECTIONS TO EXISTING MANHOLES
The Contractor shall make connections to existing manholes
at the location and elevation ;shown on the plans. Deviation from
form and grade shall not be greater than 1/4 inch. The channel
surface shall be smoothened with epoxy mortar. The new sewer shall
be firmly embedded in epoxy grout where it joins the existing man-
hole.
Payment for connections to existing manholes shall be in-
cluded in the contract price paid for the various items of work
wherein connections to existing manholes are required, and no ad-
ditional allowance will be made therefor.
2-25 PROTECTION OF SURVEY MONUMENTS
It shall be the Contractor's responsibility to protect all
the existing survey monuments. Removal of such monuments or dis-
placement thereof shall require their resetting per City Standards
for the existing type of monument.
The cost of resetting such monuments shall be the financial
responsibility of the Contractor. Contractor is advised that re-
setting of monuments must be done by a registered civil engineer
or a licensed land surveyor. Should the Contractor anticipate re-
moval of any survey monuments, he shall include the cost of reset-
ting of the same in the various items of work, and no additional
compensation will be made therefore.
8
2-26 MANHOLE
Ti", nianhoLe:, t,liaLl be cons LruuLcd in accordance with the City
of Palm Springs Standard Drawing No. 403, and at the locations
shown on the plans. All concrete used in the manholes shall be 560-
C-3250 as specified in these specifications.
2-27 WATER SUPPLY FOR COMPACTION AND DUST CONTROL
Contractor shall furnish and apply all water necessary for com-
paction and dust abatement purposes.
He shall apply water to construction areas where dust conditions
so warrant, as directed by the City Engineer.
The water supply shall be the responsibility of the Contractor.
Full compensation for complying with these requirements shall
be considered as included in the price bid for the various items of
work, and no additional compensation shall be made therefor.
2-28 SPECIAL WATER SEWER CROSSINGS
At the locations shown on the plans or if the vertical separa-
tion between the outside of the sewer pipe and the outside of exist-
ing water pipes at crossings is less than one (1) foot, and when direc-
ted by the City Engineer, the Contractor shall provide the construction
required per the detail shown on the plans.
The City Engineer hereby reserves the right to increase or decrease
this item from the quantity shown on the Proposal forms without alter-
ing the unit price bid per each.
Full compensation for special water sewer crossing as shown on
the detail sheet shall be paid for at bid unit price per lineal foot
and no other compensation shall be made therefor. Payment for special
water sewer crossings shall include the sewer carrier pipe. There will
be no payment for the bid item for sewer pipe within the limits of the
special construction.
9
2-29 CLEANUP
During performance and upon completion of the work on this project, Con- _
tractor shall be responsible for removing all unused equipment and instruments
of service, all excess or unsuitable material, trash, rubbish and debris, and
for legally disposing of same. The entire area shall be left in a neat, clean
and acceptable condition as approved by the City Engineer.
2-30 UNKNOWN UTILITIES DISCLOSED DURING CONTRACT WORK - NOT INCLUDING
SERVICE CONNECTION.
In the event that a utility is disclosed or installed subsequent to the
award of contract, such utility not being indicated on the drawings, the alter-
ation, relocation or proper support and protection shall be done and paid for
as follows:
When said utility is found to occupy the space required to be occupied by
a part of the permanent works to be constructed under the contract, the City
will arrange for the relocation or alteration of said utility, or require the
Contractor to do same as "Extra Work".
When the said utility is found to lie parallel to thepermanent work and
within the trench prism defined by the minimum allowable trench excavation
consistent with safety and the rules, orders and regulations of Local, State
and Federal agencies having jurisdiction; the City will arrange for the re-
location protection or alteration of said utility, or require the Contractor
to do same as "Extra Work".
When said utility is more or less parallel with, and any portion of it
does not lie within the trench prism specified hereinabove, the Contractor
shall advise the City thereof, and in cooperation with the owner of the utility,
provide and place the ne;essary support, if any, for proper protection to ensure
continuous and safe operation of -the utility. All costs of such work shall be
borne by the Contractor.
Utilities found to cross the excavation but not intercepting the permanent
works to be constructed, then the Contractor will be required to protect the
existing facility in place and construct the proposed facility under the
unknown utility.
Compensation for such crossings will be at a unit price per each in _
accordance with the proposal therefor. The number of such crossings is esti-
10 _
0
mated and the City hereby expressly reserves the right to add to the number
shown, or decrease from the number shown, or to totally delete the item for
unknown utility crossings at no change in the unit price per each. The time
extension for such crossings shall be determined by the City and shall be
added to the total time for completion allowed, and for which no liquidated
damages will be assessed.
Upon disclosing a utility in the course of excavation that was not indi-
cated on the drawings or marked in the field, the Contractor shall protect it
in place. However, he shall immediately investigate if it is abandoned. The
Contractor will be compensated at the bid unit price for unknown utility
crossings for the initial crossing of abandoned lines only; and only if he
did protect the abandoned utility in place.
2-31 AIR TESTING OF MAINS
All mains to be air tested according to the Standard Specifications.
2_32 ISTING POWER POLES
E ' ting power poles are shown on the plans per aerial ph( The
contractor sh support the poles during constructio pport of poles
will be to the satis ion of Southern California on Company. The method
of support of poles will be roved by South California Edison Company,
Contractor shall contact Southern nia Edison Company at least one week
prior to start of construction
Contractor is advi to familiarize himsel th the construction site
prior to bidding e job. Full compensation for complyi ith the above re-
q uiremen shall be considered as included in the contract uni lump sum
or. s and no additional allowance will be made therefor,
2-33 FIELD TESTS, ADJUSTMENT AND INITIAL OPERATION
Any mechanical and electrical equipment shall be tested by the Contractor
to the satisfaction of the owner before any facility is put into initial
operation. Tests shall be made to determine whether the equipment has been
properly assembled, aligned, adjusted and connected. Any changes, adjustments
or replacements required to make the equipment operate as specified shall be
carried out by the Contractor as part of the contract work.
During the testing of equipment, the Contractor shall arrange to have
available as necessary, representatives of the manufacturers of all the various
11
pieces of equipment, or other qualified persons who shall instruct the Owner's
personnel. in the operation and care thereof. Only after all equipment has been
tested and adjusted shall the new facilities be put into initial operation.
2-34 OPERATING AND MAINTENANCE INSTiRUCTIONS
Before final acceptance of the work, the Contractor shall deliver to
the Owner three sets of the manufacturer's operating and maintenance
instructions, including replacement parts lists covering each piece of equip-
ment or equipment assembly. Each set of instructions shall be bound in a
suitable cover.
2-35 BREAKDOWN OF CONTRACT PRICE
Within 10 days after date of award of Contract, the Contractor shall submit
a detailed price breakdown of any or all of his bid items for the work. Such
price breakdown shall include quantities, unit prices and any other information
required,, in sufficient detail to enable it to be used by the Owner in preparing
monthly partial payment estimates.
2-36 CONSTRUCTION SCHEDULES
. Within 10 days after award of Contract, and at such times as may be re-
quired by the Owner, the Contractor shall submit construction schedules showing
the order in which he proposes to carry on the work and the dates when the
various parts are to be begun and completed. Construction schedules shall be
subject to the approval of the Owner and if, in Owner's opinion, a schedule
submitted is inadequate to secure the completion of the work in the time
agreed upon, or is otherwise not in accordance with the Specifications, he may
require the Contractor to submit a new schedule which will insure timely com-
pletion of the work.
2_37 RECORD DRAWINGS
THE CONTRACTOR WILL PROVIDE, AND KEEP UP-TO-DATE, a complete "as-built"
record set of blueline prints, which shall be corrected daily and show every
change from the original Drawings and Specifications and the exact "as-built"
locations, measurements, sizes, and kinds of equipment. Prints for this purpose _
shall be obtained from the Engineer at cost. This set of drawings shall be kept
on the work and shall be used only as a record set. At the completion of con-
struction, the Contractor shall deliver said record set of prints to the Owner. -
12
2-38 SANITATION
All parts of the work shall be maintained in a neat, clean, sanitary
condition. Fixed and portable toilets, which are made inaccessible to flies,
shall be provided wherever needed for use of employees, and their use shall
be strictly enforced. All waste and refuse from sanitary facilities provided
by Contractor or from any source related to Contractor's operations shall be
taken care of in a sanitary manner, satisfactory to the Owner and in accordance
with the laws and regulations pertaining thereto. Contractor shall rigorously
prohibit and prevent committing of nuisance within the work site area or upon
the Owner's right of way or adjacent to private property, Contractor shall
furnish all facilities and means for proper sanitation of the work and shall
protect and save harmless the Owner, its officers, and employees from any
liability resulting from improper or insufficient sanitation.
2-39 FIRST AID AND PROTECTIVE FACILITIES
First aid facilities and supplies shall be kept on the jobsi_te, instruc-
tion in first aid shall be given, and Contractor shall- provide emergency first
aid treatment and supplies for his employees sufficient to comply with all legal
requirements.
2-40 CONTRACTOR TO PROVIDE FACILITIES FOR EMPLOYEES
Contractor shall, at his own expense, provide all. labor, materials, equip-
ment, and facilities, which may be required to carry out effectively the provi-
sions of these Specifications. Contractor shall receive no additional payment-
therefor, and all compensation to be received for such work shall be included
in the prices bid on the Bidding Sheet.
2-41 ACCESS OR TEMPORARY RIGHTS OF WAY
A11 access or construction rights of way of a temporary nature, other than
shown on the Drawings, which Contractor may find he requires during progress of
the work shall be arranged for and paid for entirely by Contractor, at his own
expense.
2-42 UTILITY RIGHTS OF WAY
Contractor may find it advantageous to remove either permanently and/or
replace in a different location, structures and facilities of other utilities.
Contractor shall make all necessary arrangements with owners, persons, indivi-
duals, companies, and corporations having jurisdiction over such utilities,
giving them due notice of his requirements, and shall give them convenient,
access and cooperate with them in every way while they are conducting their
13
work of removing and/or replacing facilities. Contractor shall not be entitled '
to any extension of time or extra compensation because of: any postponement,
interference, or delays caused by any utility interferences, and any cost or
charges in connection with stitch work shall be borne entirely by Contractor,
at his own expenses
Contractor will notify the various utilities before crossing their
respective services.
2-43 CONSTRUCTION INTERFERENCES
The: Drawings identify and show approximate location of known surface and
subsurface irrigation, sewer, water, gas, drain and pole lines, trees, head-
walls, and other possible construction interferences as they appear to exist.
at the work site. Contractor shall understand that: subsurface interferences
are taken from records and that if the actual- location of: these interferences
is not where the record shows it to be and Contractor cannot: construct the work
in the location as proposed, Contractor will be required to shift the.proposed
alignment of the work as approved by Engineer. If this is required, Contractor
shall receive no additional compensation other- than t:he amount: quoted on Bidding
Sheet. Contractor shall also understand that other obstructions may be encoun-
tered during progress of the work and that any error or omission on the Drawings
shall in no way be construed to relieve Contractor from his responsibility to
the Owner, the public and the owner of the obstructing facility to protect- such
facility if it is not shown on said Drawings. Contractor shall ascertain the
existence, position and ownership of all facilities and shall, make all necessary
arrangements with the owners thereof for protection, removal , maintenance during,
work, and replacement thereof at Contractor's expense, provided, however, in
accordance with California Covernement Code Section 4215, that: the Owner shall
reimburse Contractor for the cost of locating and repairing damage of any main
or trunk line utility facilities located on the job site, not due to the failure
of Contractor to exercise reasonable care, along with the cost. of removing or
relocating such utility facilities not indicated in t:he plans and specifications
with reasonable accuracy, and any operating costs for equipment on the project
necessarily idled during such work.
Insofar as practicable during progress of the work, Contractor shall not
disturb but shall support and protect against injury and maintain in good oper-
ating condition all subsurface, surface and overhead utilities, structures,
14
and all other facilities of every kind and nature as are encountered in the
prosectuion of the work, at his own expense.
If subsurface or overhead utilities, structures, or other facilities are
required to be disturbed or removed to permit construction of the work required
under these Specifications and (Drawings, such disturbances or removals shall be
done only after Contractor has made all necessary arrangements with and secured
the consent and approval of the Owner or Owners involved, Contractor shall co--
ordinate his operations with those of the Owner or Owners concerned with removal
of facilities so as to minimize the inconvenience imposed on all affected
parties, at Contractor's own expense.
If Contractor disconnects, disturbs, damages, or otherwise interrupts
service and ability to perform of any surface, overhead, 017 subsurface utility,
structure, and/or any facility of whatsoever hind and nature prior to making
necessary arrangements with the Owner thereof, he shall, immediately notify said
Owner of said disconnection, disturbance, or damage, and Contractor shall assume
all responsibility and liability claims for damages and shall hold harmless the
Owner and all of its servants, officers, elected and appointed officials, em-
ployees, and Engineers at Contractor's own expense.
All facilities removed shall be reconstructed as promptly as is reasonably
possible in their original or authorized location and in a condition at least. as
good as when removed and subject to inspection of their owner or the governing
body having jurisdiction.
While the work under these Specifications is in progress, the owner or
agencies in control of any facilities affected by the work shall have the right
to enter upon the work or any streets or temporary easements secured by Contrac-
tor and affected by his operations for the purpose of maintaining service and
making changes in or repairs to their facilities.
Contractor shall be responsible for and make good all damages to utilities,
structures, and all facilities of every kind and nature due to his operations,
and the provisions of this section shall remain in full force and effect., even
if such damage occurs after backfilling or is not discovered until backfilling
is completed.
Owner reserves the right to arrange for permission to disturb, remove, and
relocate any and all utilities, structures, and facilities of every sort and
description if, in its opinion, such arrangement is necessary. Contractor shall
1 A_A!4 X /Gd f J0416r r �.ra Chi vf�
bear all costs involved in disturbing, removing, relocating, maintaining, .
and restoring all facilities encountered as obstructions to the prosecution -
of the work, including restoration of street surfacing destroyed or damaged
as hereinafter provided. - -
Owner also reserves the right during progress of the work and upon de-
termination of the actual position of existing utilities, structures, and
other facilities to make changes in grade or alignment, or both, of the work
hereunder, wherever by so doing, the necessity for relocation of utilities,
structures, or other facilities will be avoided; provided also that such
changes shall not entitle Contractor to additional compensation other than
in accordance with his bid on Bidding Sheet.
Trees which must be removed to successfully prosecute the work required
hereunder shall be removed by Contractor at his own expense. Contractor
shall make the necessary arrangements with the agency having jurisdiction or
with the property owner for removal of such trees or their trimming and shall
pay at his own expense, all damages arising out of such removals or trimming.
2-44 POWER
The Contractor shall provide, at his own expense, all necessary power re-
quired for his operations under the contract. The Contractor shall provide and
maintain in good order ,such modern power equipment and installation as shall be
adequate, in the opinion of the Manager, to perform in a safe and satisfactory
manner the work required by the contract.
2-45 CLEANUP
The Contractor shall keep the premises occupied by him in a neat and clean
condition and free from unsightly accumulation of rubbish. Upon completion of
tk-a work and before the final estimate is submitted, the Contractor shall, at
his own expense, and cost, satisfactorily dispose of or remove from the vicinity
of the work all plants, building, rubbish, unused materials, concrete forms,
and other equipment and materials belonging to him or used under his direction
during the construction, and in the event of his failure to do so, the same may
be removed and disposed of by the Owner at the Contractor's expense.
2-46 PROTECTION OF IRRIGATION SYSTEM
Portions of sewer main construction are located on existing golf course.
No attempt has been made to show existing irrigation system on the plans. if
the existing golf course irrigation system is broken or damaged and put out of
operation as part of contractor's work, it shall be the Contractor's responsi-
bility to repair the damages and bring the irrigation system to proper working
16A
•
condition on the same working day. If he fails to do so, he shall be
liable for any subsequent damage to any part of the golf course.
Full compensation for complying with the above requirements shall be
considered as included in the contract unit or lump sum prices and no ad-
ditional compensation will be made therefore.
2-47 REPLACEMENT OF TURF
The Contractor shall be responsible for reseeding all areas in which
his operations have damaged or destroyed the existing turf. He also shall
be responsible for grading the ground to match the adjoining golf course.
Grading and reseeding shall be done under the supervision of a qualified
planting foreman.
Reseeding shall be completed after compaction is approved by the En-
gineer, or within three (3) days after the installation of the sewer pipe,
whichever, comes first.
Before September 1, common Bermuda Grass shall be planted. After
September 1, Manhattan turf-type perennial rye shall be planted.
Before planting, the compacted soil shall be cultivated until the soil
is in a loose and fine textured condition to a depth of six (6) inches.
Stones larger than one (1) inch, refuse, roots, stalks and litter shall be
removed from the surface.
Bermuda grass seed shall be spread uniformly over the area at the rate
of 200 pounds per acre. Rye grass seed shall be spread uniformly over the
, area at the rate of 500 pounds per acre.
Ammonia Sulphate fertilizer (210 Nitrogen) in granular form, as manu-
factured by Best Fertilizer Company, or equal, shall be spread uniformly
over the area at the rate of 4.5 pounds per 1,000 square feet. The ferti-
lizer shall be incorporated into the soil as part of the tillage or seeding
operation. At the time of seeding the soil moisture in the surface 12 inches
shall be brought to field capacity. After seeding, the ground shall be rolled
with a 200 pound roller until a uniformly compact surface is obtained.
Both fertilizer and seed shall conform to and be labeled in accordance
with the California Agricultural code, and shall be approved by the owner.
The Contractor shall provide equipment for irrigation after seeding.
The contractor shall provide the manpower required to properly maintain and
irrigate the new turf for twenty-one (21) days after seeding. Water will be
provided by the City of Palm Springs.
16B
All areas which fail to show a uniform stand of grass shall be
replanted„ maintained and irrigated by the Contractor for twenty-one (21)
(luy;; replanting.
Full compensation for complying with the above requirements shall be
considered as included in the contract unit or lump sum prices wherein
turf replacement is required, and no additional allowance will be made
therefore„
16C
SECTION 3 - PUWING FACILITIES
SPECIAL PROVISIONS - GENERAL CONSTRUCTION
3-1 EXCAVATION
Contractor shall perform all excavation necessary or required for instal-
lation of pipelines appurtenances, structures, etc., as shown on Drawings.
Excavation shall include without classification removal. and disposal of all
materials of whatever nature encountered, including all. obstructions of every
nature that would interfere with proper execution and completion of the work
and shall include furnishing, placing, and maintaining of: timbering or sheet
piling where necessary to support safely the sides of excavations. The wort:
shall also include offsite disposal of all excavated material , all puraping,
ditching, and other required measures for removal. or exclusion of water.
There shall be no on-site storage for any excavated material . The Con-
tractor shall arrange for a storage area to be used for any material suitable
for backfill. Additional material required, if any, for backfill shall be
obtained from an area approved by Owner or Soils Engineer.
If excavation is made below grade shown on Drawings or below grade ordered,
it shall be refilled to required grade with suitable material , and said material
shall be brought to proper moisture content as directed and compacted in layers
not exceeding 300 in thickness with a power-driven tramper.
Contractor shall take care of storm and waste water reaching the work align-
ment from any source, so that no damage will be done to excavation, pipe, or
structures and Contractor shall be responsible for any damage to persons or
property on or off the right of way due to interruption or diversion of such
storm or waste water because of his operations .
Excavation shall be backfilled with compacted material to level of original
ground surface, unless otherwise shown on Drawings or ordered by Owner. Materials
used for backfill shall be imported or selected excavated material and shall be
placed as shown on Drawings or as specified in these Specifications or any
specifications made a part hereof by reference, or as directed by Owner. Back-
fill materials shall not be dropped directly on structures or pipes, and all
materials placed within 6" of pipe or structure shall be free from rocks or
boulders larger than 2" maximum dimension and from unbroken masses of earthy
materials which might lodge and thereby cause unfilled pockets in excavations.
17
Before backfilling, conductor tubes, if used, shall. be strutted
r.tiff le tc"lly I preve"L dial oirI ion while compacl.l ng backt.i II. All struts
shall be removed after compacting backfill. Material shall. be properly
moistened and thoroughly compacted in layers not exceeding 3" in thickness,
with a hand-operated, pneumatic-driven tamper. Contractor shall. receive no
additional compensation for above mentioned work.
Material used in backfilling first layer shall. be cohesionless, sandy
loam, sandy, or sandy gravel material obtained from required excavation or
from approved borrow areas. :it shall not contain any rocks or other hard
material detrimental to good bedding or that might: be damaginp to protective
pipe coating. Each layer shall be flooded, poled, and jetted, taking care
not to disturb underlying layer, before placing succeeding layer.
Contractor shall understand that procedure for backf:i.l.] outlined herein--
above is general and -that conditions may be encountered where, due to a change
in type of soil, methods specified hereinabove, particularly flooding„ may
result in leaving therein areas of dry, uncompac_ted backfill material adja-
cent to structures and that when, in the opinion of. Owner soil type encountered
does not permit adequate backfill compaction by flooding, Contractor will be
required to jet all backfill compaction as Owner may direct or as specified
elsewhere in these Specifications or any specifications made a part: hereof by
reference.
3-2 PIPE/FITTINGS - GENERAL INSTALLATION REQUIREMENTS
Contractor shall maintain inside of pipe free from foreign materials and in
a clean, sanitary condition until its acceptance by Owner.
Concrete thrust blocks constructed of Class C concrete shall be provided
at all bends, unless specifically stated otherwise.
Pipe shall be accurately laid to alignment and grade shown on Drawings or
established by Owner.
Contractor shall place pipe/fittings in excavation in a manner that will
prevent injury to pipe, coating, ear joints and shall. he carefully bedded to
provide continuous bearing and prevent uneven settlement. Inside of pipe shall
be clean and free from foreign material of any kind before being installed.
Contractor may find it necessary to move or haul. pipe during progress of:
the work. Dropping or bumping; of pipe will not be permitted, and all damaged
is
pipe will be rejected. Rejected l_Lpe may be repaired if: permitted by Owner,
and such repairs shall be subje.', to approval. of: Owner . If pipe is damaged
beyond repair through Contrar.lr°s hauling or moving program, Contractor
shall, at his own expense, replloc_e the pipe. After Owner and/or material
supplier has delivered pipe to Contractor in good order and condition on the
job, it shall be Contractor's responsibility to keep it in good condition, and
he shall repair or replaces at his ova expense, any pipe damaged from any
cause after delivery.
Flanges for ductile iron pipe shall conform to requirements of. AWWA
C115121.15--75 flanges and flanged fittings, as noted on Drawings. Dimensions
and drilling of flanges for ductile iron pipe shall. conform to AMSI Std.
B16.1. All flanges shall be attached with bolt holes straddling vertical axis
of pipe, unless otherwise shown on Drawings.
Bolts shall be standard squarehead machine per ASTM A-307, Grade B. Nuts
shall be hexagonal, cold pressed, semi-finished steel , per ASTM A-194, Class 211.
Studs with nuts on both ends shall be furnished wherever close clearances make
removal and replacement of fixed head bolts difficult. Bolts and studs shall be
of such lengths that not less than two or more than four threads shall project
through nut when nut is drawn tight. All bolts, studs, or cap screws used in
tapped holes shall be of sufficient length, to provide an engagement of length of
threaded portion of not less than nominal diameter of bolt for steel nor less
than one and one-half times the diameter for cast iron fittings ,
Flat-faced flanges shall be provided with full face gaskets with bolt holes
prepunched. Raised-face flanges shall be provided with ring gaskets.
All bolts, nuts shall receive two (2) coats of Bitumast:ic Coating after
final assembly. Coating shall be applied in accordance with manufacturer's
instructions to provide sufficient time for drying/curing prior to backfill.
Concrete cradles, supports, when required, shall consist of Class C con-
crete poured in form and dimensions called for on Drawings. Excavation may be
neatly trimmed and used as form. All cradles must be poured directly against
undisturbed earth, or material compacted to 95% min. (relative density) .
Concrete thrust blocks of Class C concrete shall be poured in form and
dimension called for on Drawings and must be poured against undisturbed earth,
or material compared to 95% mine (relative density) .
19
�fI�C' /669 0/yd 4 2Af C.dN✓Tim C�D.
No back£illing shall be done until concrete is thoroughly set and is safe
to withstand the pressure.
PIPE MANUFACTURER SHALL HAVE FREE ACCESS TO THE WORK DURING LAYING OPERATIONS
AND TESTING. ANY IMPROPER ACT ON THE PART OF CONTRACTOR WHICH PIPE MANUFACTURER
MAY OBSERVE SHALL BE REPORTED 11O OWNER. PIPE MANUFACTURER SHALL BE FREE TO
OBSERVE AND CHECK ALL TESTS,
3-3 CONCRETE - GENERAL
The design of concrete mixes shall be the responsibility of the Contractor,
Class A concrete shall be used in all reinforced concrete construction. Class C
concrete may be used for foundation backfill.i.ng, or unrei.nforced concrete fill .
Refer to Drawings for details. The requirements which must: be met by each of
the three classes of concrete are defined as follows:
Minimum Minimum
Ultimate Cement
28 Day Content Maximum
Concrete Compressive 1 Cubic Yard Water/Cement
Class Strength Batch _ Ratio_*
A 4,000 psi 7.0 sacksT 4.5 gal ./sac):
B 3,000 psi 5.5 sacks 5-1/4 gal ./sack
C 2,000 psi 5 sacks 7.0 gal ./sack
*NOTE: Surface water contained in the aggregate muss: be included as
part of the mixing water in computing the waiver content.
in general, proportions shall be designed to produce concrete capable of
being deposited to obtain maximum density and minimum shrinkage and where
deposited in forms, to have maximum smoothness of surface.
Cement content per cubic ;yard shown in preceding tabulation shall, be
increased at no additional cost to Owner, if necessary to produce concrete
having specified strength.
20
3-3 continued
Determination of compressive strength in pounds per square inch will be
made by testing 6" x 12" cylinders, made and cured in accordance with ASTM
C-31, latest, and tested in accordance with ASTM C-39, latest.
Cement, sand, and gravel shall be so mixed and quantity of water shall be
such as to produce an homogeneous mass of uniform consistency, Dirt and
other undesirable substances shall be carefully excluded. All concrete shall
be thoroughly mixed in a batch mixer designed to insure uniform distribution
of all components throughout the mass during mixing operation. Only suf-
ficient water shall be used in mixing to give a workable mix, Mixing of each
batch shall continue not less than one and one-half minutes after all materials,
including water, are in mixer;, during which time mixer shall rotate at a speed
for which it has been designed or at such speed as will produce a mass of
uniform consistency at end of mixing period. Over.-mixing of concrete or over--
loading of mixers will not be permitted.
Retempering--that is, remixing with addition of water--concrete that has
partially hardened will not be permitted. If transit mixed concrete is used,
truck mixer shall be revolving drum type, water tight, and so constructed that
concrete can be mixed to insure uniform distribution of materials throughout
the mass. All materials shall be accurately measured and charged into mixer
drum at proportioning plant. Each mixer truck shall be provided with water
tank, and only prescribed amount of water shall be placed in tank at proportion-
ing plant-. Kaximum size of "batch in truck mixers shall not exceed waximum rated
capacity of mixer as stated by manufacturer and stamped on mixer namcplate.
Truck mixing shall be continued for not less than 50 revolutions after all
ingredients, including water, bave been introduced fnt:o mixer drum. Speed shall
not be less than four revolutions per minute nor greater than a speed resulting
in peripheral. drum velocity of 225 feet per minute, and not more than 100
revolutions of mixing shall be at a speed greater than six revolutions per minute.
Mixing shall begin within 30 minutes after cement has been added either to water
or aggregate.
Only such methods of transporting and placing will. be permitted as will
deliver into the work without separation, concrete of: proper consistency. Any
concrete which is transported any appreciable distance after mixing shall be
21
3-3 continued -
agitated in transit or remixed in an approved manner before placement.
Transit mixing and long-distance transportation of mixed concrete will be per-
mitted only under conditions that control measurement: of cement, aggregate,
and water, and all other operations affecting quality of concrete comply fully
with requirements set forth elsewhere herein. All. concrete for centrifugal
cast concrete pipe shall be mixed at pipe manufacturing plant. Concrete
shall be placed in the work before cement takes its initial set. Type- and
operation of any concrete pump or pneumatic or other type. placing equipment.
used on the work shall be subject: to approval of ]Manager.
Concrete shall not be dropped into any deep form or excavation, whether
reinforcement is present or not, so as to cause separation of coarse aggre.--
gate from mortar because of repeatedly hitting rods or sides of form as it falls.
Hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be
used in forms, or other means employed, that concrete may reach place of final
deposit within 4' below ends of ducts, chutes, or buggies. Concrete shall be
uniformly distributed during process of depositing, and after depositing no
portion shall be displaced in forms or excavations more than 6' in a hori-
zontal direction. Concrete in forams shall be deposited in uniform horizontal
layers not deeper than 2' , care being taken to avoid inclined layers or
inclined construction joints.
Concrete which, upon or before placing, is found not to conform to these
Specifications will be rejected and shall be immediately removed from the
work, and no payment will be made to Contractor for cement in such concrete.
Concrete which is not placed in accordance with these Specifications or which
is of inferior quality, as determined by Manager, shall. be removed and replaced
by Contractor as provided in appropriate section. No concrete shall be placed
except in presence of duly authorized representative of Owner.
As concrete is placed in forms or in excavations which are to be filled
with concrete, it shall be thoroughly settled and compacted, throughout entire
depth of layer which is being consolidated, into a dense, homogeneous mass,
filling all corners and angles, thoroughly embedding reinforcement, eliminating
rock pockets, and bringing only a slight excess of mortar to exposed surface of
concrete during placement. For this purpose, concrete shall be internally
vibrated and at the same time rammed, stirred, or worked until it completely
22
3-3 continued
fills form or excavation and closes snugly against: all surfaces. Except
for special cases where their use is deemed impracticable by Inspector, Con-
tractor shall use internally vibrated, high-speed power vibrators of
approved immersion type in sufficient numbers, with standby units as required,
to accomplish results herein specified within 3.5 minutes after concrete of
prescribed consistency is placed in forms. Care shall be taken not to vibrate
concrete excessively or to wort: it in any manner that: causes segregation of
its ingredients.
Finished surfaces of structures shall conform accurately to shape, align-
ment, grades, and sections shown on Drawings or prescribed by Inspector. Sur-
face shall be free from fins, bulges, ridges, offsets, honeycombing, or rough-
ness of any kind and shall present a finished smooth, continuous, hard surface.
External corners ahll be rounded or beveled, where required, with molding, strips
or suitable molding or finishing tools.
Unformed surfaces shall be carefully screeded to exact dimensions and
shall be worked by hand or machine to a hard, smooth, and continuous Steel--
troweled surface. Excessive undulations and local. irregularities in shape,
although of smooth appearance, will not be permitted, but desired surface shall
be obtained by thorough working of normal concrete mix.
As soon as forms are removed, all exposed surfaces shall be carefully
examined and any irregularities shall be immediately rubbed or ground clown
in a satisfactory manner, to secure a smooth., uniform, continuous surface.
Plastering or coating of surfaces to be smoothed will. not be permitted. No
repairs shall be made until after inspection, and then only in strict accord-
ance with directions. Concrete containing voids, holes, honeycombing, or
similar depression defects shall be completely removed and replaced; provided
that where required or approved by Inspector, defects shall be repaired with
gunite or with cement mortar placed with an approved compressed air mortar gun.
Forms for all concrete surfaces, except those against which backfill is to
be placed, shall have lagging of smooth surfaced No. l- boards with tight--fitting
tongue and groove or shiplap joints, to prevent formation of fins, offsets, or
other surface irregularities in finished concrete.
Forms for concrete surfaces against which backfill. is to be placed or
which are to be plastered may have lagging of unfinished lumber; joints shall
23
3-3 continued
be sufficiently tight to prevent loss of cement and fines during placing;
tamping, and vibrating concrete. .-
No concrete shall be placed within forms until. they have been inspected
by Manager.
When ties extending through concrete are used to support or strengthen
forms, they shall_ be so constructed and so removed that no tie other than
metal will be left in concrete and that no metal tie which extends to within
1-1/2`° of any concrete surface will be left in concrete. Maximum diameter of
removable cones for tie rods or other removable form-tie fasteners shall not
exceed I", and all such fasteners shall be such as to leave holes of regular
shape for reaming. Holes left by removal of tie rods or fasteners from end,-
of tie rods shall be properly reamed with suitable toothed reamers before
being filled with mortar, use will not be permitted of wire ties or, other
form tying methods which cause spalling of concrete when forms are stripped
or ties removed.
Before concrete is placed, all forms shall. be thoroughly cleaned and
coated with non-staining mineral oil or other lubricant approved by Manager.
Care shall be exercised to keep form oil off surface of: steel reinforcement
and other metal items to be embedded in concrete,
Rock surface upon or against which concrete is to be placed must be free
from mud and debris and shall be thoroughly wetted prior to placing any con-
crete. Earth surfaces in excavations shall be thoroughly wetted by sprinkling
prior to placing of any concrete, and these surfaces shall be kept moist by
frequent sprinkling up to time of placing concrete thereon , Surface shall be
free from pools of water at time of placing concrete. immediately prior to
placing new concrete on old, surface of old concrete shall be thoroughly
cleaned of all substances that might prevent bond with new concrete, wetted,
and surplus water removed. Where surfaces are not in condition for bond with
concrete about to be placed, Contractor shall roughen surface or remove
objectionable matter therefrom by sandblasting or wire-brushing and again clean
it before depositing concrete.
Whenever concrete is to be placed on hardened concrete, contact surfaces
after cleaning, roughing, and wetting, as herein provided, shall be coated
with a layer of mortar of same ratio of fine aggregate to cement as concrete
24
- 3-3 continued
used on the job. This mortar shall be thoroughly worked into these sur-
faces immediately before concrete is placed upon it.
No concrete shall be placed until form work, i_gstallation of parts to be
embedded, and preparation of surfaces involved in placing have been approved
by Inspector.
Unless otherwise approved, all forms shall. remain in place for a period
of time after pouring of concrete, as follows:
24 hours for outside forms on vertical or essentially-vertical surfaces.
24 hours for inside wall forms which do not support_ beams or slabs.
14 days for forms supporting beams or slabs.
There shall be no heavy loading of green concrete. Tmmediat.ely upon removal
of forms, all concrete surfaces shall be thoroughly wet dorm and kept wet until,
curing compound is applied or other curing procedure made effective.
All concrete, whether in cradle, casement, or structures, shall be cured
by one or a combination of following methods, as hereinafter provided.
Surfaces to be cured by water-spray method shall. be Lightly closed off by
bulkheads or other means or entirely surrounded by tight enclosures and sur-
faces kept moist by adequate sprinkling or spray system or other suitable means
for 14 days immediately following removal of forms or following surface finish-
ing in the case of unformed surfaces.
All surfaces to be cured by sealing compound method .shall. be wetted
immediatel; after removal of forc-m or completion of gunitliq,, as the case may
be, by sprinkling entire surface with water and, as soon thereafter as directed
by Manager, shall be sprayed thoroughly, completely, and uniformly with first
of two coats of sealing compound at the rate of: not Less than one gallon to
each 250 square feet of concrete or gunite surface. When used on unformed
concrete surface, application of compound shall commence immediately after
finishing operations are completed, provided that if application of compound
is delayed, concrete surface shall be kept continuously moist- until compound is
applied or specified period of water-curing has elapsed. When sealing compound
is used on formed concrete surface, surface shall be moistened with light spray
of water immediately after forms are removed and prior to application of com-
pound. Such water spraying shall be carried on until. concrete surface will not
25 6:o vJre (I
d�%."� /Gey ✓ON
3-3 continued
readily absorb more water. As soon as surface film of moisture has dis-
appeared and there is an approach to surface dryness, sealing compound shall
be applied; provided that if application of sealing compound is delayer,
specified moistening of concrete surface shall be continued until sealing
compound is applied or specified period of water.-curing has elapsed. hs soon
as first coat has become dry, second coat shall be applied in same manner and
quantity as first. Sealing compound shall be sprayed on concrete surfaces by
approved equipment having separate lines to nozzles for material and for com-
pressed air. Precautions shall be taken by Contractor: to avoid damage to
coatings or sealing compound for a period of not less than 28 days. Any such
damage shall be repaired immediately.
Surfaces to be cured by wet-burlap-mat method shall be thoroughly wetted
and covered with wet burlap mats as soon as forms are stripped or as soon as
concrete has set sufficiently to avoid marring surface. Thereafter, burlap
and concrete surface shall be kept wet for 14 clays,
Surfaces to be cured by wet-earth method shall be thoroughly wetted and
kept under wet earth for 14 days or until backfilled, beginning as soon as
concrete has set sufficiently to avoid harming surface.
® All sealing compound required) for curing concrete or gunit:e shall be
furnished by Contractor. Sealing compound may be made from any combination
of materials and by any process that will yield a product which can be used
with safety under properly controlled conditions of: use and which conform to
requirements of these Specifications when applied in two coats at a coverage
of 250 square feet per gallon per coat; provided that sealing compound used on
exposed surfaces shall be an approved clear type.
Owner reserves the right, at any time, to sample and test sealing compound
received on the job by Contractor. Said materials shall. not be used without
approval..
Sealing compound shall comply with the following physical requirements:
a coat of sealing compound sprayed on moist concrete surface, either prior to
or subsequent to time concrete has attained its initial set, shall adhere
firmly to concrete surface after concrete has hardened. When applied on damp
vertical concrete surface, in two coats at an atmospheric temperature of 100°F
and relative humidity of 21%, sealing compound shall be dry to touch within
four hours after application of second coat . Compound, when so applied and
26
- _ 3-3 continued
and exposed, shall neither run nor sag on concrete surface. Viscosity of
sealing compound shall be such as will permit satisfactory spray application
with an air gun.
Sealing value of compound shall be such that five 6" diameter by 12"
concrete specimens,, weighing approximately 30 pounds each, when coated at
age of 24 hours with first of two coats of sealing compound at a coverage
of 300 square feet per gallon and with second coat applied at same coverage
f� approximately 6 hours later, shall not lose more than 0.5% of newly coated
weight due to evaporation during a 96-hour exposure in an atmosphere continu-
ously maintained at 100' to 105% and at 10% to 15% Yel.ati.ve humidity. After-
exposure in this atmosphere for an additional four days, total loss in weight
shall not exceed 0.75%, Concrete specimens used in this test. shall shoe no
evidence of softening due to reaction between sealing compound and concrete.
Sealing compound shall not be diluted by addition of solvents or thinners
or be altered in any manner without specific approval of Manager and then only
by manner prescribed by him. Sealing compound that has become chilled to such
an extent that it is too viscous for satisfactory application shall be heated
until it has proper fluidity; provided that compound shall not be heated to a
temperature higher than 100%F. Heating shall be accomplished by steam or by
placing container in hot bath or by other approved methods. Heating of sealing
compounds by direct exposure of container to fire will not be permitted.
Contractor may be required, at any time prior to final acceptance of the
work, to clean all permanently exposed concrete surfaces. No direct payment
will be made for the work specified in this section, but compensation therefor
shall be included in prices set forth on Bidding Sheet.
Contractor shall protect all concrete against injury or damage from
excessive heat, overstress, lack of moisture, or any other cause until final
' acceptance by Owner.
Special care shall be taken to prevent concrete .from drying out: and to
• avoid roughening or otherwise damaging interior. surface. Any concrete found
to be damaged, or which may have been originally defective, or which becomes
defective at any time prior to final acceptance of completed work, or which
departs from established line or grade, or which for any reason does not
27
conform to the Specifications shall be satisfactorily repaired or removed
and replaced with acceptable concrete at Contractor's expense.
3-4 REINFORCEMENT
The reinforcement, shop-bent to shapes and dimensions as shown, shall be "
placed where indicated on the Drawings or reasonably required to carry out the
intent of the Drawings and Specifications. Before placing, reinforcement shall
be free from scale, rust, or coatings that will reduce the bond between rein-
forcemeat and concrete. Except where otherwise indi-cated, it shall be detailed,
fabricated, and placed in accardance with and supported in place with access-
ories meeting the requirements of the ACI Manual. of. Standard Practice for
Detailing Concrete Structures. Splices shall" not occur in areas of maximum
stress and shall have a minimum lap of 36 bar diameters, or as noted on Draw-
ings, or bar shall be fully developed by welding. Reinforcement shall not be
cut or interrupted by items embedded in walls but shall be reppaced as directed
by the Owner.
Reinforcement in slabs on grade shall be supported on formed concrete
blocks conforming to the requirements of these specifications for Class A con-
crete. Metal support for reinforcement shall not rest against forms for exposed
surfaces.
3-5 EMBEDDED MATERIALS
All embedded materials shall be securely fastened in place before placing
of concrete is started. Bolts and anchors shall be attached to forms or ade-
quate temporary supports to effectively prevent movement during placement of.
concretes Bolts passing through forms shall be secured by clamping the form
surface between nut and a back up washer welded to the bolt.
3-6 FORM TIES
Form ties shall be a type that can be removed without spalling of concrete
surfaces. No part of tie shall remain embedded "less than 1-1/2 inch from any
concrete surface. Removable cone type spreader ivies shall be used in exposed
faces. Flood spreaders will not be allowed.
28
SECTION 4 - PUMPING FACILITIES
SPECIAL PROVISIONS - GENERAL MECHANICAL.
4-1 SEWAGE EJECTORS
The Contractor shall furnish and install. two (2) 6" x 6" sewage ejectors
and electrical motors as manufactured by Pacific Pumping Co. (PACO) in exist-
ing dry sump to line and grade as shown on drawings. These pumps are specifi-
cally described as follows:
4-2 SEWAGE EJECTOR - DUTY. 30 Feet T.D.M. - 10-inch Impeller
PACO Model 52•-61213 type NCF 6" x 6" Vertical mounted, centrifugal sewage
pump with cast iron, non--clog impeller capable of: passing 3" spheres; stress
proof steel shaft with stainless steel sleeve; deep packing box with split
gland, cast iron pump case, heavy duty support grand with suction elbow and
cleanout opening, and cast iron bracket with machined rabbet: fit: to receive
15 HP, 1150 RPM, 460 Volts, 3 phase, 60 Hertz drip proof motor. Each unit
shall be equipped with a mechanical seal with micron filter,
The Contractor is hereby cautioned that this is a long lead time item.
The order for these pumps should be placed as soon as practicable. Prior to
installation of new pumps, the Contractor shall. remove all existing mechanical ,
electrical equipment from existing vault.
Existing concrete floor, walls, roof, shall be thoroughly cleaned to pro-
vide smooth, clean mounting surfaces,
New anchor bolts shall be installed to match mounting holes in new pump
basis. Lead expansion anchors with stainless steel. leveling nuts, stainless
steel hold down nuts, and stainless steel studs shall be used. Dry packing
shall be non-shrink "EMBECO" or approved equal.
4-3 SUMP PUMP
The Contractor shall remount and replumb existing sump pump. A new'mount�
ing plate shall be fabricated by Contractor to provide rigid mounting for
existing pump. New mounting plate shall provide maximum open area for drain-
age from floor to sump. Existing discharge piping shall be reworked to provide
a minimum number of elbows between pump and through wall. piping. Discharge
piping from dry sump to new wet well shall provide for discharge of pump above
high water level of wet well.
29
4-4 EXHAUST FAN
The Contractor shall furnish and install one (1) ventilation fan. The
fan housing shall be cast iron with a baked enamel. coating. They shall be
direct driven and shall have a forward curved steel. wheel.. The fan shall. be
complete with inlet screens and circular outlet, The motor shall be the
angle sleeve bearing type resilient mounted for 11.5-volt, 60-cycle, single-
phase service. The fans shall have top vertical. discharge with clockwise
rotation.
The ventilation fans shall be Model C-8 as manufactured by Peerless
Electric Division of H. K. Porter Company, Inc. , or approved equal, and
rated at no less than 765 CFM C 1/4" S.P. with 1./3 13P 1.750 RPM motor.
Fri.or to installation of fan, Contractor shall insure That inlet/exhaust
piping existing in structure is clear and free of any obstructions. Contrac-
tor shall repair and/or replace existing piping, vent: caps, etc. as required.
4-5 DEHUMIDIFIER
The Contractor shall furnish and install one (1) dehumidifier. The
dehumidifier shall have an hermetically sealed Freon refrigeration type
compressor, expansion coil fan and condenser coil. It shall handle 300 cubic
feet of air per minute and shall be capable of removing 23 pints of moisture
per 24 hours. Condensate shall be removed to the sump by gravity by means of
a flexible rubber or plastic hose.
T17e dehumidifi-r shall be controlled automaticalt.y by an adjustable
humidistat with a low temperature cut-out which, in turn, operates a heavy
duty relay of adequate capacity for the dehumidifier motor.
The dehumidifier shall be Model AKA-H15X, as manufactured by RCA Whirlpool
Corporation, or approved equal.
The humidity controller shall be Model H46C, as manufactured by Minneapolis-
Honeywell Regulator Company, or approved equal. Installation shall be as detailed
on Mechanical Drawings.
4-6 ELECTRICAL
SEE ELECTRICAL WORK SPECIFICATIONS
30
Section 4 continued I
ELECTRICAL WORK
4-7 GENERAL
Portions of this specification such as the "General Conditions"
and "Special Provisions1° are a part of this section of the
specifications , have the same force and effect as if wholly
repeated herein, and are hereinafter referred to as it
sections of this specification. "
4-8 SCOPE OF WORK
The work covered by this section consists of furnishing all
labor, materials , equipment, and performing all operations
required for complete and operable electrical systems as
indicated on the drawings and/or specified herein.
Miscellaneous appurtenances are not necessarily specified or
shown on the plans .
4-9 INSTRUCTIONS TO CONTRACTOR
(a) DRAWINGS. The electrical drawings , which constitute an
integral part of this contract, serve as the working drawings ,
and indicate the general layout of the electrical systems .
Field verification of locations on plans is required since
actual locations , distances , and mounting heights will be
governed by field conditions . Check the project drawings to
avert possible installation conflicts and include all
resulting costs in the bid . Discrepancies between different
plans , between plans and actual field conditions , or between
plans and specifications shall be promptly brought to the
attention of the Engineer for clarification or decision.
Appurtenances and wiring not specifically indicated or referred
to, but which are common to a complete and operable electrical
system, shall be included in the bid .
(b) DIMENSIONS. All scaled and figured dimensions are
approximate and are given for estimating purposes only. Before
proceeding with the work, the Contractor shall carefully check
and verify all dimensions and sizes and shall assume all
responsibility for the fitting of his materials , and equipment
to other parts of the equipment. Where apparatus and
equipment, particularly control panels have been indicated on
the drawings , dimensions have been taken from typical
equipment of the class indicated . The Contractor shall
carefully check the drawings to see that the equipment he
contemplates installing will fit into the spaces provided .
(c) SITE INSPECTION. Make necessary inspections of the site
and make allowance in the bid for existing conditions .
Iy C" R�JTC
31 �'�� !�t �.
Section 4 continued
ELECTRICAL WORK
(d) CODES. All work and materials shall be in accordance with
applicable codes and acceptable to the governing authorities .
Nothing in the plans or specifications shall be deemed as
permission to violate these codes or authorities and the
Contractor shall be held responsible for any work which is not
accepted . Violations shown on the plans are to be brought to
the Engineer' s attention before work is done.
(e) TESTS . The Contractor shall furnish all necessary
instruments and equipment. required for making tests and shall
megger test all wiring for shorts , open circuits or grounds .
Contractor shall immediately correct any defective work. When
the entire installation has been completed and all equipment
installed , test all circuits and switching, and demonstrate
that the operation of the system is in accordance with the
intent of the contract documents .
4-10 MATERIALS AND INSTALLATION
(a) GENERAL
1. Materials shall be new and shall be listed and approved
by Underwriters Laboratories, and shall bear the
Inspection Label. where subject to such approval.
Materials shall meet with the approval of all
governing bodies having jurisdiction.
2 .. Installation of materials and equipment shall be in
strict accordance with manufacturers recommendations,
instructions, industry standards, as indicated on the
drawings and as specified herein.
3 ,. All structural and miscellaneous steel used in
connection with electrical work and located out-of-
doors or in damp locations shall be hot-dip
galvanized unless otherwise specified .
4„ Exposed parts of electrical equipment and the interior
of panels, cabinets and switchboards shall be
thoroughly cleaned of "dirt, cement , plaster and other
materials . All scratched or damaged materials shall
be replaced or refinished to the satisfaction of the
Engineer.
5 . Provide all mounting facilities required for properly
securing electrical equipment. Provide all sleeves ,
inserts , fittings , etc . required.
32
ELECTRICAL WORK
(b) CONDUIT AND FITTINGS
1. Rigid Conduit. Conduit shall be rigid steel, zinc, coated
exterior with zinc or enamel interior. Fittings for rigid
conduit shall be threaded steel or malleable iron, zinc
coated. Conduit and fittings shall be subject to approval
by the Engineer.
2. Electrical metallic tubing shall not be used.
3. Flexible conduit shall be U.L. Label. Liquid-Tight flexible
conduit shall be Sealtitte Type U.A. with Appleton Series
"ST" or Pyle-National Series "CT" connectors. Conduit and
fittings shall be subject to approval by the Engineer.
(c) CONDUIT INSTALLATION
1. Rigid steel conduit shall be used above grade, exposed on
exterior. Rigid conduit shall not be installed in direct
contact with the earth. Rigid conduit shall be terminated
with insulated bushings similar to O.Z. insulated Type "B"
or insulated grounding Type "BL".
2. P.V.C. conduit installed below grade shall be schedule 40
and shall be concrete encased with a minimum of 3" cover all
around. Conduit risers shall be rigid steel galvanized. In-
stall a code sized ground conductor in all P.V.C. conduits.
Other P.V.C. conduit installations shall be as indicated under
"UNDERGROUND CONDUIT SYSTEMS FOR EMERGENCY POWER SYSTEM" as
indicated in these specifications.
3. Conduit runs to motors or other equipment transmitting vibra-
tion or noise shall be terminated with a length of flexible
conduit equal to twelve times the conduit diameter. Sealtite
flexible conduit shall be used for all final connections to
motors.
4-11 UNDERGROUND CONDUIT SYSTEMS FOR EMERGENCY POWER SYSTEM
1. Furnish and install an underground conduit and manhole system
as shown on the sewer improvement plans, sheets 1 thru 3.
2. Conduit shall be heavy wall PVC, Schedule 80. Conduit shall be
installed a minimum of 30" below grade except from Sta. 2+75
(Electrical M.II. No. 9) to Sta 6+15 (Electrical M.U. NO. 8) on
Sheet 3 where minimum cover shall be 60" (5 feet) . Conduit shall
be sloped for drainage toward the manholes. Conduit not installed
in concrete shall be Schedule 40.
33
Section 4 continued
3. Conduit shall be encased in a minimum of 3" of concrete all
around where indicated on the drawings. Conduit separation
shall be 2" minimum.
4. Manholes shall be 4'-0" x 6'-6" minimum inside dimensions
and shall be reinforced concrete. The manholes shall be
equal to Quikset Series No. TPV-200 with a manhole cone,
ring and traffic cover marked "Electrical", Quikset Series
WC-2712 or equal.
S. Manholes shall be installed per manufacturer's recommendations.
6. Coordinate installation of all conduits and manholes with
new and existing utilities.
7.. Location of manholes shown on plans are approximate and may
vary somewhat to suit field conditions.
8.. A pull wire shall be installed in all empty conduits.
34
Section 4 continued
BASIC PAINTING SPECIFICATIONS
4-12 SCOPE
Contractor shall provide all labor, material, and equipment necessary
for the completion of all painting work specified in These Specifications
and Drawings,
4-13 14ATERIALS
Contractor shall deliver all painting materials to the work site in
the original containers with seals unbroken and unmuti.liated and with
labels attached. Containers shall not be opened until after they have
been inspected by the Owner.
Material for prime coat shall be Rust-Oleum No. 769 damp--proof, red
primer (SO) , or approved equal, unless specifically stated otherwise in
these Specifications or Drawings,
Material for finish coat shall be automotive grade synthetic indus-
trial enamel, Ditzler, DuPont, or approved equal , unless specifically
stated otherwise in these Specifications or Drawings,
The Contractor shall submit a color chart to the Owner, who will
select the finish colors.
4-14 WORKMANSHIP
All work shall be done by thoroughly qualified painters in a neat , workman-
like manner. All work which shows carelessness or lack of, skill in the exe-
cutinn or is defe^tive due to any other caul- trill be rejected and repainted to
the satisfaction of the Owner, at the expense of. the Contractor.
4-15 APPLICATION
Unless otherwise specified, paint shall be applied by brush or spray.
Paint shall be applied only on thoroughly clean, dry surfaces. Paint
shall not be applied in extreme heat, cold, damp, or humid weather nor in
dust or smoke-laden air.
All exposed iron and steel work, including piping and valves, etc. ,
shall be prime painted at the shop. After installation, said materials
shall be cleaned and all welds, tool marks, etc., shall be touched up
with primer and given two coats of finish enamel.
Prepared material shall be used without cutting or addition of any
material whatsoever, except as directed by the manufacturer and approved
by the Owner. Each coat must be thoroughly dry before application of the
next coat .
35
• 0
If brushes are used, they shall have sufficient body and length
of bristle to spread the paint in a uniform coat. Paint shall be
evenly spread and thoroughly brushed out and with no residual brush
marks remaining. On surfaces which are inaccessible for brushing,
the paint shall be applied by spray or by sheepskin daubers or other
means necessary to obtain a proper thickness of paint as approved by
the Owner.
If a spray method is used, the operator shall. be thoroughly
qualified in the use of the equipment required. Air compressors
employed in spray painting shall be equipped with a suitable trapping
device to keep water, oil, and other impurities from entering the air
lines. Runs, sags•, thin ,areas, or other imperfections in the paint
coat shall be considered as cause for rejections, and Contractor shall
be required to make all necessary corrections to the satisfaction of
the Owner.
Paint materials shall be kept sealed or covered when not in use.
Oily rags or waste shall be kept in covered containers and disposed
of at frequent intervals.
4-16 PROTECTION
Contractor shall be held responsible for protecting freshly
painted surfaces from Accumulation of dust, dirt, water, or other
roreign materials, whatever the cause or. source. Any damaged sur--
faces shall be wiped clean, sanded, or stripped to a clean, dry con-
dition and repainted to the satisfaction of the Owner. ,
contractor shall protect all parts of the work site against dis--
figurement by his operations. Tarps and cloth shall be placed where
required. Vehicles, etc. , shall be removed, covered or otherwise
protected from disfigurement by the painting operations. The Contractor
shall clean or otherwise restore any spattered surfaces to the sati.s-
factlon of the Owner.
36 � N
,a �
CITY PROJECT NO. 79-06
CITY ENGINEER'S APPROVAL
I hereby certify that I have examined and approved the special provisions
of these specifications, and I have found them satisfactory with respect
to civil engineering.
APPROVED: 1�, '/G � %�i%� DATED°
Hubert Webb
City Engineer
R.C.E. No. 11842
36A
SECTION 5
PROPOSAL
FOR THE CONSTRUCTION OF WET WELL FACILITY, CONSTRUC-
TION OF VALVE MANIFOLDING FACILITY, RECONSTRUCTION OF
EXISTING DRY SUMP/PUMP EQUIPMENT, AND CONSTRUCTION OF
SANITARY SEWER MAIN (GRAVITY AND FORCE MAINS) AND
OTHER RELATED WORK.
CITY PROJECT NO. 79-06
IN
PALM SPRINGS, CALIFORNIA
Responding to a Notice to Contractors in an authorized publication for
the Reconstruction and Modernization of Waste Water Pumping Facilities -
City Project No. 79-06, we/I propose and agree to furnish all material,
labor, equipment, supervision, and all service necessary to do all the
work required to complete said improvement, ready for us, all in accordance
with Plans and Specifications, and also to the satisfaction of the City
Engineer.
It is hereby understood and agreed that the City reserves the right to
increase or decrease the amount of any class or portion of the work or to
omit any item of the work as may be deemed necessary or expedient by the
City Engineer. Such increase or decrease will be negotiated with the City
Engineer.
Payment for such increase or decreased amounts will be made in accord-
ance with the unit price bid as shown on the schedule set forth below.
When discrepancies occur between words and 'figures, the words shall
govern.
BID ITEM I
Move in, pavement removal, construct temporary sewage
handling facilities, removal of existing wet well,
place shoring for excavation, excavate site and dispose
of all material offsite, provide, traffic control,
All for the Lump Sum Price of $ * (Figures)
✓/l/ , 10A1 ' ;y��� /GC * (Words)
*The above prices include any amounts payable by the City for taxes by
reason of this contract,
37
BID ITEM II
Construct new wet well and access shaft with appurtenances,
complete with all embedded items, pipe stubs, electrical
stubs, access shaft batch, complete in-place.
All for the Lump Sum Price of gg *(Figures)
J2 r Q1G�e7'Q ipte�rw/does/ .fi��i�/1_� t(k'or&)
BID ITEM III
Strip existing pump room of all equipment, clean existing
concrete, clean existing sump pit, dispose of all items
as directed by Owner.
All for
/the Lump Sum Price of QQQ./�j� *(Figures)
s —�al_-7�QIlSdA/1l_e
BID ITEM IV
Furnish and install complete mechanical equipment in exist--
` ing pump room, including„ but not limited to, sewage
ejectors with motors, check valves, gate valves, pipe
brackets, exhaust fan, dehumidifier, miscellaneous piping,
reinstall sump pump, knife valves complete operating
in-place.
All for the Lump Sum Price of *(Figures)
BID ITEM V
Furnish and install complete mechanical equipment- in valve
manifolding vault, including, but not limited to, vault
structure with door, thrust block, piping, knife valves,
ladder, vents, pipe supports complete operating in-place.
All for the Lump Sum Price of f 911, *(Figures)
tQIK �®�aSai(/ Ni/1'.!t _ d *(Words)
*The above prices include any amounts payable by the City for taxes by
reason of this contract.
38
BID ITEM VI
Furnish and install complete electrical equipment above and
below ground, including, but not limited to, rebuild above
ground panel, install new panel, new conduit inside, and outside
pump room, control wiring wet well to pump room, rewire sump
pump, exhaust fan, dehumidifier, provide power for pumps.
Complete operating in-place..
A11 for the Lump Sim Price of 00. * (Figures)
id Al LJQ if flQ * (Words)
BID ITEM VII
Furnish and install all interconnecting piping, including, but
not limited to, connections with flex joints between wet well
and pump room, connections with flex joints and thrust blocks,
between pump 'room and valve manifolding vault, connection, with
flex joints, between sump pump and wet well, connection between
wet well and existing manhole, connection between wet well and
existing sewer. Complete operating in-place.
All
rnfor the Lump
Sum /Price of � (Figures)
rSoEJ!0
-*(Words)
BID ITEM VIII
Item Approx Quan. Description .with`Unit Prices Unit Price Total
Written in Words 1, 815 L.F. 21" sewer main complete in ($ Zma ) $ fry! OV 00
place, including excavation,
backfill, compaction, pavement
remova & rep aunt at JOAW
2. 1206 L.F. 15" sewer main complete in ($ $ 7+ 3b 0 .eo
place, including excavation,
backfill, compaction, pavement
remcpal & re �'=,'�'place
ce ent at
��-�,,-�//-� � � per L.F. ,r1 �yl�
3. 3 each 60" Dia. sewer manhole tom- ($� ) $ /l! Q V.V V
plete in placp including stub-
uts at F
per each,
39
Item Approx. Quan. Description with Unit Prices Unit Price Total
written in words
4. 5 each 48" Dia. sewer manhole com- ($_f�00.0y ) $ 1e. 004.0D '
plete in placE� includi
�� ng stub-
, ';yt ,�,�Q,/li• / e
per
each.
5. 50 each Unknown utility crossings, ($ 1.00 ) $ SO.LIQ
complete in pla at
Qy� 1ud Ud per each.
6. 100 L.F. Special construction, water - ($ $
sewer crossings, complete in
4
/p�l�a�ce at e 4 JA LZ—per L.F,
7. Lump sum Trench and. excava=ion hor'ng ($_ Q Q, Q Q ) $
cote a i i
,_ per L.S.
8. 68,218 S..F. 1" A.C. Overlay over entire ($ .,7 Q ) $
road width at_
A 61 per S.F.
9. 780 L.F. 10" PVC Sewer Force Main com- ($ $ .do
plete in place, including ex-
cavation, backfill, compaction,
pavement removal & replacement,
(excl lA.0 ove ay) at
per L.F. /// r�
10. ump sum Underground Conduit System ($ 30 , QQ
� r Q for Emergency Power System
j�ij ANC (Per Section
r��4 11) complete 7
`j Ng in placeUvh��k�f(BJ� I n / 4 $ 270 1? 2.6y
Subtotal Bid Item VIII - $ It),; 5'0 J. LD (Figures)
'O"mmicreeueq���JE""L e jAwl610MIJWords)
TOTAL BID-- ITEMS 1„ I1, III, IV, V, VI, VII AND VIII.
�+ / // /(s // �•• / $ 47 .¢9J 6 6 * (Figures)
COUwY./lulli/dtdJCUYdf..l�eYia {. 4's>N� d/JsCdiy�"�i �rey(oords)
*The above prices include any amounts payable by the City for taxes
by reason of this contract.
40
SECTION S, PROPOSAL,
CITY PROJECT NO, 79-06
The contractor shall begin work within fifteen (15) calendar days after receiving
notice that the contract has been executed and shall diligently prosecute the same
to completion before the expiration of completion time of 120 calendar days.
The undersigned is licensed to perform the required work tinder this contract in
accordance with an act providing for the registration of contractors, License
No. /72 C! 9'2
Enclosed find 8,c'V &I in the amount of
ten (10) percent of the amount bid, herein posted with the City as security that
the undersigned will enter into a contract with the City and furnish the required
bonds within eight (8) calendar days after the first publication of the Notice of
Award of the work to him.
The undersigned further agrees that in case of default in executing the required
contract with necessary bonds within eight (8) calendar days after the first publi-
cation of the Notice of Award, the proceeds of the check or bond accompanying his
bid shall become the property of the City of Palm Springs.
It is understood and agreed that this bid may not be withdrawn until thirty (30)
days from the opening thereof, and in no case if the bid is awarded to the under-
signed bidder.
�IeA/rsc aaas OOA)SI Ld.
Name o Bidder (Person, Firm, Corporation)
BY
Signatu o Perso ut orized to Sign
Th Pr posal
NOTE: DO NOT DETACH BID FORMS. FILL IN WITH
INK AND SUBMIT WITH ATTACHED DOCUMENTS
41
OFPIDAVIT OF NON-COLLUSION BY CONTRACTOR
STATE OF CALIFORNIA)
) SS
COUNTY OF RIVERSIDE)
�o�1CS being first duly sworn,
deposes and says: �/
That he is � l�p� ®f
_pp� .yYs �Xta3011r1 Q
(inSert �le Wn2'V'ooe eoPa6''tner��, LnSert name of bidder
or other proper title)
who submits herewith to the City of Palm Springs, a proposal ,
That all statements of fact in such proposal are trace;
That such proposal was not made in the interest of or on behalf of any undisclosed
person, partnership, company, association or corporation;
That such proposal is genuine and not collusive or sham;
That such bidder has not, directly or indirectly, by agreement, communication or
conference with anyone attempted to induce action prejudicial to the interest of
the City of Palm Springs, or of any other bidder or anyone else interested in the
proposed contract, and further,
That prior to the public opening and reading of proposal , said bidder:
(a) Did not, directly or indirectly, induce or solicit anyone else to
submit a false or sham proposal ,
(b) Did not, directly or indirectly, collude, conspire, connive or agree
with anyone else that: said bidder or anyone else would submit a false
or sham proposal , or that anyone should refrain from bidding or with-
draw his proposal .
(c) Did not, in any manner, directly or indirectly, seek by agreements,
communications, or conference with anyone to raise or fix any over-
head, profit, or cost element of this proposal price, or that of
anyone else.
(d) Did not, directly or indirectly, submit his proposal price or any
breakdown thereof, or the contents thereof, or divulge information
or data relative thereto, to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent
thereof, or to any individual or group of individuals, except to the
City of Palm Springs or to any person or persons who have a partner-
ship or other financial interest with said bidder in his business.
Subscribed and sworn to before me this
day � C\ .� _ 191IMS r G
\VN �4 "\, 60r n &,. X �r f3Y
`Not ry,F�ublic in and for said County and
State title)
,Y';a.G�';,, nnAu9eri�t c. �Iv.sor•!
"am�f!�•^ NOTARY ?UP LIC - CALIfORNIA
� r COPITRq COST11 CDUN7Y
., IL7y Comm. expires SEP 27, S5E1
(NO BID WILL BE COUSXPERE'p 41JESS THXS 'VOCUMEMr IS COMPLETE11111 PULL. ALL APPLICABLE
ITEMS MUST BE FILLED OU&
�Er9�ORMATi ION ViPO4d IRE® OF 01ODER
The bidder is required to supply the following information. Additional
sheets may be attached if necessary..
(1 ) Address
O Telephone Pia�4 � t'rl'
(3) Type of Firm (Individual , partnership or corporation) A ig
(4) Corporation organized under the laws of the (E) Contractor's License No.
State of
(6) List the names and addresses of all members of the firm or names and titles of
all Tofficers of the corporation.
16e,
(7) Number of years' eNperience as a contractor in construction
(8) List at least three projects completed as of recent: date;
Contract Amount Class of Work Date Completed Name and Address of Owner
Lfi� 'a -, i'��a lE.•.: .?• �:�6'C''�t:. .r*
s
(i��J e'�J�J.a°J. ��' � '<CC.e'.1 •c'.,"s'�% ✓ G `' --- .� .1"/J�'%:L�,:. '�®��,,✓ "•„4�,A,- e',�r _ (S- •
(9) List the name and gddAesn, pug- eack z ube.QvA&aa o& who Ktt peQ&w wo& ,i,ea. o& about .
.the woak opt .eFrr,avemPnt, and indicate what pa4t o6 Ike worm mxW be done by each
aubeon1hactsk.
Contractor' s
Name Address License Noa Work to be performed
(10) List the-name of the person who inspected the site of the proposed work for ,Your
firm
(11) 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.
46
AGREEMENT, PAGE 2 •
CITY PROJECT NO. 79-06
ARTICLE III - The said Party of the First Part hereby promises and agrees with
the said Contractor to employ and does hereby employ the said Contractor to
provide the materials and do the work according to the terms and conditions
herein contained and referred to for the unit prices bid, and hereby contracts ,
to pay the same at the time, in the manner and upon the conditions above set
forth; and the said Parties for themselves, their heirs, executors, adminis-
trators, successors and assigns, do hereby agree to the full performance of
the covenants herein contained.
ARTICLE IV - The "Standard Specifications for Public Works Construction" (1979
Edition) , at the first publication of the invitation to bid, the plans, the
special provisions and the proposal are hereby included and made a part of this
agreement. These documents, together with this formal agreement and the bidder's
proposal , affidavit and bonds, constitute the contract documents and a require-
ment included in one is as binding as though included in all . It is further
expressly agreed by and between the Parties hereto, that in the event of a con-
flict between one contract document and any of the other contract documents,
the document highest in precedence shall control and supersede in that parti-
cular, the document which is contrary to it. The order of precedence of the
contract documents is as follows:
First - This Formal Agreement
Second - Codes
Third - Special Provisions and Plans (Words shall take
precedence over numbers)
Fourth - "Standard Specifications for Public Works
Construction" (1979 Edition)
Fifth - Bidder's Proposal
Change Orders and supplemental agreements shall take precedence over the con-
tract documents.
IN WITNESS HEREOF, the Parties to these presents have hereunto set their hands
the year and date first above written.
ATTEST: CITY OF PALM SPRINGS, CALIFORNIA
City Clerk,
By /� By ,lx � < ,
21
Deputy City Clerk City Manager
APPROVED AS TO FORM: Date
BY ;,yi�f��d.(�'�;���,�.�.�.� APPROVED BY THE CITY COUNCIL
C`i,ty Attorney
By Minute Order No. 2884 1/21/81
Date 1 ���
r'I CoA ctor J S BROS. CONST. CO.
CONTENTS VED \1 -
BY / _ BY ,
Dir ctor'o / Com/muni Development
Date �I 4'✓�r'f t z.- �� r,r✓
Title
43
AGREEMENT •
• This Agreement, made and concluded this '�jZ� day of
between the City of Palm Springs, Party of the First Part, and
JONES BROS. CONSTRUCTION CO. Contractor, Party of the Second Part,
WITNESSETH That: ARTICLE I - for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the said Party
of the First Part, and under the conditions expressed in the two bonds bearing
even date to these presents and hereunto annexed, said Party of the Second Part
agrees with said Party of the First Part, at his own proper cost and expense,
to do all the work and furnish all materials, except such as are mentioned in
the specifications to be furnished by said Party of the First Part, necessary
to complete in good workmanlike and substantial manner all of the work for:
Construction of Wet Well facility, Construction of Valve
Manifolding facility, Reconstruction of existing Dry Sump/
Pump Equipment and Construction of Sanitary Sewer Main
(Gravity and Force Mains) , including Sewer Manholes, Asphalt
Concrete Pavement replacement, and other incidental work as
shown on the plans.
in accordance with the drawing/s, proposal , description of work, and special
provisions therefore, and also in accordance with the "Standard Specifications
for Public Works Construction" (1979 E,dition) , at the first. publication of the
invitation to bid, and all other Codes and Ordinances referred to and thereby
made a part hereof.
The limits and location of said work to be done is shown upon the City of
Palm Springs; Drawing/s entitled "City Project No. 79-06, consisting of
which said drawings are hereby made a part of this contract.
ARTICLE II - Said Party of the Second Part is responsible for furnishing all
said materials and labor, furnishing and removing all plant, temporary work
or structures , tools and equipment, and doing all the work contemplated and
embraced in this Agreement; also for all loss and damage arising out of the
nature of the work aforesaid, or from the action of the elements or from any
unforeseen difficulties which may arise or be encountered in the prosecution
of the work until its acceptance by the City, and for all risks of every
description connected with the work; also for all expenses incurred by or in
the said specifications, are expressly stipulated to be borne by the City,
and for well and faithfully completing the work and whole thereof, in the
manner shown and described in the said Drawing/s and Specifications and in
accordance with the requirements of the City Engineer, the City shall pay
and the Contractor shall receive in full compensation therefore, the prices
for the several items named in the Bidding Sheet of the Proposal .
42
STATE OF CALIFORNIA)
) ss .
COUNTY OF RIVERSIDE)
On this day 0. AA 1 �-_, in the year '�,� before me
r C
personally appeared\
known to me (or proved to me on the oath of) to be one of the
partners of the partnership that executed the within instrument, and acknowledged
to me that such partnership executed the same.
OFFIC L C1MCI AL SEAL
SEAL: ' "J M1URr-FN C. GI17MN
NOTARY PUBLIC - CALIFORNIA NQTARY PUBLIC
• `T. CONTRA COSTA COUNTY
7�y carom. e>:;Jres SEP 27, 1981
PLACE IN FRONT OF INSERTION GUIDE
PALM SPRINGS MUNICIPAL CODE
April, 1986
(Covering Ordinances through 1261)
This supplement consists of reprinted pages replacing
existing pages in the Palm Springs Municipal Code.
Remove pages listed in the column headed "Remove Pages"
and in their places insert the pages listed in the column
headed "Insert Pages . "
This Guide for Insertion should be retained as a perma-
nent record of pages supplemented and should be inserted in
the front of the code.
Remove Pages Insert :Pages
TEXT
2 ------------------------------------- 2--2a
4 --------------------------------------- 4--4-1
23 ------------------------------------- 23
37 -------------------------------------- 37
79--97 --------------------------------- 79--97-4
127 ------------------------------------ 127
127k--127m ---------------------------- 127k--127m
127-3 ---------------------------------- 127-3
127-5--128 ---------------------------- 127-5--128c
138 ----------------------------------- 138--138e
155--156 ------------------------------- 155--156
160 ----------------------------------- 160--160-1
--- ------------------------------------ 163-1--163-6
165a--165b ----------------------------- 165a--165b. 1
165-29--165-40 ------------------------- 165-29--165-33
166 ------------------------------------ 166
166-4--166-4a -------------------------- 166-4--166-4a
166-6--166-7 --------------------------- 166-6--16677a
166-11 --------------------------------- 166-11--166-llc
211 ------------------------------------ 211
215-1 ---------------------------------- 215-1--215-2
217--224 ------------------------------- 217--224-2
TABLES
312 ------------------------------------ 312
321-9 ---------------------------------- 321-9
i
(Palm Springs 4/86 )
• BOND NO. 2-159-914
PREMIUM: $5,694.00
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Palm Springs, State
of California, has awar led to ONES BROS. CONSTRUCTION CO.
hereinafter designated ,.s the "Principal", a contract for: w
Construction of wet well facility„ construction of valve manifoldiug facility,
reconstruction of existing dry sump/pump and construction of a sanitary sewer
main at Pump Station No. 2 for the City of Palm Springs, California. _
(Insert description of work to be performed and location)
WHEREAS, said Principal is required under the terms of said contract to
furnish a good and sufficient bond for the performance of said contract:
NOW THEREFORE, WE, the Principal, and THE OHIO CASUALTYINSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Palm Springs, California,
hereinafter called the City of Palm Sp&i66%0, alifornia, in the penal sum of
Four hundred seventy four thousand four hundred ollars ($474,495.60 ),
being 100% of the contract amount"'MtTaltuf money of the United States of
America for the payment of which sum well and truly to be made, we hereby
bind ourselves, our heirs, executors, administrators, and successors, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Principal,
his executors, heirs, administrators, and successors, or assigns, shall in
all things stand to and abide by, and well and truly keep and perform the
covenants and agreements in the said contract and any alterations thereof
made as therein provided, on his or their part, to be kept and performed at
the time and in the manner therein specified, and in all respects according
to their true intent and meaning, and shall indemnify and save harmless the
City of Palm Springs, California, its officers and agents, as therein stipu-
lated, then this obligation shall become null and void; otherwise, it shall
-- be and remain in full force and virtue.
And the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the contract
or to work to be performed thereunder or the specifications accompanying
the same shall in anywise affect its obligations on this bond, and it does
hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the contract or to the work or the specifications.
t
IN WITNESS WHEREOF, Identical counterparts of this instrument, each of which
shall for all purposes be deemed an original thereof, have been duly executed
by the Principal and Surety above named, on this 30 TH day of
JANUARY 19B1. \\\
THE OHIO CASUALTY INSURANCE COMPANY UONES BROT S CONSTRUCTION COMPANY
SURETY PRINCIP
-H. WEBBER ATTORNEY-IN-FACT \
_ __INSURANCE COMPANY and/or
AGENT.=A;3DRESS: 2600 E. NUTWOOD AVE.
FULLERTON, CALIFORNIA 92631
STATE OF CALIFORNIA)
) ss.
COUNTY OF R�gIVERSIDE)
On this ->.( day cl� \ in the year^ �y� before me
s1,
personally appeared',- ,
known to me (or proved to me on the oath of) (_ to be one of the
partners of the partnership that executed the within instrument, and acknowledged
to me that such partnership executed the same.
OFFICIAL �' � � OFFICIAL SF��L SEAL: .... MAU M- 1 �g�pnl � V�. -��T
`� o PJO?ANY PUBLIC - C��,LIFOR7dIA \�
SSS s A1tY PUBLIC
Pet, eoe,m, ci 93d
AFFIDAVIT OF ATTORNEY-IN-FACT FOR SURETY
STATE OF .......CALIFORNIA PAINMIA................................
SS.
COUNTY OF ...ORANGE.........................................
On this....30th...day of....................JANUARY............................................... 19Aj, before me
personally appeared......................................A....H....UB.&L:Li....................................... Attorney-in-fact,
of The Ohio Casualty Insurance Company, with .whom I am personally acquainted, who being by me
duly sworn, did depose and say, that he resides in........BALBOA,,,CA that he is the
Attorney-in-fact of The Ohio Casualty Insurance Company, the corporation named in and which execut-
ed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to
the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of
said corporation, and that he signed and executed the said instrument as Attorney-in-fact of said cor-
poration by like orde;__ _
�Jf/j/( , /rY, l r
My Commission expt"rex,» „,"!Ti,(s:,.:J.6tSt'.C]):./Sl;Y �.,.;,7, `:'': .:'�:.. .<-�
•�'�° RlodnrY F ;.k-Ca'horu ie Notary Public.
form 5.170 U's;;.I i<,_ CCUTJ fY ��
PLACE IN FRONT OF INSERTION GUIDE
PALM SPRINGS MUNICIPAL CODE
April, 1986
(Covering Ordinances through 1261)
This supplement consists of reprinted pages replacing
existing pages in the Palm Springs Municipal Code.
Remove pages listed in the column headed "Remove Pages"
and in their places insert the pages listed in the column
headed "Insert Pages . "
This Guide for Insertion should be retained as a perma-
nent record of pages supplemented and should be inserted in
the front of the code.
Remove Pages Insert Pages
TEXT
2 ------------------------------------- 2--2a
4 ------------------------------------- 4--4-1
23 ------------------------------------ 23
37 ------------------------------------ 37
- 79--97-----------------------------�---- 79--97-4
127 - - 127
127k--127m ---------------------------- 127k--127m
127-3 --------------------------------- 127-3
127-5--128 ---------------------------- 127-5--128c
138 ----------------------------------- 138--138e
155--156 ------------------------------ 155--156
160 ----------------------------------- 160--160-1
--- ----------------------------------- 163-1--163-6
165a--165b ---------------------------- 165a--165b. 1
165-29--165-40 ------------------------ 165-29--165-33
166 ---------------- -------------- ---- 166
166-4--166-4a ------------------------- 166-4--166-4a
166-6--166-7 -------------------------- 166-6--166-7a
166-11 ----------------------•---------- 166-11--166-llc
211 ----------------------------------- 211
215-1 --------------------------------- 215-1--215-2
217--224 ------------------------------ 217--224-2
TABLES
312 ----------------------------------- 312
321-9 -----------------------------•---- 321-9
(Palm Springs 4/86)
-159-914
• CITY OF PALM SPRINGS • BOND NO.PREMIUM: INCLUDED INCLUDED
LABOR AND MATERIAL BOND
WHEREAS, the City of Palm Springs, a Municipal Corporation, and
JONES BROS. CONSTRUCTION CO.
hereinafter designated as "principal" have entered into an agreement dated
1/21/81 19^, for the following described project:
Construction of wet well facility, construction of valve manifolding
facility, reconstruction of existing dry sump/pump and construction
of a sanitary sewer main for City of Palm Springs, California
which is hereby referred to and made a part hereof; and
WHEREAS, under the terms of said agreement, principal is required before
entering upon the performance of the work, to file a good and sufficient payment
bond with the City of Palm Springs to secure the claims to which reference is
made in Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the
Civil Code of the State of California.
NOW, THEREFORE, said principal and the undersigned as corporate surety, are
held firmly bound unto the City of Palm Springs and all contractors, subcontractors,
laborers, materialmen and other persons employed in the performance of the afore-
said agreement and referred to in the aforesaid Civil Code in the sum of
Two hundred thirty seven thousand, two hundred forty seven and 80/100. . . . . . . . . . . . Dollars
($237,247.80 ) being 50% of the contract amount, for materials furnished or labor
thereon of any kind, or for amounts due under the Unemployment Insurance Act with
respect to such work or labor, that said surety will pay the same in an amount not
exceeding the amount hereinabove set forth, and also in case suit is brought upon
this bond, will pay, in addition to the face amount thereof, costs and reasonable
expenses and fees, including reasonable attorney's fees, incurred by the City in
successfully enforcing such obligation, to be awarded and fixed by the court, and
to be taxed as costs and to be included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this bond shall inure to
the benefit of any and all persons, companies and corporations entitled to file
claims under Title 15 (commencing with Section 3082) of Part 4 of Division 3 of
the Civil Code, so as to give a right of action to them or their assigns in any
suit brought upon this bond.
Should the condition of this bond be fully performed, then this obligation
shall become null and void; otherwise it shall be and remain in full force and
effect.
The surety hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of said agreement or the specifications
accompanying the same shall in any manner affect its obligations on this bond,
and it does hereby waive notice of any such change, extension, alteration or
addition. \\�\
IN WITNESS WHEREOF, this intrument has been duly e`�ecuted by the principal
and surety above named, on. JANUARY 30. 19 81 .
INSURANCE COMPANY and/or JQNES BROTI RS CONSTRUCTION COMPANY ;
AGENT address: PrincipAl
2600 EAST NUTWOOD AVE. ,THE-'OHIO CASUALTY INSUR0CE COMPANY
FULLERTON, CALIFORNIA 92631 S')rety
k T
Attorney-in-Fact A. H. WEBBER .
in/An
STATE OF CALIFORNIA)
) ss.
COUNTY OF RIVERSIDE)
On this day of�..� �I l;y,F in the year before me
�, C
personally appear d��
known to me (or proved to me on the oath of) ` W to be one of the
partners of the partnership that executed the within instrument, and acknowledged
to me that such partnership executed the same. �� \
OFFICIAL GF,FiCiAL S \B
NOTARY PUBLIC C \a},�� 1NOTA\RCY�Q jPe�U�BL}I.CPAURFOV C. GIBSOi
SEAL: ALIFORNIA
TCONTRA COSA COWITY
Comm. expires SEP 27, 1981
•
AFFIDAVIT OF ATTORNEY-IN-FACT FOR SURETY
CALI
STATE OF ...............FO....RN.. I
....A...................................
SS.
COUNTY OF ..ORANGE..........................................
81
On this....30th....day of.................JANUARY................................................. 19....... before me
A. H. WEBBER t
personally appeared................................................................. Attorney-in-fact.
of The Ohio Casualty Insurance Company, with whom I am personally acquainted, who being by me
duly sworn, did depose and say, that he resides in....P+ALBQA.,...CeA:.................................: that he is the
Attorney-in-fact of The Ohio Casualty Insurance Company, the corporation named in and which execut-
ed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to
the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of
said corporation, and that he signed and executed the said instrument as Attorney-in-Fact of said cor-
poration by like ordery .. _...w0OC1p,..SEAL
My Commission expirts:.. .. a.0 in,c .ty.,.:;.a:;.;::CpKY: .11::G<ifr.G.4 rN wn/_... 1�:.. f}. � ... ..:(: `..... ...
. .'. . c oornia / /i
Notary PubHa
farm 5.1I0
PLACE IN FRONT OF INSERTION GUIDE
PALM SPRINGS MUNICIPAL CODE
April, 1986
(Covering Ordinances through 1261)
This supplement consists of reprinted pages replacing
existing pages in the Palm Springs Municipal Code.
Remove pages listed in the column headed "Remove Pages"
and in their places insert the pages listed in the column
headed "Insert Pages . "
This Guide for Insertion should be retained as a perma-
nent record of pages supplemented and should be inserted in
the front of the code.
Remove Pages Insert Pages
TEXT
2 -----------------------•-------------- 2--2a
4 -------------------------------------- 4--4-1
23 ----------------------•-------------- 23
37 ------------------------------------ 37
79--97 -------------------------------- 79--97--4
• 127 ----------------------------------- 127
127k--127m - - 127k--127m
127-3 --------------------------------- 127-3
127-5--128 ----------------------------- 127-5--128c
138 ------------- 138--138e
155--156 ------------------------------ 155--156
160 ----------------------------------- 160--160-1
--- ------------------------------------ 163-1---163-6
165a--165b ---------------------------- 165a--165b. 1
165-29--165-40 ------------------------ 165-29---165-33
166 ------------------------------------ 166
166-4--166-4a ------------------------- 166-4---166-4a
166-6--166-7 -------------------------- 166-6---166-7a
166-11 -------------------------------- 166-11-•-166-llc
211 ------------------------------------ 211
215-1 ---------------------------------- 215-1---215-2
217--22.4 ------------------------------- 217--224-2
TABLES
312 ------------------------------------ 312
321-9 ---------------------------------- 321-9
(Palm Springs 4/86)
r_
MINUTE ORDER NO. 2884 �'< >
AWARD OF CONTRACT TO JONES BROS.
CONSTRUCTION CO. FOR CONSTRUCTION
OF 14ET-WELL FACILITY, VALVE MANI-
FOLDING FACILITY, RECONSTRUCTION
OF EXISTING DRY SUMP PUMP EQUIP-
MENT AND SANITARY SEWER MAIN AT
PUMP STATION NO. 2 IN THE AMOUNT
OF $474,495.60
I HEREBY CERTIFY that this Minute Order awarding
contract to Jones Bros . Construction Co. for the
construction of wet-well facility, valve manifolding
facility, reconstruction of existing dry sump pump
equipment and sanitary sewer main at Pump Station
No. 2 on Golf Course Drive in the amount of
$474,495.60 was adopted by the City Council of the
City of Palm Springs, California, in a meeting
thereof held on the 21st day of January, 1981 .
NORMAN R. ICING
City Clerk
By: JUDITH SUMICH
Deputy City Clerk