HomeMy WebLinkAbout03/12/13 1
“Goals are dreams with deadlines.”
AGENDA
HERMOSA BEACH CITY COUNCIL
Tuesday, March 12, 2013 - Council Chambers, City Hall
1315 Valley Drive
5:00 p.m. - CLOSED SESSION: See attached Closed Session Agenda
7:00 p.m. - REGULAR MEETING
MAYOR
Patrick ‘Kit’ Bobko
CITY CLERK
Elaine Doerfling
MAYOR PRO TEM
Michael DiVirgilio
CITY TREASURER
David Cohn
COUNCIL MEMBERS
Jeff Duclos
Howard Fishman
Peter Tucker
CITY MANAGER
Tom Bakaly
CITY ATTORNEY
Michael Jenkins
All council meetings are open to the public. PLEASE ATTEND.
The Council receives a packet with detailed information and recommendations on nearly every
agenda item.
City Council agendas and staff reports are available for your review on the City's web site
located at www.hermosabch.org.
Complete agenda packets are also available for public inspection in the Police Department, Fire
Department, Public Library and the Office of the City Clerk.
During the meeting, a packet is also available in the
Council Chambers foyer.
Written materials distributed to the City Council within 72 hours of the City Council meeting
are available for public inspection immediately upon distribution in the City Clerk's office at
1315 Valley Drive, Hermosa Beach, California, during normal business hours.
All written communications from the public included in the agenda will be posted with the
agenda on the City’s website
To comply with the Americans with Disabilities Act of 1990, Assistive Listening Devices (ALD)
will be available for check out at the meeting.
If you require special assistance to participate in this meeting, you must call or submit your
request in writing to the Office of the City Clerk at (310) 318-0203 at least 48 hours prior to the
meeting.
Your participation in this meeting is in the public domain. Meetings are both cablecast
and streamed live over the Internet. Minutes of this meeting will reflect your participation in
this meeting and are posted on the city’s website
2
CALL TO ORDER
PLEDGE OF ALLEGIANCE
ROLL CALL
CLOSED SESSION REPORT
ANNOUNCEMENTS
PRESENTATIONS
CERTIFICATE OF RECOGNITION TO
SENIOR AIRMAN LEVI MBURU
AIRMAN OF THE YEAR
LOS ANGELES AIR FORCE BASE
PUBLIC PARTICIPATION: Although the City Council values your comments, the Brown
Act generally prohibits the Council from taking action on any matter not listed on the posted
agenda as a business item.
1. ORAL AND WRITTEN COMMUNICATIONS
This is the time for members of the public to address the City Council on any items within the
Council's jurisdiction not on this agenda, on items on this agenda as to which public comment
will not be taken, or to request the removal of an item from the consent calendar. Comments on
public hearing items are heard only during the public hearing. Members of the audience may
also speak:
1) during discussion of items removed from the Consent Calendar;
2) during Public Hearings; and,
3) during discussion of items appearing under Municipal Matters.
Comments from the public are limited to three minutes per speaker.
The City Council acknowledges receipt of the written communications listed below. No action
will be taken on matters raised in written communications.
The Council may take action to schedule issues raised in oral and written communications for a
future agenda.
Citizens with comments regarding City management or departmental operations are requested to
submit those comments to the City Manager.
NO WRITTEN COMMUNICATIONS
3
2. CONSENT CALENDAR: The following more routine matters will be acted upon by
one vote to approve with the majority consent of the City Council. There will be no
separate discussion of these items unless a Council member removes an item from the
Consent Calendar. Items removed will be considered under Agenda Item 4, with public
comment permitted at that time.
(a) Recommendation to approve minutes of the regular meeting of the City Council
held on January 22, 2013.
(b) Recommendation to ratify check register and to approve cancellation of certain
checks as recommended by the City Treasurer.
(c) Recommendation to receive and file Tentative Future Agenda Items.
(d) Recommendation to receive and file the following January 2013 financial reports:
1) Revenue and expenditure report; and,
2) City Treasurer's report; and,
(e) Recommendation to receive and file the action minutes of the Emergency
Preparedness Advisory Commission meeting of January 7, 2013.
(f) Recommendation to adopt resolution approving the salary and benefits for three
employees in unrepresented classifications. Memorandum from Assistant to the City
Manager Diane Strickfaden dated March 12, 2013.
(g) Recommendation to adopt resolution of support for a Joint Beach Cities Caltrans
Partnership Planning Grant Application for Aviation Boulevard Living Street
Conceptual Design and Living Streets Design Manual and authorize the City
Manager to execute all grant documents as may be necessary. Memorandum from
Community Development Director Ken Robertson and Public Works Director
Frank Senteno dated March 5, 2013.
(h) Recommendation to award the Construction Contract to Palp, Inc., DBA Excel
Paving Company to provide construction services for Project CIP No. 11-179
Hermosa View Elementary Safe Route to School in the amount of $157,013;
authorize the Mayor to execute and the City Clerk to attest the Construction
Contract subject to approval by the City Attorney; adopt resolution entitled, “A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF HERMOSA
BEACH APPROVING THE DESIGN AND PLANS FOR THE CONSTRUCTION
OF CIP NO. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO
SCHOOL PROJECT PURSUANT TO GOVERNMENT CODE SECTION 830.6
AND ESTABLISHING A PROJECT PAYMENT ACCOUNT; and, authorize the
Director of Public Works to make changes to the contract within the project budget.
Memorandum from Public Works Director Frank Senteno dated February 27, 2013.
4
(i) Recommendation to award the Construction Contract to Tidal Marine Construction
to provide construction services for Project CIP No. 11-652 Hermosa Beach
Municipal Pier Structural Repairs in the amount of $139,700; authorize the Mayor
to execute and the City Clerk to attest the Construction Contract subject to
approval by the City Attorney; adopt resolution entitled, “A RESOLUTION OF
THE CITY COUNCIL OF THE CITY OF HERMOSA BEACH APPROVING
THE DESIGN AND PLANS FOR THE CONSTRUCTION OF CIP NO. 11-652
HERMOSA BEACH MUNICIPAL PIER PROJECT PURSUANT TO
GOVERNMENT CODE SECTION 830.6 AND ESTABLISHING A PROJECT
PAYMENT ACCOUNT; authorize an appropriation of $97,372 in the 122 Tyco
Fund; and, authorize the Director of Public Works to make changes to the contract
within the project budget. Memorandum from Public Works Director Frank Senteno
dated March 5, 2013.
3. CONSENT ORDINANCES
a. ORDINANCE NO. 12-1339 – “AN ORDINANCE OF THE CITY OF
HERMOSA BEACH, CALIFORNIA, AMENDING VARIOUS
PROVISIONS OF CHAPTER 8.12 OF THE HERMOSA BEACH
MUNICIPAL CODE RELATED TO SOLID WASTE COLLECTION AND
DISPOSAL. For adoption. Memorandum from City Clerk Elaine Doerfling
dated March 5, 2013.
4. ITEMS REMOVED FROM THE CONSENT CALENDAR FOR SEPARATE
DISCUSSION
Public comments on items removed from the Consent Calendar.
5. PUBLIC HEARINGS - TO COMMENCE AT 7:30 P.M.
a. REVIEW AND RECONSIDERATION OF PLANNING COMMISSION
RESOLUTION 12-22 MODIFYING A CONDITIONAL USE PERMIT FOR
A RESTAURANT WITH ON-SALE GENERAL ALCOHOL, OUTDOOR
DINING AND LIVE ENTERTAINMENT REQUIRING THE
ESTABLISHMENT TO CLOSE BY 12:00 MIDNIGHT AND TO CEASE
LIVE ENTERTAINMENT BY 11:30PM, AMONG OTHER
MODIFICATIONS, AT 1238 HERMOSA AVENUE (CAFÉ BOOGALOO).
Memorandum from Community Development Director Ken Robertson dated
March 5, 2013.
RECOMMENDATION: Adopt resolution to sustain the Planning
Commission’s decision to modify the Conditional Use Permit.
5
6. MUNICIPAL MATTERS
a. APPOINTMENT OF SUBCOMMITTEE TO ASSIST WITH THE
STRATEGIC PLAN FOR ECONOMIC DEVELOPMENT – CIVIC
CENTER COMPLEX/DOWNTOWN OPPORTUNITY SITES.
Memorandum from Community Development Director Ken Robertson dated
March 5, 2013.
RECOMMENDATION: Appoint a Council subcommittee to assist with the
Strategic Plan for Economic Development – Civic Center Complex/Downtown
Opportunity Sites.
b. PURCHASE OF VEHICLES FOR THE COMMUNITY DEVELOPMENT
DEPARTMENT. Memorandum from Public Works Director Frank Senteno
dated March 5, 2013.
RECOMMENDATION: Authorize the purchase of two (2) 2013 Nissan Leafs
to replace the two Community Development Building Inspector’s 2001 Ford
Ranger pickups.
c. REVISED SMACKFEST EVENT APPLICATION. Memorandum from
Assistant to the City Manager Diane Strickfaden dated March 12, 2013.
RECOMMENDATION: Approve the revised Special Event Permit Application
for the Smackfest Volleyball Tournament.
d. LIBRARY PROPERTY TAX REPORT – ANNUAL REPORT OF
EXPENDITURES AND PROPERTY TAX REVENUES. Memorandum from
City Manager Tom Bakaly dated March 7, 2013.
RECOMMENDATION: That the City Council receive the report submitted by
the County Librarian and direct that the excess funds be placed in a Special Trust
for improvements to the Hermosa Beach Branch Library.
7. MISCELLANEOUS ITEMS AND REPORTS - CITY MANAGER
NONE
8. MISCELLANEOUS ITEMS AND MEETING ATTENDANCE REPORTS - CITY
COUNCIL
NONE
9. OTHER MATTERS - CITY COUNCIL
Requests from Council members for possible future agenda items. No discussion or
debate of these requests shall be undertaken; the sole action is whether to schedule the
item for consideration on a future agenda. No public comment will be taken.
NONE
ADJOURNMENT
6
AGENDA
CLOSED SESSION
HERMOSA BEACH CITY COUNCIL
Tuesday, March 12, 2013 - Council Chambers, City Hall
1315 Valley Drive
5:00 p.m.
The City Council finds, based on advice from legal counsel, that discussion in open session will
prejudice the position of the City in existing and anticipated litigation.
CALL TO ORDER
1. PUBLIC COMMENT: This time has been set aside for members of the public to
address the City Council on Closed Session items.
2. MINUTES: Approval of minutes of Closed Session meeting held on February 26, 2013.
3. PUBLIC EMPLOYEE PERFORMANCE EVALUATION
Government Code Section 54957
Title: City Manager
ADJOURNMENT
March 7, 2013
Honorable Mayor and Members Regular Meeting of
of the Hermosa Beach City Council March 12, 2013
TENTATIVE FUTURE AGENDA ITEMS
MARCH 26MARCH 26MARCH 26MARCH 26, 2013, 2013, 2013, 2013
Recommendation for new phone system Finance Director
City Council Vision, Mission and Goals – Adoption City Manager
Award of Trash Contract and Trash Enclosure Discussion and Street Sweeping Community Development Director
Street Pavement Construction Contract Public Works Director
South Park Design Contract Public Works Director
Community Center – Ocean Friendly Garden Public Works Director
Bar and Tavern Update Police Chief
Parking Code Amendments Police Chief
Oil Project Status City Manager
Recommendation to receive and file the action minutes of the Parks, Recreation and
Community Resources Advisory Commission meeting of February 5, 2013.
Assistant to the City Manager
Recommendation to receive and file the action minutes of the Planning Commission
meeting of March 19, 2013.
Community Development Director
APRIL 9APRIL 9APRIL 9APRIL 9, 2013, 2013, 2013, 2013
Recommendation to receive and file the action minutes of the Public Works Commission
meeting of March 20, 2013
Public Works Director
APRIL 23APRIL 23APRIL 23APRIL 23, 2013, 2013, 2013, 2013
Recommendation to receive and file the action minutes of the Planning Commission
meeting of April 16, 2013.
Community Development Director
Oil Project Status City Manager
PENDING ITEMSPENDING ITEMSPENDING ITEMSPENDING ITEMS
Award of Contract – General Plan Community Development Director
Consideration of reduction of business license fee request from Carol G. Weiss, Ph.D.. Finance Director
Investment Policy Update City Treasurer
Broker Contracts Finance Director
Treasurer’s Pay City Manager
Deputy Treasurer Reporting City Manager
Procurement Policies - RFP City Manager
Ethics Policy City Manager
Review of Pension Bonds Finance Director
Discovery Economics Finance Director
Paperless Council Packet and WIFI Discussion City Manager
Car2go – Final ordinance and policies Community Development Director
Short Term Rentals Community Development Director
Building Code Amendments – Adjacent Property Owner Protection Community Development Director
Independent Cities Finance Authority Withdrawl City Manager
2c
1
CIP No. 11-179 Hermosa View Elementary Safe Route to School
CITY OF HERMOSA BEACH
CONSTRUCTION AGREEMENT
This Construction Agreement (“Agreement”) is made and entered into as of the date
executed by the Mayor and attested to by the City Clerk, by and between Palp Inc., DBA Excel
Paving Company (hereinafter referred to as "CONTRACTOR") and the City of Hermosa Beach,
California, a municipal corporation (hereinafter referred to as "CITY").
R E C I T A L S
A. Pursuant to the Notice Inviting Sealed Bids for CIP No. 11-179 Hermosa View Elementary Safe Route to School Project, bids were received, publicly opened, and declared on the date specified in the notice; and
B. On March 12, 2013, City’s City Council declared CONTRACTOR to be the lowest responsible bidder and accepted the bid of CONTRACTOR; and
C. The City Council has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the CIP No. 11-179 Hermosa View Elementary Safe Route to School Project in the City of Hermosa Beach.
NOW, THEREFORE, in consideration of the foregoing and the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: CITY agrees to engage CONTRACTOR and
CONTRACTOR agrees to furnish all necessary labor, tools, materials, appliances, and
equipment for and do the work for the CIP No. 11-179 Hermosa View Elementary Safe
Route to School Project in the City of Hermosa Beach. The work shall be performed in
accordance with the Plans and Specifications dated January, 2013 (the “Specifications”)
on file in the office of the City Clerk and in accordance with bid prices set forth in
CONTRACTOR’S Bid Proposal and in accordance with the instructions of the City
Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Bid Proposal, Builders General Provisions, Standard Specifications, Special Provisions, Exhibits A through E, and all referenced specifications, details, standard drawings, and appendices; together with this Agreement and all required bonds, insurance certificates, permits, notices and affidavits; and also, including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this Agreement, the Builders General Provisions and the Standard Specifications, in that order, shall control. Collectively, these contract documents constitute the complete agreement between CITY and CONTRACTOR and supersede any previous agreements or understandings.
2
CIP No. 11-179 Hermosa View Elementary Safe Route to School
3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work.
4. TIME OF PERFORMANCE: CONTRACTOR agrees to complete the work within 45
working days from the date of the notice to proceed. By signing this Agreement,
CONTRACTOR represents to CITY that the contract time is reasonable for completion
of the work and that CONTRACTOR will complete such work within the contract time.
5. PREVAILING WAGES.
Pursuant to Labor Code § 1720, and as specified in 8 California Code of Regulations §
16000, CONTRACTOR must pay its workers prevailing wages. It is
CONTRACTOR’s responsibility to interpret and implement any prevailing wage
requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws.
In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages
are available upon request from CITY’s Engineering Division or the website for
State of California Prevailing wage determination at
http://www.dir.ca.gov/DLSR/PWD. CONTRACTOR must post a copy of the
prevailing rate of per diem wages at the job site.
CITY directs CONTRACTOR’s attention to Labor Code §§ 1777.5, 1777.6 and 3098
concerning the employment of apprentices by CONTRACTOR or any
subcontractor.
Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing tradesmen in
any apprenticeship occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprentice-
ship program in that trade for a certificate of approval. The certificate must also
fix the ratio of apprentices to journeymen that will be used in the performance of
the contract. The ratio of apprentices to journeymen in such cases will not be less
than one to five except:
When employment in the area of coverage by the joint apprenticeship committee
has exceeded an average of 15 percent in the 90 days before the request for
certificate, or
When the number of apprentices in training in the area exceeds a ratio of one to
five, or
3
CIP No. 11-179 Hermosa View Elementary Safe Route to School
When the trade can show that it is replacing at least 1/30 of its membership
through apprenticeship training on an annual basis state-wide or locally, or
When CONTRACTOR provides evidence that CONTRACTOR employs regis-
tered apprentices on all of his contracts on an annual average of not less
than one apprentice to eight journeymen.
CONTRACTOR is required to make contributions to funds established for the
administration of apprenticeship programs if CONTRACTOR employs
registered apprentices or journeymen in any apprenticeable trade on such
contracts and if other contractors on the public works site are making such
contributions.
CONTRACTOR and any subcontractor must comply with Labor Code §§ 1777.5
and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other
requirements may be obtained from the Director of Industrial Relations,
ex-officio the Administrator of Apprenticeship, San Francisco, California,
or from the Division of Apprenticeship Standards and its branch offices.
CONTRACTOR and its subcontractors must keep an accurate certified payroll records
showing the name, occupation, and the actual per diem wages paid to each worker
employed in connection with this Agreement. The record will be kept open at all
reasonable hours to the inspection of the body awarding the contract and to the
Division of Labor Law Enforcement. If requested by CITY, CONTRACTOR
must provide copies of the records at its cost.
6. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work
for all workmen employed in the execution of this contract, and CONTRACTOR and any
subcontractor under it shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1,
Article 3 of the Labor Code of the State of California as amended.
CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any subcontractor under it, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, worker or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 7. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and subsistence pay to each worker needed to execute the work required by this Agreement as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8.
8. CONTRACTOR'S LIABILITY: The City of Hermosa Beach and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the
4
CIP No. 11-179 Hermosa View Elementary Safe Route to School
materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever.
CONTRACTOR will indemnify Indemnities against and will hold and save
Indemnitees harmless from any and all actions, claims, damages to persons or property,
penalties, obligations or liabilities that may be asserted or claimed by any person, firm,
entity, corporation, political subdivision, or other organization arising out of or in
connection with the work, operation, or activities of CONTRACTOR, its agents,
employees, subcontractors or invitees provided for herein, whether or not there is
concurrent passive negligence on the part of City. In connection therewith:
a. CONTRACTOR will defend any action or actions filed in connection with
any such claims, damages, penalties, obligations or liabilities and will pay
all costs and expenses, including attorneys' fees, expert fees and costs
incurred in connection therewith.
b. CONTRACTOR will promptly pay any judgment rendered against
CONTRACTOR or Indemnitees covering such claims, damages, penalties,
obligations and liabilities arising out of or in connection with such work,
operations or activities of CONTRACTOR hereunder, and
CONTRACTOR agrees to save and hold the Indemnitees harmless
therefrom.
c. In the event Indemnitees are made a party to any action or proceeding filed
or prosecuted against CONTRACTOR for damages or other claims arising
out of or in connection with the work, operation or activities hereunder,
CONTRACTOR agrees to pay to Indemnitees and any all costs and
expenses incurred by Indemnitees in such action or proceeding together
with reasonable attorneys' fees.
Contractor's obligations under this section apply regardless of whether or not such
claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense,
judgment, civil fine or penalty, or liability was caused in part or contributed to by an
Indemnitee. However, without affecting the rights of City under any provision of this
agreement, Contractor shall not be required to indemnify and hold harmless City for
liability attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City active negligence accounts for only a percentage of the liability involved, the
obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
5
CIP No. 11-179 Hermosa View Elementary Safe Route to School
So much of the money due to CONTRACTOR under and by virtue of the contract
as shall be considered necessary by City may be retained by City until disposition has
been made of such actions or claims for damages as aforesaid.
It is expressly understood and agreed that the foregoing provisions are intended to
be as broad and inclusive as is permitted by the law of the State of California. This
indemnity provision shall survive the termination of the Agreement and is in addition to
any other rights or remedies which Indemnitees may have under the law.
This indemnity is effective without reference to the existence or applicability of
any insurance coverage which may have been required under this Agreement or any
additional insured endorsements which may extend to Indemnitees.
CONTRACTOR, on behalf of itself and all parties claiming under or through it,
hereby waives all rights of subrogation and contribution against the Indemnitees, while
acting within the scope of their duties, from all claims, losses and liabilities arising our of
or incident to activities or operations performed by or on behalf of the CONTRACTOR
regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees.
9. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, CITY will
promptly inform CONTRACTOR regarding third-party claims against CONTRACTOR,
but in no event later than ten (10) business days after CITY receives such claims. Such
notification will be in writing and forwarded in accordance with the “Notice” section of
this Agreement. As more specifically detailed in the contract documents,
CONTRACTOR agrees to indemnify and defend the City against any third-party claim.
10. WORKERS COMPENSATION: In accordance with California Labor Code Sections
1860 and 3700, CONTRACTOR and each of its subcontractors will be required to secure
the payment of compensation to its employees. In accordance with the provisions of
California Labor Code Section 1861, CONTRACTOR, by signing this contract, certifies
as follows: "I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for worker's compensation or to
undertake self-insurance in accordance with the provisions of that code, and I will comply
with such provisions before commencing the performance of the work of this contract.
11. INSURANCE: With respect to performance of work under this contract,
CONTRACTOR shall maintain and shall require all of its subcontractors to maintain
insurance as required in the Builders General Provisions.
12. ASSIGNMENT: This contract is not assignable nor the performance of either party's
duties delegable without the prior written consent of the other party. Any attempted or
purported assignment or delegation of any of the rights of obligations of either party
without the prior written consent of the other shall be void and of no force and effect.
13. INDEPENDENT CONTRACTOR: CONTRACTOR is and shall at all times remain as
to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents
shall have control of the conduct of CONTRACTOR or any of CONTRACTOR'S
6
CIP No. 11-179 Hermosa View Elementary Safe Route to School
employees, except as herein set forth. CONTRACTOR shall not at any time or in any
manner represent that it or any of its agents or employees are in any manner agents or
employees of CITY.
14. TAXES: CONTRACTOR is responsible for paying all retail sales and use,
transportation, export, import, special or other taxes and duties applicable to, and
assessable against any work, materials, equipment, services, processes and operations
incidental to or involved in this contract. CONTRACTOR is responsible for ascertaining
and arranging to pay them. The prices established in the contract shall include
compensation for any taxes CONTRACTOR is required to pay by laws and regulations in
effect at the bid opening date.
15. LICENSES: CONTRACTOR represents and warrants to CITY that it has all licenses,
permits, qualifications, insurance, and approvals of whatsoever nature which are legally
required of CONTRACTOR to practice its profession. CONTRACTOR represents and
warrants to CITY that CONTRACTOR shall, at its sole cost and expense, keep in effect
or obtain at all times during the term of this Agreement any licenses, permits, insurance,
and approvals which are legally required of CONTRACTOR to practice its profession.
CONTRACTOR shall maintain a City of Hermosa Beach business license, if required
under CITY ordinance.
16. RECORDS: CONTRACTOR shall maintain accounts and records, including personnel,
property, and financial records, adequate to identify and account for all costs pertaining to
this Agreement and such other records as may be deemed necessary by CITY or any
authorized representative, and will be retained for three years after the expiration of this
Agreement. All such records shall be made available for inspection or audit by CITY at
any time during regular business hours.
17. SEVERABILITY. If any portion of these contract documents are declared by a court of
competent jurisdiction to be invalid or unenforceable, then such portion will be deemed
modified to the extent necessary in the opinion of the court to render such portion
enforceable and, as so modified, such portion and the balance of this Agreement will
continue in full force and effect.
18. WHOLE AGREEMENT: This Agreement supersedes any and all other agreements either
oral or written, between the parties and contains all of the covenants and agreements
between the parties pertaining to the work of improvements described herein. Each party
to this contract acknowledges that no representations, inducements, promises or
agreements, orally or otherwise, have been made by any party, or anyone acting on behalf
of any party, which are not embodied herein, and that any other agreement, statements or
promise not contained in this contract shall not be valid or binding. Any modifications of
this contract will be effective only if signed by the party to be charged.
17. AUTHORITY: CONTRACTOR affirms that the signatures, titles, and seals set forth
hereinafter in execution of this Agreement represent all individuals, firm members,
partners, joint ventures, and/or corporate officers having a principal interest herein. Each
party warrants that the individuals who have signed this Agreement have the legal power,
right, and authority to make this Agreement and to bind each respective party. This
Agreement may be modified by written amendment. CITY’s city manager may execute any
such amendment on CITY’s behalf.
7
CIP No. 11-179 Hermosa View Elementary Safe Route to School
18. NOTICES: All notices permitted or required under this Agreement shall be in writing,
and shall be deemed made when delivered to the applicable party’s representative as
provided in this Agreement. Additionally, such notices may be given to the respective
parties at the following addresses, or at such other addresses as the parties may provide in
writing for this purpose.
Such notices shall be deemed made when personally delivered or when mailed forty-eight
(48) hours after deposit in the U.S. mail, first-class postage prepaid, and addressed to the
party at its applicable address.
CITY OF HERMOSA BEACH
1315 Valley Drive
Hermosa Beach, CA 90254
Attention: Mondher Saïed, P.E., Project Manager
CONTRACTOR:
Palp Inc., DBA Excel Paving Company
2230 Lemon Avenue
Long Beach, CA 90806
Attention: Bryanna Pascual, Project Manager
19 DISPUTES. Disputes arising from this contract will be determined in accordance with the contract documents and Public Contracts Code §§ 10240-10240.13. 20 NON-DISCRIMINATION: No discrimination shall be made in the employment of persons in the work contemplated by this Agreement because of race, religion, color, medical condition, sex, sexual orientation and/or gender identity, national origin, political affiliation or opinion, or pregnancy or pregnancy-related condition. A violation of this section exposes CONTRACTOR to the penalties provided for in Labor Code Section 1735.
21 NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the
exclusive benefit of the Contractor and the City and not for the benefit of any other party.
There will be no incidental or other beneficiaries of any of the Contractor’s or the City’s
obligations under this Contract.
22 TIME IS OF ESSENCE. Time is of the essence for each and every provision of the
Contract Documents.
23 ACCEPTANCE OF FACSIMILE OR EMAIL SIGNATURES. The Parties agree that this
Contract, agreements ancillary to this Contract, and related documents to be entered into
in connection with this Contract will be considered signed when the signature of a party is
delivered by facsimile transmission, or scanned and delivered via email. Such facsimile
or email signature will be treated in all respects as having the same effect as an original
signature.
8
CIP No. 11-179 Hermosa View Elementary Safe Route to School
24 GOVERNING LAW: This Agreement shall be governed by the laws of the State of
California, and exclusive venue for any action involving this Contract will be in Los
Angeles County.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement with all the
formalities required by law on the respective dates set forth opposite their signatures.
State of California CONTRACTOR'S License No. 688659 “A”
CONTRACTOR
Palp Inc., DBA Excel Paving Company
2230 Lemon Avenue
Long Beach, CA 90806
_________________ By: ____________________________________________
Date TITLE
CITY OF HERMOSA BEACH, CALIFORNIA
_________________ By: ____________________________________________
Date MAYOR
ATTEST:
By: ____________________________________________
Date CITY CLERK
CONTRACTOR'S Business Phone Emergency Phone at which CONTRACTOR can be reached at any time: ( )
APPROVED AS TO FORM:
_______________________________________________________________
CITY ATTORNEY
__________________
Date
-1-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
RESOLUTION NO. 2013-XX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF HERMOSA BEACH
APPROVING THE DESIGN AND PLANS FOR THE CONSTRUCTION OF CIP
No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL
PROJECT PURSUANT TO GOVERNMENT CODE SECTION 830.6 AND
ESTABLISHING A PROJECT PAYMENT ACCOUNT;
The City Council of the City of Hermosa Beach does resolve as follows:
The City Council finds and declares as follows:
The City retained CivilSource Inc. (“Consultant”) as the engineer to design
and prepare the plans for CIP No. 11-179 Hermosa View Elementary
Safe Route to School Project (“Project”);
The Consultant informed the City Engineer that these plans are complete
and that construction of the Project may begin;
The City Engineer reviewed the completed design and plans for the Project
and agrees with the Consultant that the plans are complete and the
Project may be constructed; and
The City Council wishes to obtain the immunities set forth in Government
Code § 830.6 with regard to the plans and construction of the
Project.
Design Immunity; Authorization.
The design and plans for the Project are determined to be consistent with
the City’s standards and are approved;
The design approval set forth in this Resolution occurred before actual work
on the Project construction commenced;
The approval granted by this Resolution conforms with the City’s General
Plan;
The City Engineer, or designee, is authorized to act on the City’s behalf in
approving any alterations or modifications of the design and plans
approved by this Resolution; and
The approval and authorization granted by this Resolution is intended to
avail the City of the immunities set forth in Government Code §
830.6.
-2-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
Project Payment Account;
For purposes of the Contract Documents administering the Project, the City
Council directs the City Manager, or designee, to establish a fund
containing sufficient monies from the current fiscal year budget to
pay for the Project (“Project Payment Account”). The Project
payment Account is the sole source of funds available for the
Contract Sum, as defined in the Contract Document administering
the Project.
The City Clerk is directed to certify the adoption of this Resolution.
This Resolution will become effective immediately upon adoption.
Now, therefore, be it resolved, that the City of Hermosa Beach City Council hereby
adopts Resolution No. 2013- ____ on March 12, 2013.
PASSED, APPROVED, AND ADOPTED this ___ day of _______, 2013.
_________________________________________________________________
MAYOR of the City of Hermosa Beach, California
ATTEST: APPROVED AS TO FORM:
__________________________ __________________________
City Clerk City Attorney
I, Elaine Doerfling, City Clerk of the City of Hermosa Beach, California, do hereby
certify that the foregoing Resolution No. 2013-XX was duly and regularly passed
and adopted by the City Council of the City of Hermosa Beach, California, at its
adjourned regular meeting held on the 12th day of March, 2013, by the following
vote, to wit:
AYES:
NOES:
ABSENT: COUNCILMEMBERS:
ABSTAIN: COUNCILMEMBERS:
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CITY OF HERMOSA BEACH
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
JANUARY 2013
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SPECIFICATIONS
FOR
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
Proposals will be received on behalf of The City of Hermosa Beach, at the office of the
City Clerk, City Hall, 1315 Valley Dr., Hermosa Beach, California, until 2:00 PM on
THURSDAY February 21, 2013.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
TABLE OF CONTENTS
Page No.
COVER SHEET
TITLE SHEET
LOCATION MAP
TABLE OF CONTENTS ........................................................................................... i
NOTICE INVITING BIDS ......................................................................................... 1
INSTRUCTIONS TO BIDDERS ............................................................................... 3
PROPOSAL DOCUMENTS ..................................................................................... 6
Bidding Schedule .................................................................................... 7
Bidder's Declaration ................................................................................ 11
Non-collusion Affidavit ........................................................................ … 13
Declaration of Eligibility to Contract ........................................................ 14
Bid Bond ................................................................................................. 15
Designation of Subcontractors ................................................................ 16
Construction Project Reference .............................................................. 17
Bidder's Assurance ................................................................................. 18
Certificate of Non-Discrimination by Contractors .................................... 19
FAIR EMPLOYMENT PRACTICES DOCUMENTS .................................................. 20
CONTRACT DOCUMENTS ..................................................................................... 27
Agreement .............................................................................................. 28
Faithful Performance Bond ..................................................................... 36
Payment Bond ........................................................................................ 38
Workers' Compensation Insurance Certificate ........................................ 40
Indemnification and Hold Harmless Agreement and Waiver of
Subrogation and Contribution ................................................................. 41
Exhibits A through E
SPECIAL PROVISIONS
Table of Contents ................................................................................... SP(i) – SP(iii)
Section 1 – Section10 ............................................................................. SP-1 – SP-26
TECHNICAL PROVISIONS ..................................................................................... TP-1 – TP-16
APPENDIX “A" PROJECT PLANS
APPENDIX “B" NOTICE OF PUBLIC IMPROVEMENT
APPENDIX “C" CALTRANS ENCROACHMENT PERMIT
APPENDIX “D" PREVAILING WAGE REQUIREMENTS
i
1
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
City of Hermosa Beach
NOTICE INVITING BIDS
CIP No. 11-179 – HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
Notice is hereby given that the City of Hermosa Beach will receive sealed bids at the Office of
the City Clerk, City Hall, 1315 Valley Drive, Hermosa Beach, CA 90254, until 2:00 P.M. on
Thursday, February 21, 2013, for CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE
ROUTE TO SCHOOL PROJECT.
ENGINEER’S ESTIMATE: $186,000
This project consist of the construction of continuous sidewalks and Americans with Disabilities
Act (ADA) curb access ramps on the south side of 16th Street between Pacific Coast Highway
(PCH) and Prospect Avenue; restriping of crosswalks; installation of conforming school zone
signs; and construction of stand back line in front of Hermosa View Elementary School.
All bids must be submitted in writing, on standard forms available in the Public Works
Department, at the above address. All bids must be sealed and must be plainly marked in the
lower left-hand corner “CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO
SCHOOL PROJECT.” It shall be the bidder’s responsibility to inquire for any
addendums/updates to this Notice Inviting Bid prior to submitting their bid.
Each proposal must be accompanied by a cash deposit, a certified or cashier's check, or a
bidder's bond, made payable to the City of Hermosa Beach, in an amount not less than 10
percent of the total bid submitted.
The successful bidder will be required to furnish a faithful performance bond in the amount of
100 percent of the contract price, and a payment bond in the amount of 100 percent of the
contract price, both in a form satisfactory to the City Attorney. The successful bidder will also be
required to pay the State of California prevailing wage scale as determined by the Department
of Industrial Relations, available at http://www.dir.ca.gov/dlse/dlsePublicWorks.html.
The contractor shall possess a valid State of California Contractors License Class A.
The City reserves the right to reject any or all bids and to waive any informality or irregularity in
any bid received and to be the sole judge of the merits of the respective bids received. The
award, if made, will be made to the lowest responsible bidder. Plans and Specifications will be
available for review at City Hall.
Details may be found on the City’s website at http://www.hermosabch.org/index.aspx?page=82.
All questions regarding this bid must be submitted in writing on or before 3:00 PM on
Thursday, February 14, 2013, to Mr. Mondher Saïed, Project Manager, via facsimile (310)
937-5015 or by email: msaied@hermosabch.org.
A non-mandatory pre-bid meeting is scheduled for 10:00 AM on Tuesday, February 12,
2012 at Hermosa Beach City Hall, 1315 Valley Drive, Hermosa Beach, California.
Plans and Specifications may be picked up at the Office of the Director of Public Works/City
Engineer beginning Monday, February 4, 2013, by paying a non-refundable fee of $25.00 per
2
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
set. Plans and specifications can be mailed directly to the contractor if a Federal Express or
preferred carrier account number is provided. City Hall is open M-Th 7:00 a.m. to 6:00 p.m.
Elaine Doerfling
City Clerk
Run legal: January 31th, February 14th
3
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
INSTRUCTIONS TO BIDDERS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
FORM OF PROPOSAL
The Proposal shall be fully executed and submitted on the forms provided by the City
and shall be enclosed in a sealed envelope marked and addressed as directed in the
Notice Inviting Bids. Proposal forms will be issued in each bound copy of the Contract
Documents.
PROPOSAL DOCUMENTS
All Proposals shall include the following executed documents to be submitted with each
bid:
Bidding Schedule
Bidder's Declaration
Non-Collusion Affidavit
Bid Bond
Designation of Subcontractors
Construction Project Reference
Bidder's Assurance
Certificate of Non-Discrimination by Contractors
DELIVERY OF PROPOSAL
The Proposal shall be delivered by the time and to the place stipulated in the Notice
Inviting Bids. It is the bidder's sole responsibility to see that its Proposal is received as
stipulated. Any Proposal received after the scheduled closing time for receipt of
proposals will be returned to the bidder unopened.
WITHDRAWAL OF PROPOSAL
The Proposal may be withdrawn by the bidder by means of a written request, signed by
the bidder or its properly authorized representative. Such written request must be
delivered to the place stipulated in the Notice Inviting Bids for receipt of proposals prior
to the scheduled closing time for receipt of proposals. No Proposal may be withdrawn
after the hour fixed for opening bids.
MODIFICATIONS AND ALTERNATIVE PROPOSALS
Unauthorized conditions, limitations, or provisions attached to the Proposal will render it
informal and may cause its rejection. The completed Proposal forms shall be without
interlineations, alterations, or erasures. Alternative proposals will not be considered
unless specifically requested. Oral, telegraphic, or telephonic proposals or modifications
will not be considered.
4
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
DISCREPANCIES IN PROPOSALS
In the event there is more than one bid item in a Bidding Schedule, the bidder shall
furnish a price for all bid items in the Schedule, and failure to do so will render the
Proposal informal and may cause its rejection. The bidder shall state in figures the unit
prices or the specific sums as the case may be, for which it proposes to supply the
labor, materials, supplies, or machinery, and completely perform the Contract. The
total amount of each item bid and the total amount of the bid shall be stated in figures.
If the unit price and the total amount named by a bidder for any items are not in
agreement, the unit price alone will be considered as representing the bidder's intention
and the total will be corrected to conform thereto.
PROPOSAL GUARANTEE
Each bidder shall submit with his Proposal cash, an unconditional certified or cashier's
check, or a bidder's bond, in the sum of the percentage of the bid stated in the Notice
Inviting Bids, payable to the City as a guarantee that the bidder will, if its Proposal is
accepted, execute the Contract and furnish a satisfactory Faithful Performance Bond, a
satisfactory Payment Bond and insurance certificates as specified herein.
If a bidder to whom an award is made, fails or refuses to sign the Contract or furnish the
required bonds and certificates, all within the time stated in Section 2-1.5 of the Special
Provisions bound herein, the funds represented by said check or bidder's bond shall be
forfeited and become and remain the property of the City; the amount thereof being
agreed to by the bidder and the surety as liquidated damages due the City because of
the delay in the execution of the Contract and in the performance of work thereunder,
resulting from such failure or refusal, except that if the City awards the contract to the
next lowest bidder, only that portion of the bidder's security equal to the difference
between the two bids will be forfeited.
A Bid Bond must be obtained from a corporate surety authorized to do business as
such in the State of California and should be on the form furnished by the City or one
substantially in conformance with it. Certified or cashier's checks must be drawn on a
solvent state or national bank or branch thereof in the State of California. The liability of
the City in connection with the checks shall be limited to the return of the checks as
provided in Section 2-1.6 of the Special Provisions bound herein.
DISQUALIFICATION OF BIDDERS
A person, firm, or corporation shall NOT be allowed to make or file, or to be interested
in, more than one bid, except an alternative bid when specifically requested; provided,
however, a person, firm, or corporation who has submitted a sub-proposal to a bidder
submitting a Proposal, or who has quoted prices on materials to such bidders, is not
thereby disqualified from submitting a sub-proposal or from quoting prices to other
bidders submitting proposals, or from submitting a Proposal as a prime contractor.
5
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
ADDITIONAL REQUIREMENTS
The bidder's attention is directed to the Special Provisions and Technical Provisions
bound herein for additional requirements of the Proposal and Contract Documents.
FAIR EMPLOYMENT PRACTICES DOCUMENTS
Fair Employment Practices Documents are to be submitted by the low bidder within
three days following the opening of bids. See enclosed instructions and documents on
page 19.
CONTRACT DOCUMENTS
Contract Documents are to be submitted within twenty-one (21) calendar days AFTER
award of contract. See enclosed documents commencing on page 26.
BIDDER QUALIFICATIONS
Each bidder shall be skilled and regularly engaged in the general class or type of work
called for under the contract. A statement setting forth his/her experience shall be
submitted by each bidder on the CONSTRUCTION PROJECT REFERENCE form
provided herein.
Each bidder shall posses a valid Contractor's License issued by the Contractor's State
License Board at the time his/her bid is submitted. The class of license shall be
applicable to the work specified in the contract. Each bidder shall also have no less
than five (5) years experience in the magnitude and character of the work bid.
Bidder Qualifications called for to be submitted at the time of bid include, but are not
necessarily limited to:
1. The Contractor shall have been in business under the same name and California
Contractor’s License for a minimum of 5 continuous years prior to the bid
opening date for this project. The license used to satisfy this requirement shall
be of the same type as required by the contract.
2. The Contractor’s license classifications shall be “A”.
3. The Contractor shall provide a minimum of 3 references for similar projects
which have been successfully completed in the State of California during the
past 5 years.
4. The Contractor shall have a minimum of 10 years experience in sidewalk
rehabilitation projects of a similar nature.
5. The Contractor shall perform above 50% of the contract with its own forces.
6
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL DOCUMENTS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
To Be Submitted
WITH
Bid Package
7
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACTOR:
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
BIDDING SCHEDULE
TO: CITY OF HERMOSA BEACH
HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
CITY HALL
HERMOSA BEACH, CALIFORNIA 90254
Ladies and Gentlemen:
The undersigned declares that he has carefully examined the location of the proposed
work and that he has examined the Plans and Specifications, has read the Contract
Documents, and hereby agrees to furnish all labor, materials, equipment, tools,
transportation, and services to do all work required for:
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
in accordance with the Plans and Specifications prepared by the Engineer, in
accordance with the Special Provisions and Technical Provisions, the Contract
Documents, and in accordance with the Standard Specifications for Public Works
Construction (current edition), and the requirements of the Engineer under said
documents, for the prices shown herein.
All work shall be completed within 45 working days from the date the notice to
proceed is issued by the Engineer.
8
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACTOR:
ITEM EST. UNIT PRICE ITEM TOTAL
NO. DESCRIPTION QTY UNIT IN FIGURES
1 MOBILIZATION (Not to Exceed 5% of Bid) 1 LS
2 TRAFFIC CONTROL 1 LS
3
REMOVE AND RECONSTRUCT CONCRETE
DRIVEWAY 10 EA
4
REMOVE AND RECONSTRUCT 4” CONCRETE
SIDEWALK 2,380 SF
5 REMOVE & REPLACE CURB & GUTTER OVER
6” CMB WITH SLOT PATCH 419 LF
6
REMOVE AND RECONSTRUCT CURB RAMP
WITH TRUNCATED DOME SURFACE PER
PLAN
16 EA
7 CONSTRUCT CURB RAMP WITH TRUNCATED
DOME SURFACE PER PLAN 1 EA
8 CONSTRUCT 6” CMU WALL PER APWA STD.
PLAN NO. 6-8-3, TYPE A 18 LF
9 CONSTRUCT CONCRETE WHEEL STOP PER
PLAN 10 EA
10 CONSTRUCT 6” PCC CURB 114 LF
11 STRIPPING PER PLAN 1 LS
9
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
12 SCHOOL SIGNS PER PLAN 16 EA
13 REMOVE TREES 8 EA
14 REMOVE WOOD WALL 71 LF
15 REMOVE BUSHES, GRASS LAWN, AND
MISCELLANEOUS LANDSCAPE FEATURES 1 LS
16 REMOVE PAVER BLOCK 25 SF
17 REMOVE BRICK WALL 20 LF
18 REMOVE AC PAVEMENT 65 SF
19 REMOVE CONCRETE CURB 11 LF
20 REMOVE CMU WALL 10 LF
10
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACTOR:
Total Bid:
(Figures)
(Words)
In case of any discrepancy between the words and the figures, the words shall prevail.
If the unit price and the total amount for any item are not in agreement, the unit price
alone shall be considered to represent the bidder’s intention and all totals will be
corrected to conform thereto. Attached hereto is cash, a certified check, a cashier's
check, or a bidder's bond in the amount of
_______________________________________________________________Dollars,
said amount being not less than 10 percent of the amount bid. It is agreed a portion
equal to the difference between the low bid and second low bid shall be retained as
liquidated damages by the City if the undersigned fails or refuses to execute the
Contract and furnish the required bonds and certificates of insurance within the time
provided.
11
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
BIDDER'S DECLARATION
It is understood and agreed that:
1. The undersigned has carefully examined all documents which will form a part of the
Contract; namely, the Notice Inviting Bids, the Instructions to Bidders, this Proposal, the
Bid Bond, the Contract, the Faithful Performance Bond, the Payment Bond, the federal
requirements, if any, the Plans and Specifications, the Special Provisions, and the
Technical Provisions.
2. The undersigned has, by investigation at the site of the work and otherwise, satisfied
himself as to the nature and location of the work and fully informed himself as to all
conditions and matters, which can in any way affect the work or the cost thereof.
3. The undersigned fully understands the scope of work and has checked carefully all
words and figures inserted in this Proposal and he further understands that the City will
not be responsible for any errors or omissions in the preparation of the Proposal.
4. The undersigned agrees and acknowledges that he is aware of the provisions of
Section 3700 of the Labor Code which requires every employer to be insured against
liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that Code, and that the undersigned will comply with such provisions
before commencing the performance of the Contract if it is awarded to the undersigned.
The undersigned will execute the Contract and furnish the required statutory bonds and
certificates of insurance within the period of time specified in the Contract Documents.
The undersigned will begin work after award of Contract and a Notice to Proceed has
been given as herein specified, and will complete said work within the time specified in
the Bidding Schedule.
5. The undersigned certifies that this Proposal is genuine and not sham or collusive, or
made in the interest or on behalf of a person not herein named, and the undersigned
has not directly or indirectly induced or solicited any other bidder to put in a sham bid
nor induced any other person, firm, or corporation to refrain from bidding. The
undersigned has not in any manner sought by collusion to secure for himself any
advantage over any other bidder.
6. The undersigned will accept an award and enter into a Contract for all work
scheduled herein on which he puts in a bid. The awards for such work are to be
entirely at the discretion of the Owner after evaluation of the bids as submitted. The
undersigned agrees that the Owner shall recover or retain as liquidated damages an
12
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
amount equal to the difference between the low bid and amount of the bid of the bidder
with whom the City enters into a Contract, and the surplus, if any, shall be returned to
the lowest bidder in accordance with the provisions of the Public Contracts Code Sec.
20174 in the event of his failure to execute a Contract and furnish required bonds and
insurance therefor within the time provided.
7. This bid will not be withdrawn within a period of thirty (30) days after the date of its
proper opening by the City.
8. The undersigned bidder stated under penalty of perjury that the representations
made in submitting this bid are, to the best of his/her knowledge, true, accurate, and
complete.
Respectfully submitted,
_______________________________ __________________________________
Contractor's Business Name Contractor Sign Title
________________________________ __________________________________
Business Address: Street By Title
________________________________ __________________________________
City State Zip Contractor's License No. and Classification
________________________________ __________________________________
Business Phone Number Date
________________________________ __________________________________
Name Title Residence: Street
________________________________ __________________________________
City State Zip Residence Phone Number
Note: If the bid is made by an individual, it must be signed with the full name of the
bidder, whose address must be given: if it is made by a firm, it must be signed in
the co-partnership's name by a general partner thereof, who shall also sign his or
her own name, and the name and full address of each member must be given;
and if it is made by a corporation, it must be signed by a properly authorized
officer, the corporate name shall be set forth, and the corporate seal shall be
affixed.
13
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
NON-COLLUSION AFFIDAVIT
(To be executed by Bidder and submitted with Bid)
State of California
County of Los Angeles
being first duly sworn, deposes
and says that he or she is of
the party making the foregoing bid that the bid is not
made in the interest of, or on the behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly colluded, conspired,
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone
shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,
sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of that of
any other bidder, or to secure any advantage against the public body awarding the
contract of anyone interested in the proposed contract; that all statements contained in
the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his
or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay fee to any corporation, or
agent thereof to effectuate a collusive or sham bid.
NAME OF BIDDER
SIGNATURE OF BIDDER
ADDRESS OF BIDDER
CITY STATE ZIP
ALL SIGNATURES MUST BE WITNESSED BY NOTARY
(attach appropriate jurats)
14
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor, certifies and
declares that:
1. The undersigned contractor is aware of Section 1771.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or subcontractor who has been found
by the Labor Commissioner or the Director of Industrial Relations to be in violation of
certain provisions of the Labor Code, from bidding on, being awarded, or performing
work as a subcontractor on a public works project for specified periods of time.
2. The undersigned contractor is not ineligible to bid on, be awarded or
perform work as a subcontractor on a public works project by virtue of the foregoing
provisions of Sections 1771.1 or 1777.7 of the California Labor Code or any other
provision of law.
3. The undersigned contractor is aware of California Public Contract Code
Section 6109, which states:
“(a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not
permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a
public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on,
be awarded, or perform work as a subcontractor on, a public works project. Every
public works project shall contain a provision prohibiting a contractor from performing
work on a public works project with a subcontractor who is ineligible to perform work on
the public works project pursuant to Section 1771.1 or 1777.7 of the Labor Code.”
“(b) Any contract on a public works project entered into between a contractor and a
debarred subcontractor is void as a matter of law. A debarred subcontractor may not
receive any public money for performing work as a subcontractor on a public works
contract, and any public money that may have been paid to a debarred subcontractor by
a contractor on the project shall be returned to the awarding body. The contractor shall
be responsible for the payment of wages to workers of a debarred subcontractor who
has been allowed to work on the project.”
4. The undersigned contractor has investigated the eligibility of each and every
subcontractor the undersigned contractor intends to use on this public works project,
and determined that none of them is ineligible to perform work as a subcontractor on a
public works project by virtue of the foregoing provisions of the Public Contract Code,
Sections 1771.1 or 1777.7 of the Labor Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of California that the
foregoing is true and correct. Executed this ___________ day of
_____________________, at ___________________ (place of execution), California.
___________________________________
Signature
Name: _____________________________
Title: ______________________________
Name of Company: ___________________
15
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT , as
Principal, and
, as Surety, are held firmly bound unto the City of Hermosa Beach in the sum of
$
DOLLARS,
(not less than ten percent of total amount of bid)
for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.
WHEREAS, said Principal has submitted a bid to the City to perform all work required
under the following:
PROJECT No.: CIP 11-179
TITLE: HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
NOW, THEREFORE, if said Principal is awarded a Contract by the City and, within the
time and in the manner required in the Specifications for said project, enters into the
written form of Contract bound with said Specifications and furnishes the required
bonds, one to guarantee faithful performance and the other to guarantee payment for
labor and materials, then this obligation shall be null and void, otherwise it shall remain
in full force and effect. In the event suit is brought upon this bond by the City and
judgment is recovered, said Surety shall pay all costs incurred by the City in such suit,
including a reasonable attorneys’ fee to be fixed by the court. Surety hereby waives the
provisions of California Civil Code §2845.
SIGNED AND SEALED, this day of ,
(SEAL) (SEAL)
Principal Surety
BY: BY:
Signature Signature
Note: This bond must be dated, all signatures must be notarized, and evidence of the
authority of any person signing as attorney–in-fact must be attached.
16
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
DESIGNATION OF SUBCONTRACTORS
In compliance with the "Subletting and Subcontracting Fair Practices Act" being
Sections 4100-4113 of the Government Code of the State of California, and any
amendments thereto, each bidder shall set forth below the name and location of the
place of business of each subcontractor who will perform work or labor or render
service to the prime contractor in or about the construction of the work or improvement
in an amount in excess of one-half (1/2) of one percent (1%) of the prime contractor's
total bid, and shall further set forth the portion of the work which will be done by each
subcontractor. Only one subcontractor for each such portion shall be listed.
If the contractor fails to specify a subcontractor for any portion of the work to be
performed under the contract, he shall be deemed to have agreed to perform such
portion himself, and he shall not be permitted to subcontract that portion of the work
except under the conditions hereinafter set forth.
Subletting or subcontracting of any portion of the work to which subcontractor was
designated in the original bid shall only be permitted in cases of public emergency or
necessity, and then only after a finding reduced to writing as a public record of the
legislative body of the Owner.
The bidder shall also designate in the space provided indicating whether or not the
subcontractor qualifies as a Woman Owned Business Enterprise, "WBE”, or a Minority
Business Enterprise, "MBE”.
WBE Portion State
or of Subcontractor's Type of License
MBE Work % Name and Address Work Number Class
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
The total amount of work subcontracted shall not exceed more than 49% of the contract
amount.
17
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONSTRUCTION PROJECT REFERENCE
To be responsive, the bidder must list below the minimum requirements as
described in the section entitled BIDDER QUALIFICATIONS on page 3 of these
specifications. Attach additional sheets as needed.
. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % subcontracted
Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % subcontracted
Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified financial statement,
references, and other information sufficiently comprehensive to permit an appraisal of
his current financial condition.
Bidder's Signature
18
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
BIDDER'S ASSURANCE
FROM:
Name of Bidder:
Business Address:
Telephone No: ( )
TO:
Members of the City Council
c/o City Hall
City of Hermosa Beach, California
Members of the City Council:
Pursuant to your published Notice Inviting Bids for:
PROJECT No.: CIP 11-179
TITLE: HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
The undersigned declares that he has carefully examined the location of the
proposed work; that he has carefully examined the Plans and Specifications, and
read the accompanying Instructions to Bidders; and hereby proposes to furnish
all materials, machinery, tools, labor, and services, and do all the work necessary
to complete the project in accordance with said Plans and Specifications, and
other Contract Documents, at the item prices on the bidding schedule.
BY: TITLE:
19
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PROPOSAL
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CERTIFICATE OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods or services to the City, the firm listed below certifies that it does
not discriminate in its employment with regard to race, color, religion, sex, or national
origin; that it is in compliance with all applicable federal, state, and local directives, and
executive orders regarding non-discrimination in employment; and that it agrees to
pursue positively and aggressively the principle of equal opportunity in employment.
We agree specifically:
1. To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job levels.
2. To communicate this policy to all persons concerned, including all
company employees, outside recruiting services, especially those serving
minority communities, and to the minority communities at large.
3. To take affirmative steps to hire minority employees within the company.
FIRM
TITLE OF PERSON SIGNING
SIGNATURE
DATE
Please include any additional information available regarding equal opportunity
employment programs now in effect within your company:
20
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
FAIR EMPLOYMENT PRACTICES DOCUMENTS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
To Be Submitted
By The Low Bidder
WITHIN THREE WORKING DAYS FOLLOWING
OPENING OF BIDS
21
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
FAIR EMPLOYMENT PRACTICES
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
INSTRUCTIONS
The Fair Employment Practices in Contracts, as adopted by City, requires that the City
not do business with any firm that discriminates against any employee or applicant for
employment because of race, color, religion, sex, or national origin.
Accordingly, every contract or subcontract of the City in excess of $10,000 for public
works, or for goods and services, must be accompanied by a Certificate of Non-
Discrimination, obligating the contractor or subcontractor to observe the requirements
specified therein.
In addition to the Certificate of Non-Discrimination, the Fair Employment Practices in
Contracts also requires that the lowest responsible bidder undertake an affirmative
course of action to promote equal employment opportunities and to ensure that
employees are treated during employment without regard to their race, color, religion,
sex, or national origin. Completion of the attached compliance report will satisfy this
requirement. The apparent successful low bidder and each of its subcontractors must
submit one copy of the compliance report to the Director of Public Works/City Engineer,
Hermosa Beach City Hall, 1315 Valley Dr., Hermosa Beach, California, 90254, within
three days after the opening of bids.
22
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
FAIR EMPLOYMENT PRACTICES
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACTOR COMPLIANCE REPORT
This report must be completed by prime contractor and each subcontractor. Complete
all items unless otherwise instructed. Use additional sheets if necessary. Submit one
copy of the completed report to Owner:
c/o Department of Public Works
Hermosa Beach City Hall
1315 Valley Dr.
Hermosa Beach, CA 90254
PART I. FIRM DESCRIPTION
1. Circle one: Prime Contractor Subcontractor
2. Name of Firm:
3 Address:
4. Name and address of principal official or manager:
5. Name and address of home office, if different from above:
6. Person completing this form:
Signature:
Name and Title:
Business Telephone:
23
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PART II: POLICIES AND PRACTICES (Circle proper answer)
1. Yes No Have you informed company officials and representatives regarding
the non-discrimination provisions of the Owner's contracts?
2. Yes No Do your solicitations or advertisements for employment specify that
you are an equal opportunity employer?
3. Yes No Do you have educational or training programs sponsored or
financed for the benefit of employees or prospective employees? If
so, please enumerate:
W = White B = Black H = Hispanic A = Asian AI = American Indian
M = Male F = Female
4. Yes No Are any apprentices obtained from sources outside the employer's
work force? If yes, have you circulated information about
apprenticeship openings or opportunities to the following:
Yes No State Employment Offices
Yes No Newspapers or other media
Yes No High schools, including those in minority group areas
Yes No Local trade or vocational schools
Yes No Agencies and organizations specializing in minority
employment
If there are any apprenticeship programs, please list, along with
ethnic breakdown:
JOB CATEGORY
TRAINING PROGRAM W B H A AI M F TOTAL
JOB CATEGORY
TRAINING PROGRAM W B H A AI M F TOTAL
24
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
5. Yes No If you are a prime contractor, have all subcontractors covered by
these compliance inspection reports been instructed as to their
contractual obligations relating to the non-discrimination provisions
of the Owner's contracts?
6. Identify (names and addresses) the employment agencies, personnel
recruitment organizations, newspaper advertising, or other non-union sources
from which the company recruits its personnel.
NAME ADDRESS
7. Yes No Have you a collective bargaining agreement with a labor union or
other organization? If yes, specify the union or organization.
8. Yes No Does your company's collective bargaining agreement or other
contract or understanding with a labor union or other working
organization include a provision for non-discrimination in
employment?
9. Remarks: Use this space for comment on any answers you have supplied.
25
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PART IIIA: EMPLOYMENT FIGURES (1)
Name of Firm:
Project Name:
Date Form Submitted:
Person Submitting Form:
Check One: Submit separate forms for company makeup (page 24), and
for specific project makeup (page 25)
( X ) Permanent makeup of company
( ) Estimated makeup of employees on this specific project only
MINORITY GROUPS*
JOB CATEGORIES TOTAL
EMPLOYED
WHITE BLACK HISPANIC ASIAN AMERICAN
INDIAN
M F
OFFICERS &
OFFICIALS
PROFESSIONAL (2)
CLERICAL & OFFICE
FIELD SUPERVISOR
SKILLED/SPECIFY
TRADE
A
B
C
D
SEMI-SKILLED (3)
UNSKILLED (4)
TOTAL ITEMS 1-7
(1) This report must be completed by prime contractor and each subcontractor.
(2) Occupations requiring college education or equivalent experience: e.g., accountants, architects, scientists,
teachers, etc.
(3) Workers who operate equipment or perform factor-type duties of intermediate skill level: e.g., auto attendants,
laundry operators, truck drivers, etc.
(4) Works in manual occupations: e.g., laborers performing lifting, digging, mixing or loading operations, etc.
*An employee may be included in the minority group in which he/she appears to belong, or is regarded in the
community as belonging. Eliciting information as to the racial or ethnic identify of an employee by direct
inquiry is not encouraged.
26
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PART IIIB: EMPLOYMENT FIGURES (1)
Name of Firm:
Project Name:
Date Form Submitted:
Person Submitting Form:
Check One: Submit separate forms for company makeup (page 24), and
for specific project makeup (page 25)
( ) Permanent makeup of company
( X ) Estimated makeup of employees on this specific project only
MINORITY GROUPS*
JOB CATEGORIES TOTAL
EMPLOYED
WHITE BLACK HISPANIC ASIAN AMERICAN
INDIAN
M F
OFFICERS &
OFFICIALS
PROFESSIONAL (2)
CLERICAL & OFFICE
FIELD SUPERVISOR
SKILLED/SPECIFY
TRADE
A
B
C
D
SEMI-SKILLED (3)
UNSKILLED (4)
TOTAL ITEMS 1-7
(1) This report must be completed by prime contractor and each subcontractor.
(2) Occupations requiring college education or equivalent experience: e.g., accountants, architects, scientists,
teachers, etc.
(3) Workers who operate equipment or perform factor-type duties of intermediate skill level: e.g., auto
attendants, laundry operators, truck drivers, etc.
(4) Works in manual occupations: e.g., laborers performing lifting, digging, mixing or loading operations, etc.
*An employee may be included in the minority group in which he/she appears to belong, or is regarded in
the community as belonging. Eliciting information as to the racial or ethnic identify of an employee by direct
inquiry is not encouraged.
27
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACT DOCUMENTS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
To be Submitted
Within Twenty-One (21) Calendar Days
AFTER
Award of Contract
28
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CITY OF HERMOSA BEACH
CONSTRUCTION AGREEMENT
This Construction Agreement (“Agreement”) is made and entered into as of the date
executed by the Mayor and attested to by the City Clerk, by and between ___________________
(hereinafter referred to as "CONTRACTOR") and the City of Hermosa Beach, California, a
municipal corporation (hereinafter referred to as "CITY").
R E C I T A L S
A. Pursuant to the Notice Inviting Sealed Bids for CIP No. 11-179 Hermosa View Elementary Safe Route to School Project, bids were received, publicly opened, and declared on the date specified in the notice; and
B. On_________________, City’s City Council declared CONTRACTOR to be the lowest responsible bidder and accepted the bid of CONTRACTOR; and
C. The City Council has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the Hermosa View Elementary Safe Route to School Project in the City of Hermosa Beach.
NOW, THEREFORE, in consideration of the foregoing and the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: CITY agrees to engage CONTRACTOR and
CONTRACTOR agrees to furnish all necessary labor, tools, materials, appliances, and
equipment for and do the work for the Hermosa View Elementary Safe Route to School
Project in the City of Hermosa Beach. The work shall be performed in accordance with
the Plans and Specifications dated January, 2013 (the “Specifications”) on file in the
office of the City Clerk and in accordance with bid prices set forth in CONTRACTOR’S
Bid Proposal and in accordance with the instructions of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Bid Proposal, Builders General Provisions, Standard Specifications, Special Provisions, Exhibits A through E, and all referenced specifications, details, standard drawings, and appendices; together with this Agreement and all required bonds, insurance certificates, permits, notices and affidavits; and also, including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this Agreement, the Builders General Provisions and the Standard Specifications, in that order, shall control. Collectively, these contract documents constitute the complete agreement between CITY and CONTRACTOR and supersede any previous agreements or understandings.
29
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work.
4. TIME OF PERFORMANCE: CONTRACTOR agrees to complete the work within 45
working days from the date of the notice to proceed. By signing this Agreement,
CONTRACTOR represents to CITY that the contract time is reasonable for completion
of the work and that CONTRACTOR will complete such work within the contract time.
5. PREVAILING WAGES.
Pursuant to Labor Code § 1720, and as specified in 8 California Code of Regulations §
16000, CONTRACTOR must pay its workers prevailing wages. It is
CONTRACTOR’s responsibility to interpret and implement any prevailing wage
requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws.
In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages
are available upon request from CITY’s Engineering Division or the website for
State of California Prevailing wage determination at
http://www.dir.ca.gov/DLSR/PWD. CONTRACTOR must post a copy of the
prevailing rate of per diem wages at the job site.
CITY directs CONTRACTOR’s attention to Labor Code §§ 1777.5, 1777.6 and 3098
concerning the employment of apprentices by CONTRACTOR or any
subcontractor.
Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing tradesmen in
any apprenticeship occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprentice-
ship program in that trade for a certificate of approval. The certificate must also
fix the ratio of apprentices to journeymen that will be used in the performance of
the contract. The ratio of apprentices to journeymen in such cases will not be less
than one to five except:
When employment in the area of coverage by the joint apprenticeship committee
has exceeded an average of 15 percent in the 90 days before the request for
certificate, or
When the number of apprentices in training in the area exceeds a ratio of one to
five, or
30
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
When the trade can show that it is replacing at least 1/30 of its membership
through apprenticeship training on an annual basis state-wide or locally, or
When CONTRACTOR provides evidence that CONTRACTOR employs regis-
tered apprentices on all of his contracts on an annual average of not less
than one apprentice to eight journeymen.
CONTRACTOR is required to make contributions to funds established for the
administration of apprenticeship programs if CONTRACTOR employs
registered apprentices or journeymen in any apprenticeable trade on such
contracts and if other contractors on the public works site are making such
contributions.
CONTRACTOR and any subcontractor must comply with Labor Code §§ 1777.5
and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other
requirements may be obtained from the Director of Industrial Relations,
ex-officio the Administrator of Apprenticeship, San Francisco, California,
or from the Division of Apprenticeship Standards and its branch offices.
CONTRACTOR and its subcontractors must keep an accurate certified payroll records
showing the name, occupation, and the actual per diem wages paid to each worker
employed in connection with this Agreement. The record will be kept open at all
reasonable hours to the inspection of the body awarding the contract and to the
Division of Labor Law Enforcement. If requested by CITY, CONTRACTOR
must provide copies of the records at its cost.
6. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work
for all workmen employed in the execution of this contract, and CONTRACTOR and any
subcontractor under it shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1,
Article 3 of the Labor Code of the State of California as amended.
CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any subcontractor under it, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, worker or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 7. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and subsistence pay to each worker needed to execute the work required by this Agreement as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8.
8. CONTRACTOR'S LIABILITY: The City of Hermosa Beach and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the
31
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever.
CONTRACTOR will indemnify Indemnities against and will hold and save
Indemnitees harmless from any and all actions, claims, damages to persons or property,
penalties, obligations or liabilities that may be asserted or claimed by any person, firm,
entity, corporation, political subdivision, or other organization arising out of or in
connection with the work, operation, or activities of CONTRACTOR, its agents,
employees, subcontractors or invitees provided for herein, whether or not there is
concurrent passive negligence on the part of City. In connection therewith:
a. CONTRACTOR will defend any action or actions filed in connection with
any such claims, damages, penalties, obligations or liabilities and will pay
all costs and expenses, including attorneys' fees, expert fees and costs
incurred in connection therewith.
b. CONTRACTOR will promptly pay any judgment rendered against
CONTRACTOR or Indemnitees covering such claims, damages, penalties,
obligations and liabilities arising out of or in connection with such work,
operations or activities of CONTRACTOR hereunder, and
CONTRACTOR agrees to save and hold the Indemnitees harmless
therefrom.
c. In the event Indemnitees are made a party to any action or proceeding filed
or prosecuted against CONTRACTOR for damages or other claims arising
out of or in connection with the work, operation or activities hereunder,
CONTRACTOR agrees to pay to Indemnitees and any all costs and
expenses incurred by Indemnitees in such action or proceeding together
with reasonable attorneys' fees.
Contractor's obligations under this section apply regardless of whether or not such
claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense,
judgment, civil fine or penalty, or liability was caused in part or contributed to by an
Indemnitee. However, without affecting the rights of City under any provision of this
agreement, Contractor shall not be required to indemnify and hold harmless City for
liability attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City active negligence accounts for only a percentage of the liability involved, the
obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
32
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
So much of the money due to CONTRACTOR under and by virtue of the contract
as shall be considered necessary by City may be retained by City until disposition has
been made of such actions or claims for damages as aforesaid.
It is expressly understood and agreed that the foregoing provisions are intended to
be as broad and inclusive as is permitted by the law of the State of California. This
indemnity provision shall survive the termination of the Agreement and is in addition to
any other rights or remedies which Indemnitees may have under the law.
This indemnity is effective without reference to the existence or applicability of
any insurance coverage which may have been required under this Agreement or any
additional insured endorsements which may extend to Indemnitees.
CONTRACTOR, on behalf of itself and all parties claiming under or through it,
hereby waives all rights of subrogation and contribution against the Indemnitees, while
acting within the scope of their duties, from all claims, losses and liabilities arising our of
or incident to activities or operations performed by or on behalf of the CONTRACTOR
regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees.
9. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, CITY will
promptly inform CONTRACTOR regarding third-party claims against CONTRACTOR,
but in no event later than ten (10) business days after CITY receives such claims. Such
notification will be in writing and forwarded in accordance with the “Notice” section of
this Agreement. As more specifically detailed in the contract documents,
CONTRACTOR agrees to indemnify and defend the City against any third-party claim.
10. WORKERS COMPENSATION: In accordance with California Labor Code Sections
1860 and 3700, CONTRACTOR and each of its subcontractors will be required to secure
the payment of compensation to its employees. In accordance with the provisions of
California Labor Code Section 1861, CONTRACTOR, by signing this contract, certifies
as follows: "I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for worker's compensation or to
undertake self-insurance in accordance with the provisions of that code, and I will comply
with such provisions before commencing the performance of the work of this contract.
11. INSURANCE: With respect to performance of work under this contract,
CONTRACTOR shall maintain and shall require all of its subcontractors to maintain
insurance as required in the Builders General Provisions.
12. ASSIGNMENT: This contract is not assignable nor the performance of either party's
duties delegable without the prior written consent of the other party. Any attempted or
purported assignment or delegation of any of the rights of obligations of either party
without the prior written consent of the other shall be void and of no force and effect.
13. INDEPENDENT CONTRACTOR: CONTRACTOR is and shall at all times remain as
to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents
shall have control of the conduct of CONTRACTOR or any of CONTRACTOR'S
33
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
employees, except as herein set forth. CONTRACTOR shall not at any time or in any
manner represent that it or any of its agents or employees are in any manner agents or
employees of CITY.
14. TAXES: CONTRACTOR is responsible for paying all retail sales and use,
transportation, export, import, special or other taxes and duties applicable to, and
assessable against any work, materials, equipment, services, processes and operations
incidental to or involved in this contract. CONTRACTOR is responsible for ascertaining
and arranging to pay them. The prices established in the contract shall include
compensation for any taxes CONTRACTOR is required to pay by laws and regulations in
effect at the bid opening date.
15. LICENSES: CONTRACTOR represents and warrants to CITY that it has all licenses,
permits, qualifications, insurance, and approvals of whatsoever nature which are legally
required of CONTRACTOR to practice its profession. CONTRACTOR represents and
warrants to CITY that CONTRACTOR shall, at its sole cost and expense, keep in effect
or obtain at all times during the term of this Agreement any licenses, permits, insurance,
and approvals which are legally required of CONTRACTOR to practice its profession.
CONTRACTOR shall maintain a City of Hermosa Beach business license, if required
under CITY ordinance.
16. RECORDS: CONTRACTOR shall maintain accounts and records, including personnel,
property, and financial records, adequate to identify and account for all costs pertaining to
this Agreement and such other records as may be deemed necessary by CITY or any
authorized representative, and will be retained for three years after the expiration of this
Agreement. All such records shall be made available for inspection or audit by CITY at
any time during regular business hours.
17. SEVERABILITY. If any portion of these contract documents are declared by a court of
competent jurisdiction to be invalid or unenforceable, then such portion will be deemed
modified to the extent necessary in the opinion of the court to render such portion
enforceable and, as so modified, such portion and the balance of this Agreement will
continue in full force and effect.
18. WHOLE AGREEMENT: This Agreement supersedes any and all other agreements either
oral or written, between the parties and contains all of the covenants and agreements
between the parties pertaining to the work of improvements described herein. Each party
to this contract acknowledges that no representations, inducements, promises or
agreements, orally or otherwise, have been made by any party, or anyone acting on behalf
of any party, which are not embodied herein, and that any other agreement, statements or
promise not contained in this contract shall not be valid or binding. Any modifications of
this contract will be effective only if signed by the party to be charged.
17. AUTHORITY: CONTRACTOR affirms that the signatures, titles, and seals set forth
hereinafter in execution of this Agreement represent all individuals, firm members,
partners, joint ventures, and/or corporate officers having a principal interest herein. Each
party warrants that the individuals who have signed this Agreement have the legal power,
right, and authority to make this Agreement and to bind each respective party. This
Agreement may be modified by written amendment. CITY’s city manager may execute any
such amendment on CITY’s behalf.
34
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
18. NOTICES: All notices permitted or required under this Agreement shall be in writing,
and shall be deemed made when delivered to the applicable party’s representative as
provided in this Agreement. Additionally, such notices may be given to the respective
parties at the following addresses, or at such other addresses as the parties may provide in
writing for this purpose.
Such notices shall be deemed made when personally delivered or when mailed forty-eight
(48) hours after deposit in the U.S. mail, first-class postage prepaid, and addressed to the
party at its applicable address.
CITY OF HERMOSA BEACH
1315 Valley Drive
Hermosa Beach, CA 90254
Attention: Mondher Saïed, P.E., Project Manager
CONTRACTOR:
__________________________________________
__________________________________________
Attention: __________________________________
19 DISPUTES. Disputes arising from this contract will be determined in accordance with the contract documents and Public Contracts Code §§ 10240-10240.13. 20 NON-DISCRIMINATION: No discrimination shall be made in the employment of persons in the work contemplated by this Agreement because of race, religion, color, medical condition, sex, sexual orientation and/or gender identity, national origin, political affiliation or opinion, or pregnancy or pregnancy-related condition. A violation of this section exposes CONTRACTOR to the penalties provided for in Labor Code Section 1735.
21 NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the
exclusive benefit of the Contractor and the City and not for the benefit of any other party.
There will be no incidental or other beneficiaries of any of the Contractor’s or the City’s
obligations under this Contract.
22 TIME IS OF ESSENCE. Time is of the essence for each and every provision of the
Contract Documents.
23 ACCEPTANCE OF FACSIMILE OR EMAIL SIGNATURES. The Parties agree that this
Contract, agreements ancillary to this Contract, and related documents to be entered into
in connection with this Contract will be considered signed when the signature of a party is
delivered by facsimile transmission, or scanned and delivered via email. Such facsimile
or email signature will be treated in all respects as having the same effect as an original
signature.
35
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
24 GOVERNING LAW: This Agreement shall be governed by the laws of the State of
California, and exclusive venue for any action involving this Contract will be in Los
Angeles County.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement with all the
formalities required by law on the respective dates set forth opposite their signatures.
State of California CONTRACTOR'S License No.
CONTRACTOR
_________________ By: ____________________________________________
Date TITLE
CITY OF HERMOSA BEACH, CALIFORNIA
_________________ By: ____________________________________________
Date MAYOR
ATTEST:
By: ____________________________________________
Date CITY CLERK
CONTRACTOR'S Business Phone Emergency Phone at which CONTRACTOR can be reached at any time: ( )
APPROVED AS TO FORM:
_______________________________________________________________
CITY ATTORNEY
__________________
Date
36
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACT
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
FAITHFUL PERFORMANCE BOND
WHEREAS, the City of Hermosa Beach has awarded to
, hereinafter designated as the "Principal", a Contract for:
PROJECT No.: CIP 11-179
TITLE: HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
WHEREAS, said Principal is required under the terms of said Contract to furnish a bond
for the faithful performance of said Contract;
NOW, THEREFORE, we,
as Principal, and
as Surety, are held and firmly bound unto the Owner in the sum of
Dollars ($ ),
this amount being not less than one hundred percent (100%) of the total Contract price,
lawful money of the United States of America, for payment of which sum well and truly
to be made we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents. In case suit is brought upon this bond,
the Surety will pay all court costs and reasonable attorneys’ fees to the City of Hermosa
Beach in an amount to be fixed by the court.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, well and truly keep and perform all the undertakings,
terms, covenants, conditions and agreements in the said Contract and any alteration
thereof, made as therein provided, all within the time and in the manner therein
designated and in all respects according to their true intent and meaning, then this
obligation shall become null and void; otherwise, it shall be and remain in full force and
effect.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration, addition, or modification to the terms of the
Contract, or of the work to be performed thereunder, or the specifications for the same,
shall in any way affect its obligations under this bond, and it does hereby waive notice
of any such change, extension of time, alteration, addition, or modification to the terms
of the Contract or to the work or to the specifications thereunder. Surety hereby waives
the provisions of California Civil Code §§ 2845 and 2849. The City is the principal
beneficiary of this bond and has all rights of a party hereto.
37
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
IN WITNESS WHEREOF, three (3) 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 named herein, on the day of
, 2013, the name and corporate seal of each corporate party being hereto affixed
and these presents duly signed by its undersigned representative pursuant to authority
of its governing body.
Principal
By
Surety
By
Note: This bond must be executed in duplicate and dated, all signatures must be
notarized, and evidence of the authority of any person signing as attorney-in-fact
must be attached.
38
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACT
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PAYMENT BOND
WHEREAS, the City of Hermosa Beach has awarded to
, as Contractor, a contract for the work described as follows:
PROJECT No.: CIP 11-179
TITLE: HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
AND WHEREAS, said Contractor is required to furnish a bond in connection with said
contract, to secure the payment of claims of laborers, mechanics, materialmen and
other persons, as provided by law;
NOW, THEREFORE, we, the undersigned Contractor and Surety, are held firmly bound
unto the Owner in the sum of
for which payment well and truly to be made we bind ourselves, our
heirs, executors and administrators, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Contractor, its heirs,
executors, administrators, successors, assigns, or subcontractors shall fail to pay any of
the persons named in Civil Code Section 3181, or amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
contract, or any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of the Contractor
and its subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code, with respect to such work and labor, then the Surety or Sureties herein will pay
for the same in an amount not exceeding the sum specified in this bond, otherwise the
above obligation shall be void. In case suit is brought upon this bond, the said Surety
will pay all court costs and reasonable attorneys’ fees to the plaintiff(s) and City in an
amount to be fixed by the court.
This bond shall inure to the benefit of any of the persons named in Civil Code Section
3181 as to give a right of action to such persons or their assigns in any suit brought
upon this bond.
Further, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition, or modification to the terms of the Contract, or of
the work to be performed thereunder, or the specifications for the same, shall in any
way affect its obligations under this bond, and it does hereby waive notice of such
change, extension of time, alteration, addition, or modification to the terms of the
Contract or to the work or to the specifications thereunder. Surety hereby waives the
provisions of California Civil Code §§ 2845 and 2849.
39
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this
day of 2013.
CONTRACTOR SURETY
Note: This bond must be executed in duplicate and dated, all signatures must be
notarized, and evidence of the authority of any person signing as attorney-in-fact
must be attached.
40
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
CONTRACT
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor
Code, Sections 1860 and 1861:
I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of the work of the Contract.
DATED:
CONTRACTOR
By
Signature
Title
ATTEST:
By
Signature
Title
41
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
INDEMNIFICATION AND HOLD HARMLESS AGREEMENT
AND WAIVER OF SUBROGATION AND CONTRIBUTION
Contract/Agreement/License/Permit No. or description:_________________________________________
____________________________________________________________________________________
Indemnitor(s) (list all names):
To the fullest extent permitted by law, Indemnitor hereby agrees, at its sole cost and expense, to defend,
protect, indemnify, and hold harmless the City of Hermosa Beach and its respective elected officials,
officers, attorneys, agents, employees, volunteers, successors, and assigns (collectively “Indemnitees”)
from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action,
proceedings, expenses, judgments, penalties, liens, and losses of any nature whatsoever, including fees
of accountants, attorneys, or other professionals and all costs associated therewith (collectively
“Liabilities”), arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or
related to any act, failure to act, error, or omission of Indemnitor or any of its officers, agents, servants,
employees, subcontractors, materialmen, suppliers or their officers, agents, servants or employees,
arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or related to the
above-referenced contract, agreement, license, or permit (the “Agreement”) or the performance or failure
to perform any term, provision, covenant, or condition of the Agreement, including this indemnity provision.
This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive
negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence.
This indemnity provision shall survive the termination of the Agreement and is in addition to any other
rights or remedies which Indemnitees may have under the law. Payment is not required as a condition
precedent to an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against an Indemnitee shall be conclusive in favor of the Indemnitee’s right to recover under this indemnity
provision. Indemnitor shall pay Indemnitees for any attorney fees and costs incurred in enforcing this
indemnification provision. Notwithstanding the foregoing, nothing in this instrument shall be construed to
encompass (a) Indemnitees’ sole negligence or willful misconduct to the limited extent that the underlying
Agreement is subject to Civil Code 2782(a), or (b) the contracting public agency’s active negligence to the
limited extent that the underlying Agreement is subject to Civil Code 2782(b). This indemnity is effective
without reference to the existence or applicability of any insurance coverages which may have been
required under the Agreement or any additional insured endorsements which may extend to Indemnitees.
Indemnitor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of
subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all
claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf
of the Indemnitor regardless of any prior, concurrent, or subsequent active or passive negligence by the
Indemnitees. Accountants, attorneys, or other professionals employed by Indemnitor to defend
Indemnitees shall be selected by Indemnitees.
In the event there is more than one person or entity named in the Agreement as an Indemnitor, then all
obligations, liabilities, covenants and conditions under this instrument shall be joint and several.
“Indemnitor”
Name____________________________________ Name_____________________________________
By:______________________________________ By:_______________________________________
Its Its
Page 1 of 3
EXHIBIT A
INSTRUCTIONS FOR COMPLETING, EXECUTING AND SUBMITTING
EVIDENCE OF INSURANCE TO THE OWNER
Insured: Date:
(Contractor, Lessee, Permittee, etc.)
Insured
A. 1. In order to reduce problems and time delays in providing evidence of
insurance to the City, you are requested to give your insurance agent or
broker a copy of the attached Insurance Requirements and endorsement
forms along with these instructions for completing, executing, and
submitting evidence of insurance.
2. If the agreement requires Workers' Compensation coverage and you have
been authorized by the State of California to self-insure Workers'
Compensation, then a copy of the certificate from the State authorizing
self-insurance for Workers' Compensation shall meet the requirements for
Workers' Compensation insurance covering activities within the State of
California.
3. All questions relating to insurance should be directed to the department or
office responsible for your contract, lease, permit, or other agreement.
Insurance Agent or Broker
B. 1. The appropriate Endorsement Form shall be used. No changes in the
terms of the Endorsement will be permitted. Certificates of Insurance
alone will not be accepted by the City.
Page 2 of 3
EXHIBIT A
2. More than one insurance policy may be required to comply with the
insurance requirements. Endorsement forms appropriate to your
insured's contract, lease or permit are checked below and enclosed.
( ) Workers' Compensation/Employers Liability
( ) General Liability
( ) Automobile Liability
( ) Excess/umbrella Liability
( ) Professional Liability
( ) Property insurance
( ) Fine Arts Property Insurance
3. You shall have an authorized representative of the insurance company
sign the completed endorsement forms, note his phone number at the
bottom of page 2 and have said representative transmit the forms to the
City. Signatures must be originals as the City will not accept facsimile
(rubber stamp, photocopy, etc.) or initialed signatures.
4. The name of the Insurance Company underwriting the coverage and its
address shall be noted on page 2 of the endorsement form.
5. The "General description of agreement(s) and/or activity(ies) insured"
shall include reference to the activity and/or to either the specific City
contract number, lease number, permit number or construction approval
number.
6. The coverages and limits for each type of insurance are specified in the
attached sheet of insurance requirements. When coverage is on a
scheduled basis, then a separate sheet is to be attached to the
endorsement listing such scheduled locations, vehicles, etc., so covered.
7. Endorsements to excess policies will be required when primary insurance
is insufficient in complying with the City's requirements.
Page 3 of 3
EXHIBIT A
8. If there is insufficient space on the form to note pertinent information,
such as inclusions, exclusions or specific provisions, etc., a separate
sheet may be attached.
9. When additional sheets are attached, change the number of pages at the
bottom of the form.
10. Completed Endorsement(s) and questions relating to the required
insurance are to be directed to:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
11. Improperly completed Endorsements will be returned to your insured for
correction by an authorized representative of the insurance company.
12. DELAY IN SUBMITTING PROPERLY COMPLETED ENDORSEMENT
FORMS MAY DELAY YOUR INSURED'S INTENDED OCCUPANCY OR
OPERATION UNDER AGREEMENT WITH THE OWNER.
13. For extensions or renewals of insurance policies which have the City's
Endorsement Form(s) attached, the City will accept a copy of the
endorsement (with an original signature) to extend the period of coverage
as evidence of continued coverage.
Page 1 of 2
EXHIBIT B
GENERAL COMPREHENSIVE LIABILITY
ADDITIONAL INSURED ENDORSEMENT
NAME OF ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
Notwithstanding any inconsistent statement in the policy to which this endorsement is
attached or in any endorsement now or hereafter attached thereto, it is agreed as
follows:
1. That the City of Hermosa Beach and its or their elected officials, officers,
agents and employees are insureds thereunder in relation to those
activities described generally above with regard to operations performed
by or on behalf of the named insured.
2. Such insurance shall be primary, and not contributing with any other
insurance maintained by the City.
3. The policy to which this endorsement is attached shall apply separately to
each insured against whom claim is made or suit is brought except with
respect to the limits of the company's liability.
4. The policy to which this endorsement is attached shall not be subject to
cancellation, change in coverage, reduction of limits or non-renewal
except after written notice to Risk Management, City of Hermosa Beach,
by certified mail, return receipt requested, not less than thirty (30) days
prior to the effective date thereto.
CANCELLATION NOTICE AND ENDORSEMENT TO BE SENT TO:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
Page 2 of 2
EXHIBIT B
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY
Scheduled items or locations are to be identified on an attached sheet.
The following inclusions relate to the above coverages includes:
( ) Premises & Operations ( ) Explosion Hazard
( ) Contractual Liability ( ) Collapse
( ) Independent Contractors ( ) Underground Hazard
( ) Products/Completed Operations ( ) Personal Injury
( ) Broad Form Property Damage ( )
( ) Broad Form Liability Endorsement
A deductible or self-insured retention (strike out one) of
applies to coverage.
DEDUCTIBLE APPLIES PER CLAIM , PER OCCURRENCE .
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
Page 1 of 2
EXHIBIT C
AUTOMOBILE LIABILITY
ADDITIONAL INSURED ENDORSEMENT
NAME OF ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
Notwithstanding any inconsistent statement in the policy to which this endorsement is
attached or in any endorsement now or hereafter attached thereto, it is agreed as
follows:
1. That the City of Hermosa Beach and its or their elected officials, officers,
agents and employees are insureds thereunder in relation to those
activities described generally above with regard to operations performed
by or on behalf of the named insured.
2. Such insurance shall be primary, and not contributing with any other
insurance maintained by the City.
3. The policy to which this endorsement is attached shall apply separately to
each insured against whom claim is made or suit is brought except with
respect to the limits of the company's liability.
4. The policy to which this endorsement is attached shall not be subject to
cancellation, change in coverage, reduction of limits or non-renewal
except after written notice to Risk Management, City of Hermosa Beach,
by certified mail, return receipt requested, not less than thirty (30) days
prior to the effective date thereto.
CANCELLATION NOTICE AND ENDORSEMENT TO BE SENT TO:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
Page 2 of 2
EXHIBIT C
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY
Scheduled items or locations are to be identified on an attached sheet.
The following are covered by the policy:
( ) Owned Automobiles ( ) Owned, Non-owned and Hired Automobiles
( ) Non-owned Automobiles
( ) Hired Automobiles
A deductible or self-insured retention (strike out one) of
applies to coverage.
DEDUCTIBLE APPLIES PER CLAIM , PER OCCURRENCE .
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
Page 1 of 2
EXHIBIT D
WORKERS' COMPENSATION/EMPLOYERS LIABILITY
SPECIAL CANCELLATION NOTICE ENDORSEMENT
NAME AND ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
This policy shall not be subject to cancellation except after notice in writing shall have
been sent not less than thirty (30) days prior to the effective date thereof by certified
mail, return receipt requested, addressed to Risk Management, City of Hermosa Beach,
1315 Valley Dr., Hermosa Beach, CA 90254.
The company agrees to waive all rights of subrogation against the City and its or their
elected officials, officers, agents and employees.
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY
Workers' Compensation Statutory
Page 2 of 2
EXHIBIT D
Employers Liability
The following are included in the above coverages:
( ) Broad Form All States Endorsement
( ) Voluntary Compensation Endorsement
( )
( )
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
Page 1 of 2
EXHIBIT E
EXCESS LIABILITY INSURANCE
ADDITIONAL INSURED ENDORSEMENT
NAME AND ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
Notwithstanding any inconsistent statement in the policy to which this endorsement is
attached or in any endorsement now or hereafter attached thereto, it is agreed as
follows:
1. That the City of Hermosa Beach and its or their elected officials, officers,
agents and employees are insureds thereunder in relation to those
activities described generally above with regard to operations performed
by or on behalf of the named insured.
2. Such insurance shall be primary, and not contributing with any other
insurance maintained by the City.
3. The policy to which this endorsement is attached shall apply separately to
each insured against whom claim is made or suit is brought except with
respect to the limits of the company's liability.
4. The policy to which this endorsement is attached shall not be subject to
cancellation, change in coverage, reduction of limits or non-renewal
except after written notice to Risk Management, City of Hermosa Beach,
by certified mail, return receipt requested, not less than thirty (30) days
prior to the effective date thereto.
CANCELLATION NOTICE AND ENDORSEMENT TO BE SENT TO:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
Page 2 of 2
EXHIBIT E
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY AMOUNT EXCESS OF
Excess Liability
( ) Following Form
( ) Umbrella Liability
( ) Other
Applicable underlying coverages
Insurance Company Policy No. Amount
The following inclusions, exclusions, extensions or specific provisions relate to the
above coverages:
A deductible or self-insured retention (strike out one) of $
applies to coverages not included in underlying policies.
DEDUCTIBLE APPLIES PER CLAIM , PER OCCURRENCE .
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
i
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SPECIAL PROVISIONS
The following Special Provisions supplement and amend the "Standard Specifications
for Public Works Construction" (Green Book). As a reference they have been arranged
into a sequence which parallels the arrangement of the Standard Specifications. For all
signing and stripping shown on the plans, use MUTCD 2012 or current addition. For all
work within Caltrans right-of-way follow Caltrans Specification and Caltrans
Encroachment permit guidelines.
ii
SPECIAL PROVISIONS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
TABLE OF CONTENTS
Page No.
PART 1 – GENERAL PROVISIONS SP-1
PREFACE: STANDARDS SPECIFICATIONS AND
STANDARD DRAWINGS SP-1
Section 1-2: Definitions SP-1
Section 2: Scope of Control of the Work SP-2
2-1 Award and Execution of Contract SP-2
2-1.1 Proposal SP-2
2-1.2 Examination of Plans, Specification SP-2
and Project Site
2-1.3 Interpretation of Drawings and Documents SP-3
2-1.4 Award of Contract SP-3
2-1.5 Execution of Contract SP-3
2-1.6 Return of Proposal and Guarantee SP-4
2-5.2 Precedence of Contract Documents SP-4
2-5.3.3 Submittals SP-5
2-9.1 Permanent Survey Markers SP-5
2-9.3 Survey Service SP-5
Section 3: Changes in Work SP-6
3-3.2.2 Basis for Establishing Costs SP-6
3-3.2.3 Markup SP-6
3-5 Disputed Work SP-7
3-5.1 Retention of Imperfect Work SP-7
Section 6: Prosecution, Progress and Acceptance of the Work SP-7
6-1 Construction Schedule and SP-7
Commencement of Work
6-7.2 Working Day SP-8
6-8 Completion and Acceptance SP-8
6-9 Liquidated Damages SP-9
iii
Section 7: Responsibilities of the Contractor SP-9
7-1 Contractor’s Equipment and Facilities SP-9
7-1.1 Contractor’s Responsibility for Work SP-10
7-1.2 Notice and Service Thereof SP-10
7-1.3 Warranty of Title SP-10
7-2 Labor SP-11
7-2.2 Laws SP-11
7-3 Liability Insurance SP-11
7-5 Permits SP-13
7-6 The Contractor’s Representative SP-13
7-9 Protection and Replacement of Existing SP-13
Improvements
7-10 Public Convenience and Safety SP-14
7-10.1 Traffic and Access SP-14
7-10.3 Street Closures, Detours, Barricades SP-14
7-10.4.4 Edison Energized Conductors SP-16
7-10.4.5 Emergency Provisions SP-16
Section 9 Measurement and Payment SP-17
9-3.2 Partial and Final Payment SP-17
9-3.5 Work Performed Without Direct Payment SP-17
Section 10 Additional Special Provisions SP-17
10-1 Legal Relations and Responsibilities SP-17
10-1.1 Laws to be Observed SP-17
10-2 Fair Employment Practice Commission SP-19
Certification
10-6 Beginning of Work, Time of Completion SP-26
And Liquidated Damages
TABLE OF CONTENTS – continued Page No
NOIN No.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 1
SPECIAL PROVISIONS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
PART 1 – GENERAL PROVISIONS
PREFACE: STANDARD SPECIFICATIONS AND STANDARD DRAWINGS
The Standard Specifications for Public Works Construction written and promulgated by
the Southern California Chapter of the American Public Works Association and the
Southern California Districts of the Associated General Contractors of California shall be
the Standard Specifications of the Owner. All work shall conform to the latest edition,
including supplements, of the Standard Specifications, these Special Provisions which
supplement or modify the Standard Specifications, and the Standard Drawings as
issued by the City available at the time bids are opened unless otherwise specified in
the Contract Documents.
The above referenced Standard Specifications, Special Provisions and Standard
Drawings are hereby made a part of the Contract Documents.
For the convenience of the Contractor, the section and subsection numbering system
used in these Special Provisions corresponds to that used in the Standard
Specifications.
Section 1 Terms, Definitions, Abbreviations and Symbols
Section 1-2 Definitions
Whenever in the Standard Specification in the following terms are used, they shall be
understood to mean and refer to the following:
(a) BOARD The City Council of the City of Hermosa Beach
(b) CONTRACT Documents including but not limited to the proposed
DOCUMENTS forms, Special Provisions, Technical Provisions,
Bonds, Insurance, Contract and all Addenda setting
forth any modifications of the documents.
(c) ENGINEER The Director of Public Works/City Engineer or his
authorized representative.
(d) BIDDER An individual, co-partnership, association or
corporation submitting a proposal for the work
contemplated, acting directly or through a duly
authorized representative.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 2
(e) LEGAL ADDRESS The legal address of the Contractor to be the address
OF CONTRACTOR given on the Contractor’s bid and is hereby
designated as the place to which all notices, letters or
other communications to the Contractor shall be
mailed or delivered.
(f) LABORATORY An established laboratory approved and authorized by
the Engineer for testing materials and work involved
in the contract.
Section 2 Scope and Control of the Work
Section 2-1 Award and Execution of Contract
Section 2-1.1 Proposal
The following is in addition to the provision of Section 2-1:
The proposal shall be fully executed and submitted on the forms provided by the City
and shall be enclosed in a sealed envelope marked and addressed as directed in the
“Notice Inviting Bids”.
If the proposal is made by an individual, it shall be signed and his or her full name and
address shall be given; if it is made by a firm it shall be signed with co-partnership name
by a general partner thereof, who shall also sign his or her known name, and the name
and address of each member of such co-partnership shall be given; if made by a
corporation, the name of the corporation shall be signed by its duly authorized officers
and attested by the corporate seal.
Bidders are warned against making erasures or alterations of any kind on their
Proposal. Proposals which contain omissions, erasures, alterations, conditions or
additions not called for may be rejected.
At the time the Contract is awarded by the City, the Contractor shall be licensed under
the provisions of Chapter 9, Division 3, of the Business and Professions Code of the
State of California to do the type of work contemplated in the Contract and shall be
skilled and regularly engaged in the general class or type of work required by this
Contract.
Section 2-1.2 Examination of Plans, Specifications and Project Site
The following is in addition to the provisions of Section 2-1:
Bidders shall read the specifications, examine the drawings and make their own
estimates of the existing facilities and difficulties which will attend the execution of the
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 3
work called for by the proposed contract, including local condition, uncertainty of
weather and all other contingencies.
Bidders shall satisfy themselves by personal examination of the locations of the
proposed work,
and by such other means as they may choose as to actual conditions and requirements
and as to the accuracy of the quantities stated in the Proposal forms. Information
derived from the maps, plans, specifications, profiles, or drawings, or from the Engineer
or his assistants (or the Architects or their assistants), shall not relieve the bidder of this
responsibility, and the interpretation of the data disclosed by borings or other
preliminary investigations is not guaranteed nor is any liability assumed by the City.
Section 2-1.3 Interpretation of Drawings and Documents
The following is in addition to the provisions of Section 2-1:
If a prospective bidder is in doubt as to the true meaning or intent of any part of the
Contract Documents including the Specifications, or discovers discrepancies in, or
omissions from, the Specifications or Drawings, he may submit to the Engineer a written
request for an interpretation or a correction thereof. Interpretations or corrections of the
Contract Documents including the Specifications and Drawings, shall be made only by
addendum duly issued by the Engineer, and a copy of such addendum will be sent by
certified mail, postage prepaid, or delivered to each person receiving a set of the
Contract Documents whose address is known to the Engineer and such addendum
shall be considered a part of and incorporated in the Contract Documents.
Section 2-1.4 Award of Contract
The following is in addition to the provisions of Section 2-1:
After the Proposals have been publicly opened and read aloud, they will be checked for
accuracy and compliance with all provisions as specified herein.
The City reserves the right to reject any or all bids and to waive any informality or
irregularity in any bid received and to be the sole judge of the merits of the respective
bids received.
Award of the Contract, if it be awarded, will be made by the Owner within 30 days after
opening of the bids. Award will be made to the lowest responsible bidder.
In selecting the lowest responsible bidder, consideration will be given to the general
competency of the bidder for the performance of the work covered by the proposal. To
receive favorable consideration, a bidder may be required to present evidence that he
has successfully performed similar work of comparable magnitude or submit other
evidence satisfactory to the City that he or his associates are personally competent to
manage the proposed undertaking and to carry it forward to a successful conclusion.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 4
Professional integrity and honesty of purpose shall be essential requirements. A
showing of adequate financial resources may be required but will not alone determine
whether a bidder is competent to undertake the proposed work.
Only manufacturers or contractors of established reputation, or their duly authorized
dealers or agency, having proper facilities for the manufacture of the materials or
equipment and for servicing same, or for proper execution of the work called for in the
contract, will be considered in making the award.
Section 2-1.5 Execution of Contract
The following is in addition to the provisions of Section 2-1:
A bidder whose proposal is accepted shall properly sign a written contract with the City
on the form attached hereto and return said contract together with good and approved
bonds and insurance certificates as required by the Contract Documents within twenty-
one (21) calendar days from the date of the mailing of a notice from the City to the
bidder, according to the address given by him, of acceptance of his proposal. Contract
bonds and certificates of insurance, if required, shall be filed in all instance before
delivering any equipment, materials or performing any work under the contract; also
before any purchase order shall be issued. An executed Power of Attorney form shall
be submitted with all contract bonds herein specified.
If a bidder whose proposal is accepted fails or refuses to enter into a contract as herein
provided, or to conform to any stipulated requirement in connection therewith, the
money represented by his check or bidder’s bond shall be refunded less the difference
between the low bid and the bid of the bidder with whom the City enters into an
agreement in accordance with the provisions of the Public Contracts Code Section
20174. At the discretion of the City an award may be made to the bidder whose
proposal is next most acceptable to the City, and such bidder and his surety shall fulfill
every stipulation embraced herein as if he were the party to whom the first award was
made.
A corporation to which an award is made may be required before the contract is finally
signed to furnish evidence of its corporate existence, of its right to do business in
California and of the authority of the officer signing the contract and bonds for the
corporation to so sign.
Section 2-1.6 Return of Proposal and Guarantee
The following is in addition to the provisions of Section 2-1:
The check or bond of a bidder to whom the contract has been awarded will be returned
to him after all of the acts, for the performance of which said security is required, have
been fully performed. The checks or bid bonds of the second and third lowest bidders
will be returned when the bidder to whom the contract has been awarded has properly
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 5
executed all of the required Contract Documents. Check or bid bonds of other bidders
will be returned when their proposals are rejected or in any event at the expiration of
forty-five (45) days from the date of opening bids.
Section 2-5.2 Precedence of Contract Documents
The following supersedes the provisions of Section 2-5.2:
The order of precedence of contract documents shall be:
FIRST Agreement
SECOND Special Provisions
THIRD Standard Specifications
Section 2-5.3.3 Submittals
The following is in addition to the provisions of Section 2-5.3.3:
The Contractor shall submit the following submittals within 15 days of notification of the
City’s intent to award this contract:
Work Schedule
Material Data (catalog sheets) and Samples (where applicable)
Resident and Business Notification Letter
Best Management Practices Plan
Traffic Control Plan
The City will review and respond to all submittals within ten working days of receipt.
Section 2-9.1 Permanent Survey Markers
The following is in addition to the provisions of Section 2-9.1:
The Contractor is required to locate and tie out survey monuments in the project area
prior to construction involving street and highways, and to file with the County Surveyor
a Corner Record of any such work. Prior to the issuance of a completion certificate, the
Contractor is required to file a Corner Record for survey monumentation that is
replaced. All such survey work shall be performed under the supervision of a California
licensed Land Surveyor or a Civil Engineer authorized to perform such work.
The Contractor shall provide the City a copy of the office calculations and documents
submitted to the County for filing in connection with the aforementioned work.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 6
The payment for surveying, related professional services, office calculation, furnishing
all labor, materials, equipment, tools and incidentals, and for doing all work involved
shall be considered as included in the various items of work, and no additional
compensation will be allowed therefor.
Section 2-9.3 Survey Service
The following supersedes the provisions of Section 2-9.3:
Unless otherwise provided in the Technical Provisions, lines and grades for construction
shall be the responsibility of the Contractor, with the following provisions:
All work under this contract shall be built in accordance with the lines and grades shown
on the plans. Field survey for establishing these, and for the control of construction,
shall be the responsibility of the Contractor. All such surveys, including construction
staking, shall be performed on all items ordinarily requiring grade and alignment, at
intervals normally accepted by the agencies and trade involved.
The Contractor shall provide a copy of the office calculations and grade sheets to the
City’s Inspector. The Contractor shall be responsible for any error in the finished work,
and shall notify the Engineer within 24 hours of any discrepancies or design errors
discovered during staking.
Unless a separate bid item is provided, the payment for surveying, construction staking,
professional services, office calculations, furnishing all labor, materials, equipment, tools
and incidentals, and for doing all work involved shall be considered as included in the
various items of work, and no additional compensation will be allowed therefor.
Section 3 Changes in Work
Section 3-3.2.2 Basis for Establishing Costs
Section 3-3.2.2 shall be changed as follows:
(a) Labor. The costs of labor will be the actual cost for wages of workers
performing the extra work at the time the extra work is done, plus the employer
payments of payroll taxes, health and welfare, pension, vacation, apprenticeship funds,
and other direct costs, resulting from Federal, State, or local laws, as well as
assessments or benefits required by collective bargaining agreements.
Section 3-3.2.3 Markup
Section 3-3.2.3 shall be changed as follows:
(a) Work by Contractor. An allowance for overhead and profit shall be added to the
Contractor’s costs as determined under 3-3.2.2 and shall constitute the full and
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 7
complete markup for all overhead and profit on extra work performed by the
Contractor. The Contractor shall also be compensated for the actual increase in
the Contractor’s bond premium caused by the extra work. Equipment rates shall
be determined utilizing the latest published Caltrans equipment rates. For costs
determined under each subsection in 3-3.2.2, the markup shall be:
(a) Labor 20%
(b) Materials 15%
(c) Tool and Equipment Rental 15%
(d) Other Items 15%
(b) Work by Subcontractor. When any of the extra work is performed by a
Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the
Subcontractor’s costs as determined under 3-3.2.2. An allowance for the
Contractor’s overhead and profit shall be added to the sum of the
Subcontractor’s costs and markup and shall constitute the full and complete
markup for all overhead and profit for the Contractor on work by the
Subcontractor. For Contractor markup of Subcontractor’s costs, the allowance
shall be 10% on the first $2,000 or portion thereof, and 5% on costs in excess of
$2,000.
Section 3-5 Disputed Work
Section 3-5.1 Retention of Imperfect Work
The following is in addition to the provisions of Section 3-5:
If any portion of the work done or materials furnished under the contract proves
defective or not in accordance with the specifications and contract drawings, and if the
imperfection in the same is not of sufficient magnitude or importance to make the work
dangerous or undesirable, or if the removal of such work is impracticable or will create
conditions which are dangerous or undesirable in the opinion of the Engineer, the
Engineer shall have the right and authority to retain the work instead of requiring it to be
removed and reconstructed, but he shall make such deductions therefor in the payment
due the Contractor as may be just and reasonable.
Section 6 Prosecution, Progress and Acceptance of the Work
Section 6-1 Construction Schedule and Commencement of Work
The following is in addition to the provisions of Section 6-1:
The Contractor’s proposed construction schedule shall be submitted to the Engineer
within ten (10) working days after the date of the Notice of Contract Approval. The
schedule shall be supported by written statements from each supplier of materials or
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 8
equipment indicating that all orders have been placed and acknowledged, and setting
forth the dates that each item will be delivered.
Prior to issuing the Notice to Proceed, the Engineer will schedule a preconstruction
meeting with the Contractor to review the proposed construction schedule and delivery
dates, arrange utility coordination, discuss construction methods and clarify inspection
procedures.
The names, addresses and telephone numbers of the Contractor and subcontractors, or
their representatives, shall be filed with the Public Works Manager and the County
Sheriff’s Department or the City Police Department prior to beginning work.
The Contractor shall also notify the City of Hermosa Beach and the owners of all utilities
and substructures not less than 48 hours prior to starting construction. The following
utility companies list of names and telephone numbers is intended for the convenience
of the contractor and is not guaranteed to be complete or correct:
Southern California Edison Co. Scott Gobble 310-783-9393
Southern California Gas Co. Bill Stevens 310-605-7837
Verizon Diego Mederos 310-264-5681
Hermosa Beach Police & Fire Dispatch 310-524-2750
Time Warner (Cable TV) Scott Benson 310-420-6042
California Water Service Co. Robert Olsen 310-257-1428
Underground Service Alert 800-227-2600
Los Angeles County Flood Control 310-861-0316
Los Angeles County Public Works Brian Mossberg 626-458-3122
Los Angeles Sanitary District 626-300-4624
City of Hermosa Beach Homayoun Behboodi 310-318-0212
The Contractor shall submit periodic Progress Reports to the Director of Public Works
by the tenth day of each month. The report shall include an updated Construction
Schedule. Any deviations from the original schedule shall be explained. Progress
payments will be withheld pending receipt of any outstanding reports.
Section 6-7.2 Working Day
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 9
The following is in addition to the provisions of Section 6-7:
The Contractor’s working hours shall be limited to the hours between 8:00 A.M. and
5:00 P.M., Monday through Friday. Deviation from normal working hours will not be
allowed unless written permission has been duly obtained beforehand from the office of
the City Engineer. The Contractor shall provide adequate light for proper prosecution of
the work, for the safety of the workmen and the public, and for proper inspection.
In the event of either a requested or emergency deviation, inspection service fees will
be charged against the Contractor. The service fees will be calculated at overtime rates
including benefits, overhead and travel time. The service fees will be deducted from
any amounts due to the Contractor.
The following days are considered holidays, and no work will be allowed on the
project. Any work not completed and fully open to public traffic shall be
maintained in a safe and delineated condition. Traffic control and safety devices
shall be maintained at all times.
Veteran’s Day Nov 11
Holiday week between December 25 through January 1
Martin Luther King Jr. Day January 21
Presidents Day February 18
Independence Day July 4
Section 6-8 Completion and Acceptance
The following is in addition to the provision of Section 6-8:
In addition to the guarantees as required in Section 2-4 of the Standard Specifications,
the Faithful Performance Bond shall remain in full force and effect for a period of one
year after acceptance of the work by the Owner to insure that defects, which appear
within said period, will be repaired, replaced, or corrected by the Contractor, at his own
cost and expense, to the satisfaction of the Engineer within thirty (30) days after written
notice thereof by the City.
Section 6-9 Liquidated Damages
The following is in addition to the provisions of Section 6-9:
The amount of liquidated damages is hereby amended to $500 for each consecutive
calendar day.
Section 7 Responsibilities of the Contractor
Section 7-1 Contractor’s Equipment and Facilities
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 10
Section 7-1.1 Contractor’s Responsibility for Work
The following is in addition to the provisions of Section 7-1:
Until the formal acceptance of the work by the City, the Contractor shall have the charge
and care thereof and shall, subject to the insurance protection furnished in accordance
with 7-3 hereof, bear the risk of accident, loss or damage to any part thereof by action of
the elements or from any other cause, whether arising from the execution or from the
non-execution of the work. The Contractor shall rebuild, repair, restore and otherwise
correct damages to any portion of the work occasioned by any of the above causes
before its acceptance.
In case of suspension of work from any cause whatever, the Contractor shall be
responsible for all materials and the proper temporary storage thereof.
Section 7-1.2 Notice and Service Thereof
Any notice required or given by one party to the other under the contract shall be in
writing and shall be dated and signed by the party giving such notice or by a duly
authorized representative of such party. Any such notice shall not be effective for any
purpose whatever unless served in the following manner:
Notice shall be given to the City by personal delivery thereof to the City’s Engineer or by
depositing the same in the United States mail enclosed in a sealed envelope, registered
and with postage prepaid, addressed to:
Public Works Department
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
Notice shall be given to the Contractor by personal delivery thereof to said Contractor or
to his authorized representative at the site of the project, or by depositing the same in
the United States mail, enclosed in a sealed envelope addressed to said Contractor at
the address established for the conduct of the work under this Contract, postage
prepaid and registered.
Notice shall be given to the Surety, or any other person, by personal delivery to said
Surety or other person, or by depositing the same in the United States Mail, enclosed in
a sealed envelope addressed to such Surety or persons at the address of said Surety or
persons last communicated to the party giving the notice, postage prepaid and
registered.
Section 7-1.3 Warranty of Title
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 11
No materials, supplies or equipment for the work under this Contract shall be purchased
subject to any chattel mortgage or under a conditional sale contract or other agreement
by which an interest therein or any part thereof is retained by the seller or supplier. The
Contractor warrants clear and good title to all materials, supplies and equipment
installed and incorporated in the work, and agrees upon completion of all work to deliver
the premises, together with all improvements and appurtenances constructed or placed
thereon by him to the City free from any claims, liens, encumbrances or charges, and
further agrees that neither he nor any person, firm or corporation furnishing any material
or labor for work covered by the Contract shall have any right to a lien upon the
premises or any improvement or appurtenance thereon; provided, that this shall not
preclude the Contractor from installing metering devices or other equipment of utility
companies the title of which is commonly retained by the utility company. Nothing
contained in this section, however, shall defeat or impair the right of such persons
furnishing materials or labor under any bond given by the Contractor for their protection,
or any right under any law permitting such persons to look to funds due the Contractor,
which are in the hands of the City. The provisions of this section shall be inserted in all
subcontractor’s and material contracts, and notice of its provisions shall be given to all
persons furnishing materials for the work when no formal contract is entered into
regarding such materials.
Section 7-2 Labor
Section 7-2.2 Laws
The following is in addition to the provisions of Section 7-2.2:
Each bidder must submit with the Bid Proposal a fully executed Certificate of Non-
Discrimination by Contractors. Bids will not be considered unless accompanied by the
completed Certificate.
After the opening of bids and the determination of the low bidder, said low bidder shall
submit to the Public Works Department, no later than 5:00 P.M. on the third working day
following the bid opening, a completed “Fair Employment Practices Contractor
Compliance Report”.
The Contractor shall comply with all applicable provisions of Sections 1776, 1777.5 and
1777.7 of the California Labor Code. The Contractor shall be responsible for
compliance with Section 1776 and shall insert a provision in all subcontracts requiring
subcontractors to comply with said section.
The Contractor is prohibited from performing work on this project with a subcontractor
who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of
the Labor Code.
Section 7-3 Liability Insurance
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 12
The following supersedes the provisions of Section 7-3:
The Contractor shall, at its expense, maintain in effect all times during the performance
of work under the Contract not less than the following coverage and limits of insurance,
which shall be maintained with insurers licensed to sell insurance in the State of
California and having a “A-“ or higher rating in the latest edition of Best’s Insurance
Guide, and shall be subject to approval by the City’s Risk Manager:
Workers’ Compensation and Employer’s Liability
Workers’ Compensation – coverage as required by law
Employer’s Liability – limits of at least $100,000 per occurrence
Comprehensive General Liability
Combined Single Limit - $1,000,000
Automobile Liability
Combined Single Limit - $1,000,000
The automobile and general comprehensive liability policies may be combined in a
single policy with a combined single limit of $1,000,000.
All of the Contractor’s policies shall contain an endorsement providing written notice
shall be given to the City at least 30 calendar days prior to termination, cancellation or
reduction of coverage in the policy
The Bodily Injury and Property Damage Liability policies shall contain the following:
1. An endorsement extending coverage to the City as an insured, in the
same manner as the named insured as respects liabilities arising out of
the performance of any work under the Contract. Such insurance shall be
primary insurance as respects the interest of the City, and any other
insurance maintained by the City shall be excess and not contributing
insurance with the insurance required hereunder.
2. “Severability of Interest” clause.
3. Elimination of any exclusion regarding loss or damage to property caused
by explosion or resulting from collapse of buildings or structures or
damage to property underground, commonly referred to by insurers as the
“XCU” hazards.
4. Provision or endorsement stating that such insurance, subject to all of its
other terms and conditions, applies to the liability assumed by the
Contractor under the Contract.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 13
Promptly on execution of the Contract, and prior to commencement of any work, the
Contractor shall deliver to the City copies of all required policies and endorsements
thereto on the forms supplied by the City.
The Contractor shall require and verify similar insurance on the part of its
Subcontractors.
The foregoing requirements as to the types, limits and City approval of insurance
coverage to be maintained by the Contractor are not intended to and shall not in any
manner limit or qualify the liabilities and obligation assumed by the Contractor under the
Contract.
Any policy or policies of insurance that the Contractor or his Subcontractors elects to
carry as insurance against loss or damage to their construction equipment and tools or
other personal property used in fulfillment of this contract shall include a provision
waiving the insurer’s right of subrogation against the City.
The cost of all insurance shall be included in the contractor’s bid.
Instructions for completing the required endorsements and forms therefor are attached
to these Special Provisions as Exhibits A-E.
Section 7-5 Permits
The following is in addition to the provisions of Section 7-5:
Prior to beginning work, the Contractor shall coordinate access routes and obtain
authorization and permits from the City of Hermosa Beach and any adjacent or affected
private property owners. The Contractor will be responsible to protect and preserve all
property and improvements in accordance with Section 7-9 of SSPWC.
The Contractor must have or obtain a valid City of Hermosa Beach Business License in
accordance with the provisions of the Hermosa Beach Municipal Code.
In addition, The Contractor must obtain the following Encroachment Permits:
City Encroachment Permit
A City Encroachment Permit is required to work within public right-of-way and will be
issued at no cost to the Contractor.
Caltrans Encroachment Permit
When work is proposed within State of California Department of Transportation right-of-
way, the City will obtain an Encroachment Permit. However, after contract award, the
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 14
Contractor shall obtain and pay for an Encroachment Permit Rider (Double Permit) at
the State of California Department of Transportation, District 7, Office of Permits MS/9,
100 S. Main Street, Los Angeles, CA 90012 (refer to Appendix “C”). The Contractor will
need to show evidence of possessing bonding that meets the requirements of the State
of California Department of Transportation. Such bonding costs will be at Contractor's
expense.
Other Encroachment Permits
When work occurs in the right-of-way of other entities, the Contractor shall obtain and
pay, as required, for an encroachment permit from that entity.
Section 7-6 The Contractor’s Representative
The following is in addition to the provisions of Section 7-6:
The Contractor shall furnish the Engineer with the name, address and business and
home telephone numbers of the person responsible for the maintenance of barricades,
traffic control signs, lights and other safety devices.
Section 7-9 Protection and Replacement of Existing Improvements
The following is in addition to the provisions of Section 7-9:
The Contractor shall protect in place existing landscaping, walls, planters, buildings and
other improvements.
Section 7-10 Public Convenience and Safety
The following is in addition to the provisions of Section 7-10:
The contractor shall notify adjacent and affected businesses and homeowners of work
and schedules 48 hours in advance of construction.
Section 7-10.1 Traffic and Access
The following is in addition to the provisions of Section 7-10.1:
The Contractor shall provide temporary “No Parking” and all other signs which are
necessary for the safe and orderly conduct of vehicular traffic as directed by the
Engineer and as specified herein. He shall also provide a barricaded area in the
parking lane for pedestrian traffic during such time as the parkway is unfit to be used for
pedestrian traffic. Parking restrictions shall be posted on site 48 hours in advance of any
closure.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 15
At such times as driveways are inaccessible due to the Contractor’s work they shall be
blocked by two (2) Class II barricades or one (1) Class II barricade and two (2)
delineators. Driveways that are ramped or planked for temporary access shall be
provided with a barricade or delineator at each side. The Contractor shall give 24-hour
notice to affected property owners prior to blocking any driveway.
The Contractor shall provide access for refuse collection on the regularly scheduled
days. He shall also facilitate or assist in the collection where such work is hampered by
his operations.
The Contractor shall use Caltrans Standard Plans for all traffic control within
Caltrans right-of-way.
Section 7-10.3 Street Closures, Detours, and Barricades
The following is in addition to Section 7-10.3:
The Contractor shall submit traffic control and Best Management Practices Plans and
obtain approval from the engineer prior to construction.
The Contractor shall notify City, fire, police, and utilities of planned work 48 hrs in
advance of construction.
The Contractor shall not close any street within the City of Hermosa Beach without first
obtaining the approval of the Engineer. Barricading, traffic control and detour diagrams
in connection with street closures shall be submitted by the contractor as required by
the Engineer.
The Contractor shall provide and install barricades, delineators, warning devices and
construction signs in accordance with the APWA work area traffic control (“WATCH”)
handbook. During adverse weather or unusual traffic or working conditions additional
traffic devices shall be placed as directed by the Engineer. All traffic signs and devices
shall also conform to the APWA work area traffic control (“WATCH”) handbook.
The Contractor shall provide and maintain Type II barricades along excavation edges
parallel to the flow of traffic at a spacing of twenty-five feet. Type II barricades mounted
with flashers shall be installed around work areas in parkways. Type II barricades shall
have alternating reflective orange and reflective white stripes at an angle of 45 degrees.
The strip width shall be in accordance with Table 5-1 “Barricade Characteristics”
“Manual of Traffic Controls for Construction and Maintenance Work Zones”.
During paving operations barricades may be supplemented with minimum size
eighteen-inch high traffic cones and delineators such that spacing between barricades
and/or cones or delineators is no greater than twenty feet. Traffic cones and delineators
used within State right-of-way shall be a minimum size of twenty-eight inches high. At
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 16
all access points such as intersecting streets, alleys and driveways, barricades and/or
cones shall be provided at five foot intervals so as to prevent vehicular access to the
paving area. Where access from an intersecting street is prohibited, a “Road Closed”
sign shall be provided at the nearest prior intersection. “No Left Turn” signs shall be
provided wherever required by the Engineer.
When one-way access from a side street or alley is permitted, barricades and cones
shall be provided at five-foot intervals for a distance of fifty feet on either side of the
centerline of the intersecting street, or alley.
Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian
safety devices, the City will place such necessary items and the Contractor shall be
liable to the City for providing such devices in accordance with the following provisions:
1. For placing of barricades: $5.00 per barricade for the first day or any part
thereof and $10.00 per barricade, per day, for each day thereafter or any
part thereof. For flashers: $2.50 per flasher for the first day or any part
thereof and $5.00 per flasher, per day, for each day thereafter or any part
thereof. For traffic cones: $2.00 per cone for each day or any part
thereof, in addition to the City’s personnel and equipment costs.
2. In the event that the services of the Owner are required between the hours
of 5:00 P.M. and 8:00 A.M., during the normal week or at any time on
Saturday, Sunday or a City holiday, there shall be an additional charge to
the above set forth minimums of $800.00 for each service trip required.
3. Upon the event that the City should need to furnish additional traffic and/or
pedestrian safety devices, the Contractor shall replace and return all City
furnished equipment in kind within 48 hours. After 48 hours, the City
reserves the option of obtaining the services of an outside vendor to
furnish Traffic Control equipment and services at the expense of the
Contractor.
Contractor shall relocate, preserve and maintain the visibility of all existing signs within
the project limits which affect the flow of traffic, as directed by the Engineer. Any signs
which are damaged or found to be missing during the course of construction shall be
replaced by the Contractor at his expense as directed by the Engineer. All other signs
that interfere with the course of work and are not necessary for the safe flow of traffic
will be removed and replaced by the City. Traffic control signs include Stop Signs,
Speed Limit, Parking Restrictions and other regulatory signs.
Section 7-10.4.4 Edison Energized Conductors
The following is in addition to the provision of Section 7-10.4:
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 17
Contractor hereby promises and agrees that in the performance of the work specified in
this Contract, it will employ and utilized only qualified persons, as hereinafter defined, to
work in proximity to Edison’s secondary, primary and transmission facilities. The term
“qualified person” is defined in Title 8, California Administrative Code, Section 2700, as
follows:
“Qualified Person: A person who by reason of experience or instruction is
familiar with the operation to be performed and the hazards involved.”
Contractor further promises and agrees that the provisions of this section shall be and
are binding upon any subcontractor or subcontractors that may be retained by it, and
that Contractor shall take such steps as are necessary to assure compliance by said
subcontractor or subcontractors with the requirements of this section.
Section 7-10.4.5 Emergency Provisions
The following is in addition to the provisions of Section 7-10.4:
Unusual conditions may arise on the work which will require that immediate and unusual
provision be made to protect the public from danger or loss or damage to life and
property, due directly or indirectly to the prosecution of the work, and it is part of the
service required of the Contractor to make such provisions and to furnish such
protection.
Whenever, in the opinion of the City, an emergency exists of which the City is aware
and against which the Contractor has not taken sufficient precaution for the safety of the
public or the protection of utilities or of adjacent structures or property which may be
injured by the progress of construction; and whenever, in the opinion of the City,
immediate action shall be considered necessary in order to protect public or private
personnel or property interests, or prevent likely loss of human life or damage on
account of the operations under the Contract, then in that event the City may provide
suitable protection to said interests by causing such work to be done and material to be
furnished, as in the opinion of the City may seem reasonable and necessary, all at the
expense of the Contractor.
Section 9 Measurement and Payment
Section 9-3.2 Partial and Final Payment
Section 9-3.2 is hereby deleted and replaced with:
The closure date for periodic progress payments will be the twenty-fifth day of each
month. Authorization to pay is commonly received on the tenth day of the following
month. However, payments will be withheld pending receipt of any outstanding reports
required by the Contract Documents.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 18
Section 9-3.5 Work Performed Without Direct Payment
The following is in addition to the provisions of Section 9.3:
Tools and materials of any class for which no price is fixed in the Proposal, it shall be
understood that such work, equipment, labor, tools and materials shall be provided
without extra charge, allowance, or direct payment of any kind. The cost of performing
such work or furnishing such equipment, labor, tools and materials shall be included in
the unit bid prices in the Proposal and no additional compensation will be paid therefor.
Section 10 Additional Special Provisions
10-1 LEGAL RELATIONS AND RESPONSIBILITIES
10-1.1 LAWS TO BE OBSERVED:
Subdivision 10-1.01.1: Laws and Regulations - The Contractor shall keep
himself fully informed of all Federal and State laws, County and City ordinances and
regulations which, in any manner, affect those engaged or employed on the work, the
materials used in the work or the conduct of the work. If any discrepancy or
inconsistency should be discovered in this contract or in the Plans or Specifications
herein referred to, in relation to any such law, ordinance or regulation, the Contractor
shall forthwith report the same in writing to the Engineer. The Contractor shall, at all
times, observe and comply with and shall cause all his agents and employees to
observe and comply with all such applicable laws, ordinances and regulations in effect
or which may become effective before completion of this contract. He shall protect and
indemnify the City and its officers and agents against any claim or liability arising from
or based on the violations of any such laws, ordinances or regulations whether by
himself or by his employees or his subcontractors or their employees.
Except as otherwise explicitly provided in these specifications, all permits and licenses
necessary to the prosecution of the work shall be secured by the Contractor at his own
expense and he shall pay all taxes properly assessed against his equipment or property
used or required in connection with the work.
All state laws, all county and city ordinances and regulations now imposed by
competent authority and relating to any materials required to be furnished under these
specifications and works required to be done hereunder, shall be deemed to be and
hereby are made controlling and part of these specifications.
Subdivision 10-1.01.2: General - The Contractor shall keep himself fully
informed of all existing state and national laws and municipal ordinances and
regulations which in any manner affect those engaged or employed in the work, or the
materials used in the work or which in any way affect the conduct of the work and of all
such orders and decrees of bodies or tribunals having any jurisdiction or authority over
the same.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 19
Subdivision 10-1.01.3: Eight-Hour Law - Eight (8) hours labor constitutes a legal
day's work. The Contractor shall forfeit as a penalty $25.00 (Twenty-five dollars) for
each workman employed in the execution of the contract by the Contractor or any
subcontractor under him for each calendar day during which such workman is required
or permitted to work more than eight (8) hours in any one calendar day and forty (40)
hours in any one calendar week in violation of the provisions of the Labor Code and in
particular, Section 1810 to Section 1815 thereof inclusive except that work performed by
employees of Contractors in excess of eight (8) hours per day and forty (40) hours
during any one week, shall be compensated at not less than one and one-half (1 1/2)
times the basic rate of pay as provided in Section 1815.
Subdivision 10-1.01.4: Prevailing Rate of Per Diem Wages - Pursuant to the
provisions of Section 1773 of the Labor Code, the general prevailing wage rates in the
County in which the work is to be done have been determined by the Director of the
California Department of Industrial Relations. These wages are set forth in the General
Prevailing Wage Rates. The Federal Minimum wage rates for this project as
predetermined by the United States Secretary of labor are set forth herein by addenda
and in copies that may be examined at the offices described above where project plans,
special provisions, and proposal forms may be seen. Addenda to modify the federal
minimum wage rates, if necessary, will be issued to holders. Future effective general
prevailing wage rates which have been predetermined and are on file with the California
Department of Industrial Relations are referenced but not printed in the general
prevailing wage rates.
Attention is directed to the Federal minimum wage rate requirements in these Special
Provisions. If there is a difference between the minimum wage rates predetermined by
the Secretary of labor and the general prevailing wage rates determined by the Director
of the California Department of Industries Relations for similar classifications of labor,
the Contractor and subcontractor shall pay not less than the higher wage rate. The City
will not accept lower State wage rates not specifically included in the Federal minimum
wage determination. This includes “helper” (or other classifications based on hours of
experience) or any other classifications not appearing in the Federal wage rate
determination. Where Federal wage determinations do not contain the State wage rate
determination otherwise available for use by the Contractor and subcontractor, the
Contractor and subcontractor shall pay not less than the Federal minimum wage rate
which most closely approximates the duties of the employees in question.
The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to
report bid rigging activities. Bid rigging activities can be reported Mondays through
Fridays, between 8:00 a.m. and 5:00 p.m., eastern time, Telephone No. 1-800-424-
9071. Anyone with knowledge of possible bid, bidder collusion, or other fraudulent
activities should use the “hotline” to report these activities. The “hotline” is part of the
DOT’s continuing effort to identify and investigate highway construction contract fraud
and abuse and is operated under the direction of the DOT Inspector General. All
information with be treated confidentially and caller anonymity will be respected.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 20
The Contractor shall comply with Labor Code Section 1775. In accordance with said
section, the Contractor shall forfeit as a penalty to the City $50.00 (fifty dollars) for each
calendar day, or portion thereof, for each workman paid less than the stipulated
prevailing rates for such work or craft in which such workman is employed for any work
done under the contract by him or by any subcontractor under him in violation of the
provisions of the Labor Code and in particular Labor Code Sections 1770 to 1780,
inclusive. In addition to said penalty and pursuant to said Section 1775, the difference
between such stipulated prevailing wage rates and the amount paid to each workman
for each calendar day or portion thereof for which each workman was paid less than the
stipulated prevailing wage rate shall be paid to each workman by the Contractor.
Subdivision 10-1.01.5: Certified Payroll - Pursuant to Section 1776 of the Labor
Code, the Contractor and/or subcontractors shall submit weekly to the City for each
week in which any contract work is performed a certified copy of all payroll records.
Should the Contractor fail to provide such payroll certificates, the City may withhold
$1,000.00 for each weekly payroll certificate not received from payment due.
10-2 FAIR EMPLOYMENT PRACTICE COMMISSION CERTIFICATION: The
Contractor's attention is directed to the requirements in Section 12990 of the
Government Code for nondiscrimination and compliance employment programs.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 21
LIST OF SUBCONTRACTORS
The amount of work allowed to be subcontracted and the substitution of subcontractors
shall be in accordance with Section 2-3 of the Standard Specifications for Public Works
Construction. The bidder shall set forth the name and business address of each
subcontractor who will perform work or render service to the bidder on said contract in
an amount in excess of one-half (1/2) of on (1%) percent of the total bid and the portion
of the work to be done by such subcontractor .
BIDDER’S LIST OF SUBCONTRACTORS (DBE and NON-DBE)- PART 1
The bidder shall list all subcontractors (both DBE and non-DBE) in accordance with
Section 2-1.054 of the Standard Specifications and per Title 49, Section 26.11 of the
Code of Federal Regulations. Photocopy this form for additional firms.
Firm Name/
Address/
City, State, ZIP
Phone/
Fax
Certified by
Caltrans as a
DBE?
Annual Gross
Receipts
Description of
Portion of Work
to be Performed
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10
million
Fax < $15
million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15
million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10
million
Fax < $15
million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15
million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10
million
Fax < $15
million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15
million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10
million
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 22
Fax < $15
million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15
million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10
million
Fax < $15
million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15
million
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 23
BIDDER’S LIST OF SUBCONTRACTORS (DBE and NON-DBE)- PART II
The bidder shall list all subcontractors (both DBE and non-DBE) who provided a quote or bid but were not selected
to participate as a subcontractor on this project. This is required for compliance with Title 49, Section 26 of the
Code of Federal Regulations. Photocopy this form for additional firms.
Firm Name/
Address/
City, State, ZIP
Phone/
Fax
Certified by
Caltrans as a
DBE?
Annual Gross
Receipts
Description of
Portion of Work
to be Performed
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10 million
Fax < $15 million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15 million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10 million
Fax < $15 million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15 million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10 million
Fax < $15 million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15 million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10 million
Fax < $15 million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15 million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10 million
Fax < $15 million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15 million
Name Phone
YES < $1 million
NO < $5 million
Address If YES list DBE
#:
< $10 million
Fax < $15 million
City State ZIP License
Number
Age of Firm
(Yrs.)
> $15 million
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 24
DBE BIDDERS LIST
All bidders/proposers are requested to provide the following information for
all DBE and non-DBE contractors or consultants who provided a proposal,
bid, quote, or were contacted by the proposal prime. This information is
also requested from the proposed prime contractor/consultant and should
be submitted with their bid/proposal. The City will use this information to
maintain and update a “Bidders” List to assist in the overall annual DBE
goal-setting process.
This form can be duplicated if necessary to report all bidders (DBEs and
non-DBEs) information.
Firm Name: Phone:
Address: Fax:
Contact Person: No. of Years in business:
Is the firm currently certified as a DBE under 49 CFR Part 26: YES: NO:
Type of work/services/materials provided by the firm?
What was your firm’s Gross Annual receipt for last year?
Less than $1 Million
Less than $5 Million
Less than $10 Million
Less than $15 Million
More than $15 Million
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 25
PUBLIC CONTRACT CODE
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby
declares
under penalty of perjury under the laws of the State of California that the bidder has ___ , has not ___
been convicted
within the preceding three years of any offenses referred to in that section, including any charge of fraud,
bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in
connection with the bidding upon, award of, or performance of, any public works contract, as defined in
Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section
1100, including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer, director, responsible
managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces
provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion
thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in
the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a
federal, state, or local government project because of a violation of law or a safety regulation?
Yes _____ No _____
If the answer is yes, explain the circumstances in the following space.
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of
perjury, that no more than one final unappeasable finding of contempt of court by a federal court has
been issued against the Contractor within the immediately preceding two year period because of the
Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with
an order of the National Labor Relations Board.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
SP- 26
Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal
on the signature portion thereof shall also constitute signature of this Statement and
Questionnaire.
Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
SP-25
NON-COLLUSION AFFIDAVIT
FOR
CIP PROJECT No. 11-179
HERMOSA VIEW SCHOOL SAFE ROUTE TO SCHOOL
(TO BE EXECUTED BY EACH AWARDEE OF A PRINCIPAL CONTRACT)
STATE OF CALIFORNIA )
) SS.
)
_________________________________________________________, being first duly
sworn,
deposes and says that he is
______________________________________________________
(sole owner, partner, president, secretary, etc.)
of
______________________________________________________________________
The party making the foregoing bid; that such bid is not made in the interest of or on
behalf of any undisclosed person, partnership, company, association, organization or
corporation; that such bid is genuine and not collusive or sham: that said bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid,
and has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, nor that anyone shall refrain from bidding;
that said bidder has not in any manner directly or indirectly sought by agreement,
communication or conference with anyone to fix the bid price of said bidder or of any
other bidder, nor to fix any overhead, profit cost element of such bid price nor of that of
any other bidder nor to secure any advantage against the public body awarding the
contract or anyone interested in the proposed contract; that all statements contained in
such bid are true; and, further, that said bidder has not directly or indirectly, submitted
his bid price or any breakdown thereof, nor the contents thereof, nor divulged
information or data relative thereto, nor paid and will not pay any fee in connection
therewith to any corporation, partnership, company, association, organization, bid
depository, nor to any member of agent thereof nor to any other individual except to
such person or persons as have a partnership or other financial interest with said bidder
in his general business.
Signed: _______________________
Title: _________________________
Subscribed and sworn to before me
This _______day of _____________, 20
SEAL OF NOTARY PUBLIC
SP-26
10-6 BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED
DAMAGES
Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," in Section
8-1.06, "Time of Completion," and in Section 8-1.07, "Liquidated Damages," of the
Standard Specifications and these special provisions.
The Contractor shall begin work within 15 calendar days after the contract has been
approved by the City.
This work shall be diligently prosecuted to completion before the expiration of 45
WORKING DAYS beginning on the 15th calendar day after approval of the contract.
The Contractor shall pay to the City the sum of $500.00 per day, for each and every
calendar day's delay in finishing the work in excess of the number of working days
prescribed above.
TP- 1
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
TECHNICAL PROVISIONS AND BID ITEM DESCRIPTIONS
The following Technical Provisions and Bid Item Descriptions supplement and amend
the "Standard Specifications for Public Works Construction" and “Standard Plans for
Public Works Construction” (Green Book), latest edition; California MUTCD; and the
Caltrans Standard Specifications as they pertain to the work referenced herein. As a
reference they have been arranged into a sequence which parallels the arrangement of
the Bid Items.
TP- 2
TECHNICAL PROVISIONS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
TABLE OF CONTENTS Page No.
Section 1 Bid Items ............................................................................................ 4
Section 1-1 Bid Item 1. MOBILIZATION .................................................................... 4
Section 1-2 Bid Item 2. TRAFFIC CONTROL ........................................................... 4
Section 1-3 Bid Item 3. REMOVE AND RECONSTRUCT CONRETE
DRIVEWAY ........................................................................................... 4
Section 1-4 Bid Item 4. REMOVE AND RECONSTRUCT 4” CONCRETE
SIDEWALK ........................................................................................... 5
Section 1-5 Bid Item 5. REMOVE AND REPLACE CURB AND GUTTER OVER
6” CMB WITH SLOT PATCH ............................................................. 5
Section 1-6 Bid Item 6. REMOVE AND RECONSTRUCT CURB RAMP WITH
TRUNCATED DOME SURFACE PER PLAN ................................ 5
Section 1-7 Bid Item 7. CONSTRUCT CURB RAMP WITH TRUNCATED
DOME SURFACE PER PLAN .......................................................... 6
Section 1-8 Bid Item 8. CONSTRUCT 6” CMU WALL PER APWA STD. PLAN
NO. 6-8-3, TYPE A .............................................................................. 7
Section 1-9 Bid Item 9. CONSTRUCT CONCRETE WHEEL STOP PER PLAN 7
Section 1-10 Bid Item 10. CONSTRUCT 6” PCC CURB .......................................... 8
Section 1-11 Bid Item 11. STRIPING PER PLAN ...................................................... 8
Section 1-12 Bid Item 12. SCHOOL SIGNS PER PLAN ........................................... 8
Section 1-13 Bid Item 13. REMOVE TREES .............................................................. 9
Section 1-14 Bid Item 14. REMOVE WOOD WALL ................................................... 9
Section 1-15 Bid Item 15. REMOVE BUSHES, GRASS LAWN, AND
MISCELLANEOUS LANDSCAPE FEATURES .............................. 9
Section 1-16 Bid Item 16. REMOVE PAVER BLOCK ............................................... 9
Section 1-17 Bid Item 17. REMOVE BRICK WALL ................................................. 10
Section 1-18 Bid Item 18. REMOVE AC PAVEMENT ............................................. 10
Section 1-19 Bid Item 19. REMOVE CONCRETE CURB ....................................... 10
Section 1-20 Bid Item 20. REMOVE CMU WALL .................................................... 11
Section 2 Other Work (Non-payment items) ................................................. 12
Section 2-1 SAW CUT ................................................................................................ 12
Section 2-2 MATERIAL TESTING ............................................................................ 12
Section 2-3 AS-BUILT DRAWINGS ......................................................................... 12
Section 2-4 WARRANTY ............................................................................................ 12
Section 2-5 CERTIFICATION .................................................................................... 12
Section 2-6 SUBGRADE PREPARATION .............................................................. 12
Section 2-7 CRUSHED MISCELLANEOUS BASE ................................................ 12
Section 2-8 HARDSCAPE, LANDSCAPE, AND IRRIGATION RESTORATION
.............................................................................................................. 13
Section 2-9 WASTE MANAGEMENT PLAN ........................................................... 13
Section 2-10 SUBMITTALS ......................................................................................... 14
TP- 3
Section 2-11 ROOT PRUNING ................................................................................... 15
Section 2-12 EXCAVATION AND DISPOSAL .......................................................... 15
Section 2-13 NOTIFICATION ...................................................................................... 16
TP- 4
TECHNICAL PROVISIONS
CIP No. 11-179
HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
Section 1 Bid Items
Section 1-1 Bid Item 1. MOBILIZATION
Reference SSPWC Section 9-3.4
Add the following paragraph to Section 9-3.4 of the Standard Specifications:
The contract bid item for Mobilization shall include all labor, work and materials
necessary to mobilize and demobilize forces, equipment, and materials; obtain bonding,
insurance, permits, licenses; and other work as necessary to prepare for constructing
the work. Mobilization costs shall not exceed 5% of the total bid amount.
Mobilization shall be per Lump Sum
Section 1-2 Bid Item 2. TRAFFIC CONTROL
Reference SSPWC Section 7-10
The Contractor shall conform to City requirements and with the California Manual of
Uniform Traffic Control Devices (MUTCD). The Contractor shall be solely responsible
for developing and providing all traffic control and safety considerations for vehicles,
pedestrians, bicyclists, and any other users transiting the work area. Traffic Control shall
be sufficient to provide such protection, and shall be to the satisfaction of the Engineer.
For all work within Caltrans right-of-way follow Caltrans Standard Plan T10, and
Caltrans Encroachment permit guidelines.
Traffic Control shall be per Lump Sum
Section 1-3 Bid Item 3. REMOVE AND RECONSTRUCT CONRETE DRIVEWAY
Reference SSPWC Section 303-5
The contract bid item for Remove and Reconstruct Concrete Driveway shall include the
removal of concrete driveways, all labor, work and materials necessary to reconstruct
driveway per City of Hermosa Beach STD Plan No. 102 & 103.
Payment for Remove and Reconstruct Concrete Driveways shall be per Each driveway.
TP- 5
Section 1-4 Bid Item 4. REMOVE AND RECONSTRUCT 4” CONCRETE
SIDEWALK
Reference SSPWC Section 303-5
The contract bid item for Remove and Reconstruct 4” Concrete Sidewalk shall include
all labor, work and materials necessary to construct sidewalk. Concrete Sidewalk shall
be per City of Hermosa Beach Standard Plan No. 106, case 3, as directed to match
existing conditions. The work shall include sawcut, removal and disposal of existing
materials, subgrade preparation, installation of crushed miscellaneous base, formwork,
concrete material, curing, protection, testing, traffic control, slot patch, adjustments to
match existing improvements and all other work necessary to construct the work
complete in place.
Payment for Remove and Reconstruct 4” Concrete Sidewalk shall be per Square Foot
of sidewalk.
Section 1-5 Bid Item 5. REMOVE AND REPLACE CURB AND GUTTER OVER 6”
CMB WITH SLOT PATCH
Reference SSPWC Section 301-2 & 303
The contract bid item for Remove and Replace Curb & Gutter Over 6” CMB with Slot
Patch shall include all labor, work and materials necessary to construct curb & gutter.
Curb & Gutter shall be per City of Hermosa Beach Standard Plan No. 101, as directed
to match existing conditions. The work shall include sawcut, removal and disposal of
existing materials, subgrade preparation, installation of crushed miscellaneous base,
formwork, concrete material, curing, protection, testing, traffic control, adjustments to
match existing improvements and all other work necessary to construct the work
complete in place.
Portland Cement Concrete for this work shall be 3250 psi minimum compressive
strength.
AC Slot Patch shall be III-C3-PG 64-10
Payment for Remove and Replace Curb & Gutter over 6” CMB with Slot Patch shall be
per Linear Foot of curb & gutter.
Section 1-6 Bid Item 6. REMOVE AND RECONSTRUCT CURB RAMP WITH
TRUNCATED DOME SURFACE PER PLAN
The contract bid item for Remove and Reconstruct Curb Access Ramp With Truncated
Dome Surface Per Plan shall include all labor, work and materials necessary to
Reconstruct Curb Access Ramp With Truncated Domes complete in place. Ramps shall
TP- 6
be constructed to Greenbook standard plan 111-4 Case B and Case D with retaining
curb, modified and per City of Hermosa Beach Standard Plan No. 114 as necessary to
match field conditions, and shall meet all ADA requirements. Ramps adjacent to Pacific
Coast Highway shall be per Caltrans standard plan A88A Case C, Modified. Related
curb & gutter, spandrel, and full slot patching shall be paid for under other items. CMB
shall be ¾” max. grade per Greenbook requirements. The work shall include sawcut,
removal and disposal of existing materials, subgrade preparation, installation of crushed
aggregate base, formwork, concrete material, curing, protection, testing, traffic control,
adjustments to match existing improvements and all other work necessary to construct
the work complete in place. New sidewalk shall match existing sidewalk finish and
pattern as directed.
AC Slot Patch shall be III-C3-PG 64-10
Curb access ramps and sidewalks shall meet all ADA requirements, and shall not
create impediments to access. Curb access ramp features shall include:
border grooves to signify change in grade
ramps not exceeding 1:12 slope
side ramps not exceeding 1:10 slope
turning pads of 4’x4’ minimum area and 2% cross slope maximum
cross slopes 2% maximum
bottom of ramps to be flush to gutters
integral retaining curbs as necessary to match to existing landscape
grades or as shown on plans
3’x4’ truncated dome surfaces at the bottom of the ramp adjacent to
the street
Limits of construction shall be verified, measured and marked in the field by the
Engineer prior to removing existing improvements. Curb Access Ramps shall be
measured from the start of the border grooves signifying change in grade.
Contractor shall verify color of truncated dome surfaces with the City prior to
procurement.
Payment for Remove and Reconstruct Curb Access Ramp with Truncated Dome
Surface shall be per Each.
Section 1-7 Bid Item 7. CONSTRUCT CURB RAMP WITH TRUNCATED DOME
SURFACE PER PLAN
The contract bid item for Curb Ramp With Truncated Dome Surface Per Plan shall
include all labor, work and materials necessary to construct Curb Access Ramp With
Truncated Domes complete in place. Ramps shall be constructed to Greenbook
standard plan 111-4 Case D with retaining curb, modified. CMB shall be ¾” max. grade
per Greenbook requirements. Ramps adjacent to Pacific Coast Highway shall be per
TP- 7
Caltrans standard plan A88A Case C, Modified. Related curb & gutter, spandrel, and full
slot patching shall be paid for under other items. CMB shall be ¾” max. grade per
Greenbook requirements. The work shall include sawcut, removal and disposal of
existing materials, subgrade preparation, installation of crushed aggregate base,
formwork, concrete material, curing, protection, testing, traffic control, adjustments to
match existing improvements and all other work necessary to construct the work
complete in place. New sidewalk shall match existing sidewalk finish and pattern as
directed.
AC Slot Patch shall be III-C3-PG 64-10
Curb access ramps and sidewalks shall meet all ADA requirements, and shall not
create impediments to access. Curb access ramp features shall include:
border grooves to signify change in grade
ramps not exceeding 1:12 slope
side ramps not exceeding 1:10 slope
turning pads of 4’x4’ minimum area and 2% cross slope maximum
cross slopes 2% maximum
bottom of ramps to be flush to gutters
integral retaining curbs as necessary to match to existing landscape
grades or as shown in plans
3’x4’ truncated dome surfaces at the bottom of the ramp adjacent to the
street
Limits of construction shall be verified, measured and marked in the field by the
Engineer prior to removing existing improvements. Curb Access Ramps shall be
measured from the start of the border grooves signifying change in grade.
Contractor shall verify color of truncated dome surfaces with the City prior to
procurement.
Payment for Curb Access Ramp shall be per Each.
Section 1-8 Bid Item 8. CONSTRUCT 6” CMU WALL PER APWA STD. PLAN NO.
6-8-3, TYPE A
The contract bid item for Construct 6” CMU Wall Per APWA Std. Plan No. 6-8-3, Type A
shall include all labor, work and materials necessary to complete in place.
Payment for 6” CMU wall shall be per Linear Foot.
Section 1-9 Bid Item 9. CONSTRUCT CONCRETE WHEEL STOP PER PLAN
The contract bid item for Construct Concrete Wheel Stop Per Plan shall include all
labor, work and materials necessary to complete in place.
TP- 8
Payment for Concrete Wheel Stop shall be per Each
Section 1-10 Bid Item 10. CONSTRUCT 6” PCC CURB
Reference SSPWC Section 301-2 & 303
The contract bid item for Construct 6” PCC Curb shall include all labor, work and
materials necessary to construct curb. Curb shall be per City of Hermosa Beach
Standard Plan No. 100, Type B as directed to match existing conditions. The work shall
include sawcut, removal and disposal of existing materials, subgrade preparation, slot
patch, installation of crushed miscellaneous base, formwork, concrete material, curing,
protection, testing, traffic control, adjustments to match existing improvements and all
other work necessary to construct the work complete in place.
Portland Cement Concrete for this work shall be 3250 psi minimum compressive
strength.
Payment for Construct 6” PCC Curb shall be per Linear Foot of Curb.
Section 1-11 Bid Item 11. STRIPING PER PLAN
Reference MUTCD 2012 or Current Edition
Reference Caltrans Std. Specifications for all stripping within Caltrans right-of-
way.
The contract bid item for Striping Per Plan shall include all labor, work and materials
necessary to install painted traffic striping and markings. The work shall include surface
preparation, layout, material placement, curing, protection, testing, traffic control and all
other work necessary to install the work complete in place.
Payment for Striping Per Plan shall be per Lump Sum.
Section 1-12 Bid Item 12. SCHOOL SIGNS PER PLAN
Reference MUTCD 2012 or Current Edition
The contract bid item for School Signs Per Plan shall include all labor, work and
materials necessary to install painted traffic striping and markings. The work shall
include surface preparation, layout, material placement, curing, protection, testing,
traffic control and all other work necessary to install the work complete in place.
Payment for School Signs Per Plan shall be per Each.
TP- 9
Section 1-13 Bid Item 13. REMOVE TREES
Reference SSPWC Section 300-1
Add to Section 300-1
The contract bid item for Remove Trees shall include full compensation for furnishing all
labor, materials, tools, equipment, traffic control, root grinding, stump removal, and
incidentals required to accomplish the work as specified herein, and no additional
compensation will be allowed therefore.
Payment for Remove Trees shall be per Each.
Section 1-14 Bid Item 14. REMOVE WOOD WALL
Reference SSPWC Section 300-1
Add to Section 300-1
The contract bid item for Remove Wood Wall shall include full compensation for
furnishing all labor, materials, tools, equipment, traffic control, and incidentals required
to accomplish the work as specified herein, and no additional compensation will be
allowed therefore.
Payment for Remove Wood Wall shall be per Linear Foot.
Section 1-15 Bid Item 15. REMOVE BUSHES, GRASS LAWN, AND
MISCELLANEOUS LANDSCAPE FEATURES
Reference SSPWC Section 300-1
Add to Section 300-1
The contract bid item for Remove Bushes, Grass Lawn, Miscellaneous Landscape
Features shall include full compensation for furnishing all labor, materials, tools,
equipment, traffic control, and incidentals required to accomplish the work as specified
herein, and no additional compensation will be allowed therefore.
Payment for Remove Bushes, Grass Lawn, and Miscellaneous Landscape Features
shall be per Lump Sum.
Section 1-16 Bid Item 16. REMOVE PAVER BLOCK
Reference SSPWC Section 300-1
TP- 10
Add to Section 300-1
The contract bid item for Remove Paver Block shall include full compensation for
furnishing all labor, materials, tools, equipment, traffic control, and incidentals required
to accomplish the work as specified herein, and no additional compensation will be
allowed therefore.
Payment for Remove Paver Block shall be per Square Foot.
Section 1-17 Bid Item 17. REMOVE BRICK WALL
Reference SSPWC Section 300-1
Add to Section 300-1
The contract bid item for Remove Brick Wall shall include full compensation for
furnishing all labor, materials, tools, equipment, traffic control, and incidentals required
to accomplish the work as specified herein, and no additional compensation will be
allowed therefore.
Payment for Remove Brick Wall shall be per Linear Foot.
Section 1-18 Bid Item 18. REMOVE AC PAVEMENT
Reference SSPWC Section 300-1
Add to Section 300-1
The contract bid item for Remove AC Pavement shall include full compensation for
furnishing all labor, materials, tools, equipment, traffic control, and incidentals required
to accomplish the work as specified herein, and no additional compensation will be
allowed therefore.
Payment for Remove AC Pavement shall be per Square Foot.
Section 1-19 Bid Item 19. REMOVE CONCRETE CURB
Reference SSPWC Section 300-1
Add to Section 300-1
The contract bid item for Remove Concrete Curb shall include full compensation for
furnishing all labor, materials, tools, equipment, traffic control, and incidentals required
to accomplish the work as specified herein, and no additional compensation will be
allowed therefore.
TP- 11
Payment for Remove Concrete Curb shall be per Linear Foot.
Section 1-20 Bid Item 20. REMOVE CMU WALL
Reference SSPWC Section 300-1
Add to Section 300-1
The contract bid item for Remove CMU Wall shall include full compensation for
furnishing all labor, materials, tools, equipment, traffic control, and incidentals required
to accomplish the work as specified herein, and no additional compensation will be
allowed therefore.
Payment for Remove CMU Wall shall be per Linear Foot.
TP- 12
Section 2 Other Work (Non-payment items)
Section 2-1 SAW CUT
No separate payment shall be made for saw cutting. Saw Cutting be considered as
included in payments for other bid items, and no separate payment will be made
therefore.
Section 2-2 MATERIAL TESTING
No separate payment shall be made for material testing. Material testing will be
considered as included in payments for other bid items, and no separate payment will
be made therefore. Testing shall be in accordance with the Caltrans Construction
Manual Chapter 6 Sampling and Testing.
Section 2-3 AS-BUILT DRAWINGS
No separate payment shall be made for maintaining and delivering as-built drawings.
As-built drawings will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
Section 2-4 WARRANTY
No separate payment shall be made for providing a warranty on constructed work. All
warranties will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
Section 2-5 CERTIFICATION
No separate payment shall be made for providing a certification on constructed work. All
certifications will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
Section 2-6 SUBGRADE PREPARATION
No separate payment shall be made for subgrade preparation. All subgrade preparation
will be considered as included in payments for other bid items, and no separate
payment will be made therefore.
Section 2-7 CRUSHED MISCELLANEOUS BASE
No separate payment shall be made for crushed miscellaneous base (CMB). CMB shall
be fine grade (3/4”-). CMB shall be compacted to 95% relative compaction per
Greenbook requirements. All CMB will be considered as included in payments for other
bid items, and no separate payment will be made therefore.
TP- 13
Section 2-8 HARDSCAPE, LANDSCAPE, AND IRRIGATION RESTORATION
Reference SSPWC 7-9
Add to Standard Specification Section 7-9:
No separate payment shall be made for Hardscape, Landscape, and Irrigation
Restoration. Hardscape, Landscape, and Irrigation Restoration shall include all labor,
work and materials necessary to restore existing hardscape, landscaping, and irrigation
systems complete in place to pre-construction conditions. Contractor is responsible to
submit photo and video documentation of pre-construction conditions prior to start of
construction.
No separate payment shall be made for Hardscape, Landscape, and Irrigation
Restoration. All Hardscape, Landscape, and Irrigation Restoration will be considered as
included in payments for other bid items, and no separate payment will be made
therefore.
Section 2-9 WASTE MANAGEMENT PLAN
No separate payment shall be made for a Waste Management Plan. All waste
management will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
Before the start of demolition, submit a Waste Management Plan to the Engineer for
approval and it shall include the following:
Indicate how the Contractor proposes to recover at least 75% of the construction
wastes for reuse and recycling. Subject to bid items for removal including but not
limited to cold milling.
The Waste Management Plan should coordinate the recovery effort with the
construction schedule.
Include a list of reuse facilities, recycling facilities and processing facilities that
will be receiving the recovered materials.
If some of the materials will be donated or sold on-site auctions, describe the
process and identify the organizations that may receive the materials.
Identify materials that are not recyclable or not recovered which will be disposed
of in a landfill (or other means acceptable by the State of California and local
ordinance and regulations) and explain why the materials are not recovered.
List the permitted landfill, or other permitted disposal facilities, that will be
accepting the disposed waste materials.
Indicate instances or situations where compliance with the requirements of this
specification do not apply or do not appear to be possible.
Identify each type of waste material to be reused or recycled and estimate the
amount, by weight.
TP- 14
Provide final accounting of disposition of recovered materials upon completion of
project for final payment.
Section 2-10 SUBMITTALS
Except as provided in other bid items, no separate payment shall be made for required
project submittals. Submittals shall include all materials, plans, diagrams, and drawings
as called for in the specifications, and as may be required by the Engineer or law,
including:
Project Schedule
Shop drawings
Materials and Suppliers List
Subcontractors List
Asphalt Mix Design
Property Owner's Notice
Contact List
Emergency Response Plan (ERP)
Truncated Domes
Submittals shall be approved by the Engineer prior to beginning any portion of the work
which may be affected. The Contractor shall allow at least 5 working days for review
and response or approval of each submittal.
The following is in addition to the Special Provisions, Section 2-5.3.3, page SP-5:
1. General:
A. Shop drawings and submittals shall be provided, at the Contractor’s
expense, when required by the plans or specifications, or requested by the
Engineer.
B. Failure of the Contractor or its subcontractor to submit shop drawings and
certifications to the Engineer in ample time for review shall not constitute
just cause for approved time extension of the contract time.
2. Procedure:
A. The Contractor shall determine and verify that all materials, field
measurements, and field construction criteria comply with all requirements
of the work and of the contract documents.
B. The Contractor shall submit three (3) copies of a submittal accompanied
with the attached submittal form, Exhibit A.
C. The Contractor shall supply all information requested on the submittal
form including, but not limited to, the submittal number, revision number,
reference to specification section, description/contents of the submittal,
and Contractor’s signature of certification.
D. The Contractor shall allow a minimum of ten (5) working days for review of
shop drawings and submittals.
TP- 15
E. Upon completion of the review, one (1) copy will be returned to the
Contractor.
3. Variation from Contract:
A. It is the Contractor’s responsibility to specifically point out any variation or
discrepancy between the shop drawings or manufacturer’s instructions
submitted and the contract documents. The Contractor shall mention all
such variations, including explanations for any such requests, within the
submittal form.
B. Failure by the Contractor to identify within the submittal form any variation,
discrepancy, or conflict with the contract documents shall render approval
null and void, and the Contractor shall bear all risk of loss and
reconstruction costs or delays.
C. If any additional work or modifications are required as a direct result of the
approval of shop drawings or manufacturer’s instructions which deviate or
do not comply with the contract documents, such additional work or
modifications shall be made without extra cost to the City, and without
extension to the contract time.
4. Approval:
A. Neither review nor approval of shop drawings or submittals by the
Engineer shall relieve the Contractor from the responsibility for errors,
omissions, or deviations from the Contract Documents, unless such
deviations were specifically called to the attention of the Engineer in the
submittal form.
B. Should the Contractor proceed with work shown thereon before approval
is received, the Contractor shall remove and replace or adjust any work
which is not in accordance with the approved shop drawings or
manufacturer’s instructions and shall be responsible for any resultant
damage, defect, or added cost.
Section 2-11 ROOT PRUNING
The Contractor shall fully and neatly cut roots at the back of curbs and edges of
sidewalks where noted and as shown on the detail drawings, and remove as necessary
for construction. Root pruning shall extend to the depth as shown on the plans, and of
sufficient width to trim all roots (but no less than 4’ width).
Section 2-12 EXCAVATION AND DISPOSAL
The Contractor shall excavate and dispose of existing pavement, base, subgrade soils,
landscaping, and all other materials as necessary for construction. All limits shall be
neatly sawcut.
No separate payment shall be made for Excavation and Disposal. All Excavation and
Disposal will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
TP- 16
Section 2-13 NOTIFICATION
The Contractor shall notify business and residents within 200 feet of the project limits of
anticipated construction methods, impacts to access and parking, dates of construction,
and contact phone numbers. Phone numbers shall include at least two 24 hour
emergency contacts. The Contractor shall provide notification 48 hours in advance of
construction, and shall renotify after any 10 consecutive day lapse in work at that
location. The Contractor shall also provide general street signage with similar notices.
No Parking shall be posted and maintained 48 hours in advance of the work.
Notifications on the no parking signs shall be printer generated.
No separate payment shall be made for Notification, and no separate payment will be
made therefore.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
APPENDIX “A”
PROJECT PLANS
The accompanying project plans entitled CIP No. 11-179 Hermosa View Elementary
Safe Route to School Project shall be incorporated into these specifications by
reference.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
APPENDIX “B"
NOTICE OF PUBLIC IMPROVEMENT
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
NOTICE OF PUBLIC IMPROVEMENT
Date :
Dear Sir or Madam:
This notice is to advise you that a contract has recently been awarded for another
public works improvement project, the CIP No. 11-179 HERMOSA VIEW
ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT, which may affect your
property. We expect work to commence on or about <<DATE>>. Because of this
construction, you may be subjected to certain inconveniences such as temporary loss
of street parking, temporary loss of driveway access to your property, construction noise
and dust. Every effort will be made by the City and the Contractor to minimize these
inconveniences and “No Parking” signs will be in place at least 48 hours in advance of
the work.
Your cooperation in observing all TRAFFIC CONTROLS, PARKING RESTRICTIONS
AND FLAGMEN, not allowing children to play in the street or on or around the
construction equipment, and in not allowing water to run onto the street from your
property will be greatly appreciated and will help in expediting construction.
A general description of the proposed construction and the limits of the work is as
follows:
Continuous sidewalks and Americans with Disabilities Act (ADA) curb access
ramps on the south side of 16th Street between Pacific Coast Highway (PCH)
and Prospect Avenue;
Yellow crosswalks at the intersections of 16th Street and PCH, and 16th
Street and Prospect Avenue;
Pedestrian countdown signals at 16th Street and PCH, Pier Avenue and PCH,
and 8th Street and PCH traffic signals;
Conforming School zone signs on PCH between 19th Street and Pier Avenue,
16th Street between PCH and Prospect Avenue; and
Installation of a stand back line in front of Hermosa View Elementary School,
with physical barriers to separate students on the sidewalk from vehicles in
the drop off area.
The expected hours of work will be from 8 A.M. to 5 P.M., Monday through Friday.
Please direct all inquiries or complaints to either the Contractor or the City Project
Manager.
Contractor
<<CONTRACTOR NAME>>
Phone ( ) or ( )
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
City of Hermosa Beach
Department of Public Works
Project Manager – Mondher Saïed, P.E.
Telephone 310-318-0211
We regret any inconvenience this project may cause you, but we appreciate your
cooperation and thank you in advance.
CITY OF HERMOSA BEACH
Frank J. Senteno, P.E.
Public Works Director/City Engineer
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
APPENDIX “C"
CALTRANS ENCROACHMENT PERMIT
The City has applied for a CALTRANS Encroachment Permit for this project. A copy of
this permit is included in this Appendix. The Contractor shall obtain and pay for an
Encroachment Permit Rider (Double Permit) at the State of California Department of
Transportation, District 7, Office of Permits.
CIP No. 11-179 HERMOSA VIEW ELEMENTARY SAFE ROUTE TO SCHOOL PROJECT
APPENDIX “D"
PREVAILING WAGE REQUIREMENTS
Copies of the prevailing rate of per diem wages are available at the website for State of
California Prevailing wage determination at http://www.dir.ca.gov/DLSR/PWD
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACT
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
FAITHFUL PERFORMANCE BOND
WHEREAS, the City of Hermosa Beach has awarded to
, hereinafter designated as the "Principal", a Contract for:
PROJECT No.: CIP No. 11-652
TITLE: HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
WHEREAS, said Principal is required under the terms of said Contract to furnish a bond
for the faithful performance of said Contract;
NOW, THEREFORE, we,
as Principal, and
as Surety, are held and firmly bound unto the Owner in the sum of
Dollars ($ ),
this amount being not less than one hundred percent (100%) of the total Contract price,
lawful money of the United States of America, for payment of which sum well and truly
to be made we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents. In case suit is brought upon this bond,
the Surety will pay all court costs and reasonable attorneys’ fees to the City of Hermosa
Beach in an amount to be fixed by the court.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, well and truly keep and perform all the undertakings,
terms, covenants, conditions and agreements in the said Contract and any alteration
thereof, made as therein provided, all within the time and in the manner therein
designated and in all respects according to their true intent and meaning, then this
obligation shall become null and void; otherwise, it shall be and remain in full force and
effect.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration, addition, or modification to the terms of the
Contract, or of the work to be performed thereunder, or the specifications for the same,
shall in any way affect its obligations under this bond, and it does hereby waive notice
of any such change, extension of time, alteration, addition, or modification to the terms
of the Contract or to the work or to the specifications thereunder. Surety hereby waives
the provisions of California Civil Code §§ 2845 and 2849. The City is the principal
beneficiary of this bond and has all rights of a party hereto.
IN WITNESS WHEREOF, three (3) 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 named herein, on the day of
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
, 2013, the name and corporate seal of each corporate party being hereto affixed
and these presents duly signed by its undersigned representative pursuant to authority
of its governing body.
Principal
By
Surety
By
Note: This bond must be executed in duplicate and dated, all signatures must be
notarized, and evidence of the authority of any person signing as attorney-in-fact
must be attached.
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACT
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PAYMENT BOND
WHEREAS, the City of Hermosa Beach has awarded to
, as Contractor, a contract for the work described as follows:
PROJECT No.: CIP No. 11-652
TITLE: HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
AND WHEREAS, said Contractor is required to furnish a bond in connection with said
contract, to secure the payment of claims of laborers, mechanics, materialmen and
other persons, as provided by law;
NOW, THEREFORE, we, the undersigned Contractor and Surety, are held firmly bound
unto the Owner in the sum of
for which payment well and truly to be made we bind ourselves, our
heirs, executors and administrators, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Contractor, its heirs,
executors, administrators, successors, assigns, or subcontractors shall fail to pay any of
the persons named in Civil Code Section 3181, or amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
contract, or any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of the Contractor
and its subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code, with respect to such work and labor, then the Surety or Sureties herein will pay
for the same in an amount not exceeding the sum specified in this bond, otherwise the
above obligation shall be void. In case suit is brought upon this bond, the said Surety
will pay all court costs and reasonable attorneys’ fees to the plaintiff(s) and City in an
amount to be fixed by the court.
This bond shall inure to the benefit of any of the persons named in Civil Code Section
3181 as to give a right of action to such persons or their assigns in any suit brought
upon this bond.
Further, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition, or modification to the terms of the Contract, or of
the work to be performed thereunder, or the specifications for the same, shall in any
way affect its obligations under this bond, and it does hereby waive notice of such
change, extension of time, alteration, addition, or modification to the terms of the
Contract or to the work or to the specifications thereunder. Surety hereby waives the
provisions of California Civil Code §§ 2845 and 2849.
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this
day of 2013.
CONTRACTOR SURETY
Note: This bond must be executed in duplicate and dated, all signatures must be
notarized, and evidence of the authority of any person signing as attorney-in-fact
must be attached.
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACT
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor
Code, Sections 1860 and 1861:
I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of the work of the Contract.
DATED:
CONTRACTOR
By
Signature
Title
ATTEST:
By
Signature
Title
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
INDEMNIFICATION AND HOLD HARMLESS AGREEMENT
AND WAIVER OF SUBROGATION AND CONTRIBUTION
Contract/Agreement/License/Permit No. or description:_________________________________________
____________________________________________________________________________________
Indemnitor(s) (list all names):
To the fullest extent permitted by law, Indemnitor hereby agrees, at its sole cost and expense, to defend,
protect, indemnify, and hold harmless the City of Hermosa Beach and its respective elected officials,
officers, attorneys, agents, employees, volunteers, successors, and assigns (collectively “Indemnitees”)
from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action,
proceedings, expenses, judgments, penalties, liens, and losses of any nature whatsoever, including fees
of accountants, attorneys, or other professionals and all costs associated therewith (collectively
“Liabilities”), arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or
related to any act, failure to act, error, or omission of Indemnitor or any of its officers, agents, servants,
employees, subcontractors, materialmen, suppliers or their officers, agents, servants or employees,
arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or related to the
above-referenced contract, agreement, license, or permit (the “Agreement”) or the performance or failure
to perform any term, provision, covenant, or condition of the Agreement, including this indemnity provision.
This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive
negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence.
This indemnity provision shall survive the termination of the Agreement and is in addition to any other
rights or remedies which Indemnitees may have under the law. Payment is not required as a condition
precedent to an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against an Indemnitee shall be conclusive in favor of the Indemnitee’s right to recover under this indemnity
provision. Indemnitor shall pay Indemnitees for any attorney fees and costs incurred in enforcing this
indemnification provision. Notwithstanding the foregoing, nothing in this instrument shall be construed to
encompass (a) Indemnitees’ sole negligence or willful misconduct to the limited extent that the underlying
Agreement is subject to Civil Code 2782(a), or (b) the contracting public agency’s active negligence to the
limited extent that the underlying Agreement is subject to Civil Code 2782(b). This indemnity is effective
without reference to the existence or applicability of any insurance coverages which may have been
required under the Agreement or any additional insured endorsements which may extend to Indemnitees.
Indemnitor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of
subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all
claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf
of the Indemnitor regardless of any prior, concurrent, or subsequent active or passive negligence by the
Indemnitees. Accountants, attorneys, or other professionals employed by Indemnitor to defend
Indemnitees shall be selected by Indemnitees.
In the event there is more than one person or entity named in the Agreement as an Indemnitor, then all
obligations, liabilities, covenants and conditions under this instrument shall be joint and several.
“Indemnitor”
Name____________________________________ Name_____________________________________
By:______________________________________ By:_______________________________________
Its Its
-1-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
RESOLUTION NO. 2013-XX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF HERMOSA BEACH
APPROVING THE DESIGN AND PLANS FOR THE CONSTRUCTION OF CIP
No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROJECT PURSUANT TO GOVERNMENT CODE SECTION 830.6 AND
ESTABLISHING A PROJECT PAYMENT ACCOUNT;
The City Council of the City of Hermosa Beach does resolve as follows:
The City Council finds and declares as follows:
The City retained John M. Cruikshank Consultants, Inc. (“Consultant”) as
the engineer to design and prepare the plans for CIP No. 11-652
Hermosa Beach Municipal Pier Structural Repairs Project (“Project”);
The Consultant informed the City Engineer that these plans are complete
and that construction of the Project may begin;
The City Engineer reviewed the completed design and plans for the Project
and agrees with the Consultant that the plans are complete and the
Project may be constructed; and
The City Council wishes to obtain the immunities set forth in Government
Code § 830.6 with regard to the plans and construction of the
Project.
Design Immunity; Authorization.
The design and plans for the Project are determined to be consistent with
the City’s standards and are approved;
The design approval set forth in this Resolution occurred before actual work
on the Project construction commenced;
The approval granted by this Resolution conforms with the City’s General
Plan;
The City Engineer, or designee, is authorized to act on the City’s behalf in
approving any alterations or modifications of the design and plans
approved by this Resolution; and
The approval and authorization granted by this Resolution is intended to
avail the City of the immunities set forth in Government Code §
830.6.
-2-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
Project Payment Account;
For purposes of the Contract Documents administering the Project, the City
Council directs the City Manager, or designee, to establish a fund
containing sufficient monies from the current fiscal year budget to
pay for the Project (“Project Payment Account”). The Project
payment Account is the sole source of funds available for the
Contract Sum, as defined in the Contract Document administering
the Project.
The City Clerk is directed to certify the adoption of this Resolution.
This Resolution will become effective immediately upon adoption.
Now, therefore, be it resolved, that the City of Hermosa Beach City Council hereby
adopts Resolution No. 2013- ____ on March 12, 2013.
PASSED, APPROVED, AND ADOPTED this ___ day of _______, 2013.
_________________________________________________________________
MAYOR of the City of Hermosa Beach, California
ATTEST: APPROVED AS TO FORM:
__________________________ __________________________
City Clerk City Attorney
I, Elaine Doerfling, City Clerk of the City of Hermosa Beach, California, do hereby
certify that the foregoing Resolution No. 2013-XX was duly and regularly passed
and adopted by the City Council of the City of Hermosa Beach, California, at its
adjourned regular meeting held on the 12th day of March, 2013, by the following
vote, to wit:
AYES:
NOES:
ABSENT: COUNCILMEMBERS:
ABSTAIN: COUNCILMEMBERS:
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CITY OF HERMOSA BEACH
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
FEBRUARY 2013
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
SPECIFICATIONS
FOR
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
Proposals will be received on behalf of The City of Hermosa Beach, at the office of the
City Clerk, City Hall, 1315 Valley Dr., Hermosa Beach, California, until 2:00 PM on
TUESDAY March 5, 2013.
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
TABLE OF CONTENTS
Page No.
COVER SHEET
TITLE SHEET
LOCATION MAP
TABLE OF CONTENTS ........................................................................................... i
NOTICE INVITING BIDS ......................................................................................... 1
INSTRUCTIONS TO BIDDERS ............................................................................... 3
PROPOSAL DOCUMENTS ..................................................................................... 6
Bidding Schedule .................................................................................... 7
Bidder's Declaration ................................................................................ 10
Non-collusion Affidavit ........................................................................ … 12
Declaration of Eligibility to Contract ........................................................ 13
Bid Bond ................................................................................................. 14
Designation of Subcontractors ................................................................ 15
Construction Project Reference .............................................................. 16
Bidder's Assurance ................................................................................. 17
Certificate of Non-Discrimination by Contractors .................................... 18
FAIR EMPLOYMENT PRACTICES DOCUMENTS .................................................. 20
CONTRACT DOCUMENTS ..................................................................................... 26
Agreement .............................................................................................. 27
Faithful Performance Bond ..................................................................... 35
Payment Bond ........................................................................................ 37
Workers' Compensation Insurance Certificate ........................................ 39
Indemnification and Hold Harmless Agreement and Waiver of
Subrogation and Contribution ................................................................. 40
Exhibits A through E
SPECIAL PROVISIONS
Table of Contents ................................................................................... SP(i) – SP(iii)
Section 1 – Section10 ............................................................................. SP-1 – SP-20
TECHNICAL PROVISIONS ..................................................................................... TP-1 – TP-8
APPENDIX “A" PROJECT PLANS
APPENDIX “B" NOTICE OF PUBLIC IMPROVEMENT
APPENDIX “C" COASTAL DEVELOPMENT PERMIT
APPENDIX “D" WATER QUALITY CERTIFICATION
i
1
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
City of Hermosa Beach
NOTICE INVITING BIDS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
Notice is hereby given that the City of Hermosa Beach will receive sealed bids at the Office of
the City Clerk, City Hall, 1315 Valley Drive, Hermosa Beach, CA 90254, until 2:00 P.M. on
Tuesday, March 5, 2013, for CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER
STRUCTURAL REPAIRS
ENGINEER’S ESTIMATE: $127,000
The City of Hermosa Beach is proposing to perform structural repairs to the Hermosa Beach
Municipal Pier. This project consists of repairing six spalled concrete piles by in-water hydro-
blast cleaning, installation of new fiberglass jackets or steel casings and injection of underwater
grout. The repairs will include also the replacement of one concrete deck panel.
Because the Coastal Development Permit requires that all work be completed before
Memorial weekend so as not to impinge on recreational use, construction has to be
completed before May 24, 2013.
All bids must be submitted in writing, on standard forms available in the Public Works
Department, at the above address. All bids must be sealed and must be plainly marked in the
lower left-hand corner “CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL
REPAIRS”. It shall be the bidder’s responsibility to inquire for any addendums/updates to this
Notice Inviting Bid prior to submitting their bid.
Each proposal must be accompanied by a cash deposit, a certified or cashier's check, or a
bidder's bond, made payable to the City of Hermosa Beach, in an amount not less than 10
percent of the total bid submitted.
The successful bidder will be required to furnish a faithful performance bond in the amount of
100 percent of the contract price, and a payment bond in the amount of 100 percent of the
contract price, both in a form satisfactory to the City Attorney. The successful bidder will also be
required to pay the State of California prevailing wage scale as determined by the Department
of Industrial Relations, available at http://www.dir.ca.gov/dlse/dlsePublicWorks.html.
The contractor shall possess a valid State of California Contractors License Class A.
The City reserves the right to reject any or all bids and to waive any informality or irregularity in
any bid received and to be the sole judge of the merits of the respective bids received. The
award, if made, will be made to the lowest responsible bidder. Plans and Specifications will be
available for review at City Hall.
Details may be found on the City’s website at http://www.hermosabch.org/index.aspx?page=82.
All questions regarding this bid must be submitted in writing on or before 3:00 PM on
Wednesday, February 27, 2013, to Mr. Mondher Saïed, Project Manager, via facsimile (310)
937-5015 or by email: msaied@hermosabch.org.
A mandatory pre-bid meeting is scheduled for 10:00 AM on Monday, February 25, 2013 at
Hermosa Beach City Hall, 1315 Valley Drive, Hermosa Beach, California.
2
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
Plans and Specifications may be picked up at the Office of the Director of Public Works/City
Engineer beginning Tuesday, February 19, 2013, by paying a non-refundable fee of $25.00
per set. Plans and specifications can be mailed directly to the contractor if a Federal Express or
preferred carrier account number is provided. City Hall is open M-Th 7:00 a.m. to 6:00 p.m.
Elaine Doerfling
City Clerk
Run legal: February 14th, February 28th,
3
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
INSTRUCTIONS TO BIDDERS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
FORM OF PROPOSAL
The Proposal shall be fully executed and submitted on the forms provided by the City
and shall be enclosed in a sealed envelope marked and addressed as directed in the
Notice Inviting Bids. Proposal forms will be issued in each bound copy of the Contract
Documents.
PROPOSAL DOCUMENTS
All Proposals shall include the following executed documents to be submitted with each
bid:
Bidding Schedule
Bidder's Declaration
Non-Collusion Affidavit
Bid Bond
Designation of Subcontractors
Construction Project Reference
Bidder's Assurance
Certificate of Non-Discrimination by Contractors
DELIVERY OF PROPOSAL
The Proposal shall be delivered by the time and to the place stipulated in the Notice
Inviting Bids. It is the bidder's sole responsibility to see that its Proposal is received as
stipulated. Any Proposal received after the scheduled closing time for receipt of
proposals will be returned to the bidder unopened.
WITHDRAWAL OF PROPOSAL
The Proposal may be withdrawn by the bidder by means of a written request, signed by
the bidder or its properly authorized representative. Such written request must be
delivered to the place stipulated in the Notice Inviting Bids for receipt of proposals prior
to the scheduled closing time for receipt of proposals. No Proposal may be withdrawn
after the hour fixed for opening bids.
MODIFICATIONS AND ALTERNATIVE PROPOSALS
Unauthorized conditions, limitations, or provisions attached to the Proposal will render it
informal and may cause its rejection. The completed Proposal forms shall be without
interlineations, alterations, or erasures. Alternative proposals will not be considered
unless specifically requested. Oral, telegraphic, or telephonic proposals or modifications
will not be considered.
4
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
DISCREPANCIES IN PROPOSALS
In the event there is more than one bid item in a Bidding Schedule, the bidder shall
furnish a price for all bid items in the Schedule, and failure to do so will render the
Proposal informal and may cause its rejection. The bidder shall state in figures the unit
prices or the specific sums as the case may be, for which it proposes to supply the
labor, materials, supplies, or machinery, and completely perform the Contract. The
total amount of each item bid and the total amount of the bid shall be stated in figures.
If the unit price and the total amount named by a bidder for any items are not in
agreement, the unit price alone will be considered as representing the bidder's intention
and the total will be corrected to conform thereto.
PROPOSAL GUARANTEE
Each bidder shall submit with his Proposal cash, an unconditional certified or cashier's
check, or a bidder's bond, in the sum of the percentage of the bid stated in the Notice
Inviting Bids, payable to the City as a guarantee that the bidder will, if its Proposal is
accepted, execute the Contract and furnish a satisfactory Faithful Performance Bond, a
satisfactory Payment Bond and insurance certificates as specified herein.
If a bidder to whom an award is made, fails or refuses to sign the Contract or furnish the
required bonds and certificates, all within the time stated in Section 2-1.5 of the Special
Provisions bound herein, the funds represented by said check or bidder's bond shall be
forfeited and become and remain the property of the City; the amount thereof being
agreed to by the bidder and the surety as liquidated damages due the City because of
the delay in the execution of the Contract and in the performance of work thereunder,
resulting from such failure or refusal, except that if the City awards the contract to the
next lowest bidder, only that portion of the bidder's security equal to the difference
between the two bids will be forfeited.
A Bid Bond must be obtained from a corporate surety authorized to do business as
such in the State of California and should be on the form furnished by the City or one
substantially in conformance with it. Certified or cashier's checks must be drawn on a
solvent state or national bank or branch thereof in the State of California. The liability of
the City in connection with the checks shall be limited to the return of the checks as
provided in Section 2-1.6 of the Special Provisions bound herein.
DISQUALIFICATION OF BIDDERS
A person, firm, or corporation shall NOT be allowed to make or file, or to be interested
in, more than one bid, except an alternative bid when specifically requested; provided,
however, a person, firm, or corporation who has submitted a sub-proposal to a bidder
submitting a Proposal, or who has quoted prices on materials to such bidders, is not
thereby disqualified from submitting a sub-proposal or from quoting prices to other
bidders submitting proposals, or from submitting a Proposal as a prime contractor.
5
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
ADDITIONAL REQUIREMENTS
The bidder's attention is directed to the Special Provisions and Technical Provisions
bound herein for additional requirements of the Proposal and Contract Documents.
FAIR EMPLOYMENT PRACTICES DOCUMENTS
Fair Employment Practices Documents are to be submitted by the low bidder within
three days following the opening of bids. See enclosed instructions and documents on
page 19.
CONTRACT DOCUMENTS
Contract Documents are to be submitted within twenty-one (21) calendar days AFTER
award of contract. See enclosed documents commencing on page 26.
BIDDER QUALIFICATIONS
Each bidder shall be skilled and regularly engaged in the general class or type of work
called for under the contract. A statement setting forth his/her experience shall be
submitted by each bidder on the CONSTRUCTION PROJECT REFERENCE form
provided herein.
Each bidder shall posses a valid Contractor's License issued by the Contractor's State
License Board at the time his/her bid is submitted. The class of license shall be
applicable to the work specified in the contract. Each bidder shall also have no less
than five (5) years experience in the magnitude and character of the work bid.
Bidder Qualifications called for to be submitted at the time of bid include, but are not
necessarily limited to:
1. The Contractor shall have been in business under the same name and California
Contractor’s License for a minimum of 5 continuous years prior to the bid
opening date for this project. The license used to satisfy this requirement shall
be of the same type as required by the contract.
2. The Contractor’s license classifications shall be “A”.
3. The Contractor shall provide a minimum of 3 references for similar projects
which have been successfully completed in the State of California during the
past 5 years.
4. The Contractor shall have a minimum of 10 years experience in pier structural
repair projects of a similar nature.
5. The Contractor shall perform above 50% of the contract with its own forces.
6
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL DOCUMENTS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
To Be Submitted
WITH
Bid Package
7
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACTOR:
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
BIDDING SCHEDULE
TO: CITY OF HERMOSA BEACH
HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
CITY HALL
HERMOSA BEACH, CALIFORNIA 90254
Ladies and Gentlemen:
The undersigned declares that he has carefully examined the location of the proposed
work and that he has examined the Plans and Specifications, has read the Contract
Documents, and hereby agrees to furnish all labor, materials, equipment, tools,
transportation, and services to do all work required for:
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
in accordance with the Plans and Specifications prepared by the Engineer, in
accordance with the Special Provisions and Technical Provisions, the Contract
Documents, and in accordance with the Standard Specifications for Public Works
Construction (current edition), and the requirements of the Engineer under said
documents, for the prices shown herein.
All work shall be completed within 30 working days from the date the notice to
proceed is issued by the Engineer.
Because the Coastal Development Permit requires that all work be completed
before Memorial weekend so as not to impinge on recreational use, construction
has to be completed before May 24, 2013.
8
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACTOR:
ITEM EST. UNIT PRICE ITEM TOTAL
NO. DESCRIPTION QTY UNIT IN FIGURES
1 MOBILIZATION (Not to Exceed 10% of Bid) 1 LS
2 TRAFFIC CONTROL 1 LS
3
REMOVE OLD CONCRETE DECK PANEL &
DISPOSE 160 SF
4
CONSTRUCT NEW CONCRETE DECK PANEL 160 SF
5 REPAIR PILE 16:A WITH STEEL CASING 19 LF
6 REPAIR PILE 25:E WITH FIBERGLASS JACKET 9 LF
7 REPAIR PILE 18:E WITH FIBERGLASS JACKET 11 LF
8 REPAIR PILE 14:E WITH FIBERGLASS JACKET 11 LF
9 REPAIR PILE 31:B WITH FIBERGLASS JACKET 6 LF
10 REPAIR PILE 14:A WITH FIBERGLASS JACKET 10 LF
9
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACTOR:
Total Bid:
(Figures)
(Words)
In case of any discrepancy between the words and the figures, the words shall prevail.
If the unit price and the total amount for any item are not in agreement, the unit price
alone shall be considered to represent the bidder’s intention and all totals will be
corrected to conform thereto. Attached hereto is cash, a certified check, a cashier's
check, or a bidder's bond in the amount of
_______________________________________________________________Dollars,
said amount being not less than 10 percent of the amount bid. It is agreed a portion
equal to the difference between the low bid and second low bid shall be retained as
liquidated damages by the City if the undersigned fails or refuses to execute the
Contract and furnish the required bonds and certificates of insurance within the time
provided.
10
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
BIDDER'S DECLARATION
It is understood and agreed that:
1. The undersigned has carefully examined all documents which will form a part of the
Contract; namely, the Notice Inviting Bids, the Instructions to Bidders, this Proposal, the
Bid Bond, the Contract, the Faithful Performance Bond, the Payment Bond, the federal
requirements, if any, the Plans and Specifications, the Special Provisions, and the
Technical Provisions.
2. The undersigned has, by investigation at the site of the work and otherwise, satisfied
himself as to the nature and location of the work and fully informed himself as to all
conditions and matters, which can in any way affect the work or the cost thereof.
3. The undersigned fully understands the scope of work and has checked carefully all
words and figures inserted in this Proposal and he further understands that the City will
not be responsible for any errors or omissions in the preparation of the Proposal.
4. The undersigned agrees and acknowledges that he is aware of the provisions of
Section 3700 of the Labor Code which requires every employer to be insured against
liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that Code, and that the undersigned will comply with such provisions
before commencing the performance of the Contract if it is awarded to the undersigned.
The undersigned will execute the Contract and furnish the required statutory bonds and
certificates of insurance within the period of time specified in the Contract Documents.
The undersigned will begin work after award of Contract and a Notice to Proceed has
been given as herein specified, and will complete said work within the time specified in
the Bidding Schedule.
5. The undersigned certifies that this Proposal is genuine and not sham or collusive, or
made in the interest or on behalf of a person not herein named, and the undersigned
has not directly or indirectly induced or solicited any other bidder to put in a sham bid
nor induced any other person, firm, or corporation to refrain from bidding. The
undersigned has not in any manner sought by collusion to secure for himself any
advantage over any other bidder.
6. The undersigned will accept an award and enter into a Contract for all work
scheduled herein on which he puts in a bid. The awards for such work are to be
entirely at the discretion of the Owner after evaluation of the bids as submitted. The
undersigned agrees that the Owner shall recover or retain as liquidated damages an
amount equal to the difference between the low bid and amount of the bid of the bidder
11
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
with whom the City enters into a Contract, and the surplus, if any, shall be returned to
the lowest bidder in accordance with the provisions of the Public Contracts Code Sec.
20174 in the event of his failure to execute a Contract and furnish required bonds and
insurance therefor within the time provided.
7. This bid will not be withdrawn within a period of thirty (30) days after the date of its
proper opening by the City.
8. The undersigned bidder stated under penalty of perjury that the representations
made in submitting this bid are, to the best of his/her knowledge, true, accurate, and
complete.
Respectfully submitted,
_______________________________ __________________________________
Contractor's Business Name Contractor Sign Title
________________________________ __________________________________
Business Address: Street By Title
________________________________ __________________________________
City State Zip Contractor's License No. and Classification
________________________________ __________________________________
Business Phone Number Date
________________________________ __________________________________
Name Title Residence: Street
________________________________ __________________________________
City State Zip Residence Phone Number
Note: If the bid is made by an individual, it must be signed with the full name of the
bidder, whose address must be given: if it is made by a firm, it must be signed in
the co-partnership's name by a general partner thereof, who shall also sign his or
her own name, and the name and full address of each member must be given;
and if it is made by a corporation, it must be signed by a properly authorized
officer, the corporate name shall be set forth, and the corporate seal shall be
affixed.
12
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
NON-COLLUSION AFFIDAVIT
(To be executed by Bidder and submitted with Bid)
State of California
County of Los Angeles
being first duly sworn, deposes
and says that he or she is of
the party making the foregoing bid that the bid is not
made in the interest of, or on the behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly colluded, conspired,
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone
shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,
sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of that of
any other bidder, or to secure any advantage against the public body awarding the
contract of anyone interested in the proposed contract; that all statements contained in
the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his
or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay fee to any corporation, or
agent thereof to effectuate a collusive or sham bid.
NAME OF BIDDER
SIGNATURE OF BIDDER
ADDRESS OF BIDDER
CITY STATE ZIP
ALL SIGNATURES MUST BE WITNESSED BY NOTARY
(attach appropriate jurats)
13
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor, certifies and
declares that:
1. The undersigned contractor is aware of Section 1771.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or subcontractor who has been found
by the Labor Commissioner or the Director of Industrial Relations to be in violation of
certain provisions of the Labor Code, from bidding on, being awarded, or performing
work as a subcontractor on a public works project for specified periods of time.
2. The undersigned contractor is not ineligible to bid on, be awarded or
perform work as a subcontractor on a public works project by virtue of the foregoing
provisions of Sections 1771.1 or 1777.7 of the California Labor Code or any other
provision of law.
3. The undersigned contractor is aware of California Public Contract Code
Section 6109, which states:
“(a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not
permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a
public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on,
be awarded, or perform work as a subcontractor on, a public works project. Every
public works project shall contain a provision prohibiting a contractor from performing
work on a public works project with a subcontractor who is ineligible to perform work on
the public works project pursuant to Section 1771.1 or 1777.7 of the Labor Code.”
“(b) Any contract on a public works project entered into between a contractor and a
debarred subcontractor is void as a matter of law. A debarred subcontractor may not
receive any public money for performing work as a subcontractor on a public works
contract, and any public money that may have been paid to a debarred subcontractor by
a contractor on the project shall be returned to the awarding body. The contractor shall
be responsible for the payment of wages to workers of a debarred subcontractor who
has been allowed to work on the project.”
4. The undersigned contractor has investigated the eligibility of each and every
subcontractor the undersigned contractor intends to use on this public works project,
and determined that none of them is ineligible to perform work as a subcontractor on a
public works project by virtue of the foregoing provisions of the Public Contract Code,
Sections 1771.1 or 1777.7 of the Labor Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of California that the
foregoing is true and correct. Executed this ___________ day of
_____________________, at ___________________ (place of execution), California.
___________________________________
Signature
Name: _____________________________
Title: ______________________________
Name of Company: ___________________
14
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT , as
Principal, and
, as Surety, are held firmly bound unto the City of Hermosa Beach in the sum of
$
DOLLARS,
(not less than ten percent of total amount of bid)
for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.
WHEREAS, said Principal has submitted a bid to the City to perform all work required
under the following:
PROJECT No.: CIP No. 11-652
TITLE: HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
NOW, THEREFORE, if said Principal is awarded a Contract by the City and, within the
time and in the manner required in the Specifications for said project, enters into the
written form of Contract bound with said Specifications and furnishes the required
bonds, one to guarantee faithful performance and the other to guarantee payment for
labor and materials, then this obligation shall be null and void, otherwise it shall remain
in full force and effect. In the event suit is brought upon this bond by the City and
judgment is recovered, said Surety shall pay all costs incurred by the City in such suit,
including a reasonable attorneys’ fee to be fixed by the court. Surety hereby waives the
provisions of California Civil Code §2845.
SIGNED AND SEALED, this day of ,
(SEAL) (SEAL)
Principal Surety
BY: BY:
Signature Signature
Note: This bond must be dated, all signatures must be notarized, and evidence of the
authority of any person signing as attorney–in-fact must be attached.
15
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
DESIGNATION OF SUBCONTRACTORS
In compliance with the "Subletting and Subcontracting Fair Practices Act" being
Sections 4100-4113 of the Government Code of the State of California, and any
amendments thereto, each bidder shall set forth below the name and location of the
place of business of each subcontractor who will perform work or labor or render
service to the prime contractor in or about the construction of the work or improvement
in an amount in excess of one-half (1/2) of one percent (1%) of the prime contractor's
total bid, and shall further set forth the portion of the work which will be done by each
subcontractor. Only one subcontractor for each such portion shall be listed.
If the contractor fails to specify a subcontractor for any portion of the work to be
performed under the contract, he shall be deemed to have agreed to perform such
portion himself, and he shall not be permitted to subcontract that portion of the work
except under the conditions hereinafter set forth.
Subletting or subcontracting of any portion of the work to which subcontractor was
designated in the original bid shall only be permitted in cases of public emergency or
necessity, and then only after a finding reduced to writing as a public record of the
legislative body of the Owner.
The bidder shall also designate in the space provided indicating whether or not the
subcontractor qualifies as a Woman Owned Business Enterprise, "WBE”, or a Minority
Business Enterprise, "MBE”.
WBE Portion State
or of Subcontractor's Type of License
MBE Work % Name and Address Work Number Class
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
____ _____ ___________________________ _______ ______ ______
The total amount of work subcontracted shall not exceed more than 49% of the contract
amount.
16
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONSTRUCTION PROJECT REFERENCE
To be responsive, the bidder must list below the minimum requirements as
described in the section entitled BIDDER QUALIFICATIONS on page 3 of these
specifications. Attach additional sheets as needed.
. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % subcontracted
Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % subcontracted
Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified financial statement,
references, and other information sufficiently comprehensive to permit an appraisal of
his current financial condition.
Bidder's Signature
17
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
BIDDER'S ASSURANCE
FROM:
Name of Bidder:
Business Address:
Telephone No: ( )
TO:
Members of the City Council
c/o City Hall
City of Hermosa Beach, California
Members of the City Council:
Pursuant to your published Notice Inviting Bids for:
PROJECT No.: CIP No. 11-652
TITLE: HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
The undersigned declares that he has carefully examined the location of the
proposed work; that he has carefully examined the Plans and Specifications, and
read the accompanying Instructions to Bidders; and hereby proposes to furnish
all materials, machinery, tools, labor, and services, and do all the work necessary
to complete the project in accordance with said Plans and Specifications, and
other Contract Documents, at the item prices on the bidding schedule.
BY: TITLE:
18
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PROPOSAL
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CERTIFICATE OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods or services to the City, the firm listed below certifies that it does
not discriminate in its employment with regard to race, color, religion, sex, or national
origin; that it is in compliance with all applicable federal, state, and local directives, and
executive orders regarding non-discrimination in employment; and that it agrees to
pursue positively and aggressively the principle of equal opportunity in employment.
We agree specifically:
1. To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job levels.
2. To communicate this policy to all persons concerned, including all
company employees, outside recruiting services, especially those serving
minority communities, and to the minority communities at large.
3. To take affirmative steps to hire minority employees within the company.
FIRM
TITLE OF PERSON SIGNING
SIGNATURE
DATE
Please include any additional information available regarding equal opportunity
employment programs now in effect within your company:
19
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
FAIR EMPLOYMENT PRACTICES DOCUMENTS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
To Be Submitted
By The Low Bidder
WITHIN THREE WORKING DAYS FOLLOWING
OPENING OF BIDS
20
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
FAIR EMPLOYMENT PRACTICES
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
INSTRUCTIONS
The Fair Employment Practices in Contracts, as adopted by City, requires that the City
not do business with any firm that discriminates against any employee or applicant for
employment because of race, color, religion, sex, or national origin.
Accordingly, every contract or subcontract of the City in excess of $10,000 for public
works, or for goods and services, must be accompanied by a Certificate of Non-
Discrimination, obligating the contractor or subcontractor to observe the requirements
specified therein.
In addition to the Certificate of Non-Discrimination, the Fair Employment Practices in
Contracts also requires that the lowest responsible bidder undertake an affirmative
course of action to promote equal employment opportunities and to ensure that
employees are treated during employment without regard to their race, color, religion,
sex, or national origin. Completion of the attached compliance report will satisfy this
requirement. The apparent successful low bidder and each of its subcontractors must
submit one copy of the compliance report to the Director of Public Works/City Engineer,
Hermosa Beach City Hall, 1315 Valley Dr., Hermosa Beach, California, 90254, within
three days after the opening of bids.
21
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
FAIR EMPLOYMENT PRACTICES
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACTOR COMPLIANCE REPORT
This report must be completed by prime contractor and each subcontractor. Complete
all items unless otherwise instructed. Use additional sheets if necessary. Submit one
copy of the completed report to Owner:
c/o Department of Public Works
Hermosa Beach City Hall
1315 Valley Dr.
Hermosa Beach, CA 90254
PART I. FIRM DESCRIPTION
1. Circle one: Prime Contractor Subcontractor
2. Name of Firm:
3 Address:
4. Name and address of principal official or manager:
5. Name and address of home office, if different from above:
6. Person completing this form:
Signature:
Name and Title:
Business Telephone:
22
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PART II: POLICIES AND PRACTICES (Circle proper answer)
1. Yes No Have you informed company officials and representatives regarding
the non-discrimination provisions of the Owner's contracts?
2. Yes No Do your solicitations or advertisements for employment specify that
you are an equal opportunity employer?
3. Yes No Do you have educational or training programs sponsored or
financed for the benefit of employees or prospective employees? If
so, please enumerate:
W = White B = Black H = Hispanic A = Asian AI = American Indian
M = Male F = Female
4. Yes No Are any apprentices obtained from sources outside the employer's
work force? If yes, have you circulated information about
apprenticeship openings or opportunities to the following:
Yes No State Employment Offices
Yes No Newspapers or other media
Yes No High schools, including those in minority group areas
Yes No Local trade or vocational schools
Yes No Agencies and organizations specializing in minority
employment
If there are any apprenticeship programs, please list, along with
ethnic breakdown:
5. Yes No If you are a prime contractor, have all subcontractors covered by
these compliance inspection reports been instructed as to their
JOB CATEGORY
TRAINING PROGRAM W B H A AI M F TOTAL
JOB CATEGORY
TRAINING PROGRAM W B H A AI M F TOTAL
23
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
contractual obligations relating to the non-discrimination provisions
of the Owner's contracts?
6. Identify (names and addresses) the employment agencies, personnel
recruitment organizations, newspaper advertising, or other non-union sources
from which the company recruits its personnel.
NAME ADDRESS
7. Yes No Have you a collective bargaining agreement with a labor union or
other organization? If yes, specify the union or organization.
8. Yes No Does your company's collective bargaining agreement or other
contract or understanding with a labor union or other working
organization include a provision for non-discrimination in
employment?
9. Remarks: Use this space for comment on any answers you have supplied.
24
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PART IIIA: EMPLOYMENT FIGURES (1)
Name of Firm:
Project Name:
Date Form Submitted:
Person Submitting Form:
Check One: Submit separate forms for company makeup (page 24), and
for specific project makeup (page 25)
( X ) Permanent makeup of company
( ) Estimated makeup of employees on this specific project only
MINORITY GROUPS*
JOB CATEGORIES TOTAL
EMPLOYED
WHITE BLACK HISPANIC ASIAN AMERICAN
INDIAN
M F
OFFICERS &
OFFICIALS
PROFESSIONAL (2)
CLERICAL & OFFICE
FIELD SUPERVISOR
SKILLED/SPECIFY
TRADE
A
B
C
D
SEMI-SKILLED (3)
UNSKILLED (4)
TOTAL ITEMS 1-7
(1) This report must be completed by prime contractor and each subcontractor.
(2) Occupations requiring college education or equivalent experience: e.g., accountants, architects, scientists,
teachers, etc.
(3) Workers who operate equipment or perform factor-type duties of intermediate skill level: e.g., auto attendants,
laundry operators, truck drivers, etc.
(4) Works in manual occupations: e.g., laborers performing lifting, digging, mixing or loading operations, etc.
*An employee may be included in the minority group in which he/she appears to belong, or is regarded in the
community as belonging. Eliciting information as to the racial or ethnic identify of an employee by direct
inquiry is not encouraged.
25
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PART IIIB: EMPLOYMENT FIGURES (1)
Name of Firm:
Project Name:
Date Form Submitted:
Person Submitting Form:
Check One: Submit separate forms for company makeup (page 24), and
for specific project makeup (page 25)
( ) Permanent makeup of company
( X ) Estimated makeup of employees on this specific project only
MINORITY GROUPS*
JOB CATEGORIES TOTAL
EMPLOYED
WHITE BLACK HISPANIC ASIAN AMERICAN
INDIAN
M F
OFFICERS &
OFFICIALS
PROFESSIONAL (2)
CLERICAL & OFFICE
FIELD SUPERVISOR
SKILLED/SPECIFY
TRADE
A
B
C
D
SEMI-SKILLED (3)
UNSKILLED (4)
TOTAL ITEMS 1-7
(1) This report must be completed by prime contractor and each subcontractor.
(2) Occupations requiring college education or equivalent experience: e.g., accountants, architects, scientists,
teachers, etc.
(3) Workers who operate equipment or perform factor-type duties of intermediate skill level: e.g., auto
attendants, laundry operators, truck drivers, etc.
(4) Works in manual occupations: e.g., laborers performing lifting, digging, mixing or loading operations, etc.
*An employee may be included in the minority group in which he/she appears to belong, or is regarded in
the community as belonging. Eliciting information as to the racial or ethnic identify of an employee by direct
inquiry is not encouraged.
26
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACT DOCUMENTS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
To be Submitted
Within Twenty-One (21) Calendar Days
AFTER
Award of Contract
27
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CITY OF HERMOSA BEACH
CONSTRUCTION AGREEMENT
This Construction Agreement (“Agreement”) is made and entered into as of the date
executed by the Mayor and attested to by the City Clerk, by and between ___________________
(hereinafter referred to as "CONTRACTOR") and the City of Hermosa Beach, California, a
municipal corporation (hereinafter referred to as "CITY").
R E C I T A L S
A. Pursuant to the Notice Inviting Sealed Bids for CIP No. 11-652 Hermosa Beach Municipal Pier Structural Repairs Project, bids were received, publicly opened, and declared on the date specified in the notice; and
B. On_________________, City’s City Council declared CONTRACTOR to be the lowest responsible bidder and accepted the bid of CONTRACTOR; and
C. The City Council has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the Hermosa Beach Municipal Pier Structural Repairs Project in the City of Hermosa Beach.
NOW, THEREFORE, in consideration of the foregoing and the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: CITY agrees to engage CONTRACTOR and
CONTRACTOR agrees to furnish all necessary labor, tools, materials, appliances, and
equipment for and do the work for the Hermosa Beach Municipal Pier Structural Repairs
Project in the City of Hermosa Beach. The work shall be performed in accordance with
the Plans and Specifications dated February, 2013 (the “Specifications”) on file in the
office of the City Clerk and in accordance with bid prices set forth in CONTRACTOR’S
Bid Proposal and in accordance with the instructions of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Bid Proposal, Builders General Provisions, Standard Specifications, Special Provisions, Exhibits A through E, and all referenced specifications, details, standard drawings, and appendices; together with this Agreement and all required bonds, insurance certificates, permits, notices and affidavits; and also, including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this Agreement, the Builders General Provisions and the Standard Specifications, in that order, shall control. Collectively, these contract documents constitute the complete agreement between CITY and CONTRACTOR and supersede any previous agreements or understandings.
28
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work.
4. TIME OF PERFORMANCE: CONTRACTOR agrees to complete the work within 30
working days from the date of the notice to proceed. By signing this Agreement,
CONTRACTOR represents to CITY that the contract time is reasonable for completion
of the work and that CONTRACTOR will complete such work within the contract time.
5. PREVAILING WAGES.
Pursuant to Labor Code § 1720, and as specified in 8 California Code of Regulations §
16000, CONTRACTOR must pay its workers prevailing wages. It is
CONTRACTOR’s responsibility to interpret and implement any prevailing wage
requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws.
In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages
are available upon request from CITY’s Engineering Division or the website for
State of California Prevailing wage determination at
http://www.dir.ca.gov/DLSR/PWD. CONTRACTOR must post a copy of the
prevailing rate of per diem wages at the job site.
CITY directs CONTRACTOR’s attention to Labor Code §§ 1777.5, 1777.6 and 3098
concerning the employment of apprentices by CONTRACTOR or any
subcontractor.
Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing tradesmen in
any apprenticeship occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprentice-
ship program in that trade for a certificate of approval. The certificate must also
fix the ratio of apprentices to journeymen that will be used in the performance of
the contract. The ratio of apprentices to journeymen in such cases will not be less
than one to five except:
When employment in the area of coverage by the joint apprenticeship committee
has exceeded an average of 15 percent in the 90 days before the request for
certificate, or
When the number of apprentices in training in the area exceeds a ratio of one to
five, or
29
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
When the trade can show that it is replacing at least 1/30 of its membership
through apprenticeship training on an annual basis state-wide or locally, or
When CONTRACTOR provides evidence that CONTRACTOR employs regis-
tered apprentices on all of his contracts on an annual average of not less
than one apprentice to eight journeymen.
CONTRACTOR is required to make contributions to funds established for the
administration of apprenticeship programs if CONTRACTOR employs
registered apprentices or journeymen in any apprenticeable trade on such
contracts and if other contractors on the public works site are making such
contributions.
CONTRACTOR and any subcontractor must comply with Labor Code §§ 1777.5
and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other
requirements may be obtained from the Director of Industrial Relations,
ex-officio the Administrator of Apprenticeship, San Francisco, California,
or from the Division of Apprenticeship Standards and its branch offices.
CONTRACTOR and its subcontractors must keep an accurate certified payroll records
showing the name, occupation, and the actual per diem wages paid to each worker
employed in connection with this Agreement. The record will be kept open at all
reasonable hours to the inspection of the body awarding the contract and to the
Division of Labor Law Enforcement. If requested by CITY, CONTRACTOR
must provide copies of the records at its cost.
6. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work
for all workmen employed in the execution of this contract, and CONTRACTOR and any
subcontractor under it shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1,
Article 3 of the Labor Code of the State of California as amended.
CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for
each laborer, workman or mechanic employed in the execution of the contract, by him or
any subcontractor under it, upon any of the work hereinbefore mentioned, for each
calendar day during which the laborer, worker or mechanic is required or permitted to
labor more than eight (8) hours in violation of the Labor Code.
7. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and
subsistence pay to each worker needed to execute the work required by this Agreement as
such travel and subsistence payments are defined in the applicable collective bargaining
agreements filed in accordance with Labor Code Section 1773.8.
8. CONTRACTOR'S LIABILITY: The City of Hermosa Beach and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its
30
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever.
CONTRACTOR will indemnify Indemnities against and will hold and save
Indemnitees harmless from any and all actions, claims, damages to persons or property,
penalties, obligations or liabilities that may be asserted or claimed by any person, firm,
entity, corporation, political subdivision, or other organization arising out of or in
connection with the work, operation, or activities of CONTRACTOR, its agents,
employees, subcontractors or invitees provided for herein, whether or not there is
concurrent passive negligence on the part of City. In connection therewith:
a. CONTRACTOR will defend any action or actions filed in connection with
any such claims, damages, penalties, obligations or liabilities and will pay
all costs and expenses, including attorneys' fees, expert fees and costs
incurred in connection therewith.
b. CONTRACTOR will promptly pay any judgment rendered against
CONTRACTOR or Indemnitees covering such claims, damages, penalties,
obligations and liabilities arising out of or in connection with such work,
operations or activities of CONTRACTOR hereunder, and
CONTRACTOR agrees to save and hold the Indemnitees harmless
therefrom.
c. In the event Indemnitees are made a party to any action or proceeding filed
or prosecuted against CONTRACTOR for damages or other claims arising
out of or in connection with the work, operation or activities hereunder,
CONTRACTOR agrees to pay to Indemnitees and any all costs and
expenses incurred by Indemnitees in such action or proceeding together
with reasonable attorneys' fees.
Contractor's obligations under this section apply regardless of whether or not such
claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense,
judgment, civil fine or penalty, or liability was caused in part or contributed to by an
Indemnitee. However, without affecting the rights of City under any provision of this
agreement, Contractor shall not be required to indemnify and hold harmless City for
liability attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City active negligence accounts for only a percentage of the liability involved, the
obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
So much of the money due to CONTRACTOR under and by virtue of the contract
as shall be considered necessary by City may be retained by City until disposition has
been made of such actions or claims for damages as aforesaid.
31
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
It is expressly understood and agreed that the foregoing provisions are intended to
be as broad and inclusive as is permitted by the law of the State of California. This
indemnity provision shall survive the termination of the Agreement and is in addition to
any other rights or remedies which Indemnitees may have under the law.
This indemnity is effective without reference to the existence or applicability of
any insurance coverage which may have been required under this Agreement or any
additional insured endorsements which may extend to Indemnitees.
CONTRACTOR, on behalf of itself and all parties claiming under or through it,
hereby waives all rights of subrogation and contribution against the Indemnitees, while
acting within the scope of their duties, from all claims, losses and liabilities arising our of
or incident to activities or operations performed by or on behalf of the CONTRACTOR
regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees.
9. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, CITY will
promptly inform CONTRACTOR regarding third-party claims against CONTRACTOR,
but in no event later than ten (10) business days after CITY receives such claims. Such
notification will be in writing and forwarded in accordance with the “Notice” section of
this Agreement. As more specifically detailed in the contract documents,
CONTRACTOR agrees to indemnify and defend the City against any third-party claim.
10. WORKERS COMPENSATION: In accordance with California Labor Code Sections
1860 and 3700, CONTRACTOR and each of its subcontractors will be required to secure
the payment of compensation to its employees. In accordance with the provisions of
California Labor Code Section 1861, CONTRACTOR, by signing this contract, certifies
as follows: "I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for worker's compensation or to
undertake self-insurance in accordance with the provisions of that code, and I will comply
with such provisions before commencing the performance of the work of this contract.
11. INSURANCE: With respect to performance of work under this contract,
CONTRACTOR shall maintain and shall require all of its subcontractors to maintain
insurance as required in the Builders General Provisions.
12. ASSIGNMENT: This contract is not assignable nor the performance of either party's
duties delegable without the prior written consent of the other party. Any attempted or
purported assignment or delegation of any of the rights of obligations of either party
without the prior written consent of the other shall be void and of no force and effect.
13. INDEPENDENT CONTRACTOR: CONTRACTOR is and shall at all times remain as
to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents
shall have control of the conduct of CONTRACTOR or any of CONTRACTOR'S
employees, except as herein set forth. CONTRACTOR shall not at any time or in any
manner represent that it or any of its agents or employees are in any manner agents or
employees of CITY.
32
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
14. TAXES: CONTRACTOR is responsible for paying all retail sales and use,
transportation, export, import, special or other taxes and duties applicable to, and
assessable against any work, materials, equipment, services, processes and operations
incidental to or involved in this contract. CONTRACTOR is responsible for ascertaining
and arranging to pay them. The prices established in the contract shall include
compensation for any taxes CONTRACTOR is required to pay by laws and regulations in
effect at the bid opening date.
15. LICENSES: CONTRACTOR represents and warrants to CITY that it has all licenses, permits, qualifications, insurance, and approvals of whatsoever nature which are legally required of CONTRACTOR to practice its profession. CONTRACTOR represents and warrants to CITY that CONTRACTOR shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement any licenses, permits, insurance, and approvals which are legally required of CONTRACTOR to practice its profession. CONTRACTOR shall maintain a City of Hermosa Beach business license, if required under CITY ordinance. 16. RECORDS: CONTRACTOR shall maintain accounts and records, including personnel, property, and financial records, adequate to identify and account for all costs pertaining to this Agreement and such other records as may be deemed necessary by CITY or any authorized representative, and will be retained for three years after the expiration of this Agreement. All such records shall be made available for inspection or audit by CITY at any time during regular business hours. 17. SEVERABILITY. If any portion of these contract documents are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 18. WHOLE AGREEMENT: This Agreement supersedes any and all other agreements either oral or written, between the parties and contains all of the covenants and agreements between the parties pertaining to the work of improvements described herein. Each party to this contract acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that any other agreement, statements or promise not contained in this contract shall not be valid or binding. Any modifications of this contract will be effective only if signed by the party to be charged.
17. AUTHORITY: CONTRACTOR affirms that the signatures, titles, and seals set forth
hereinafter in execution of this Agreement represent all individuals, firm members,
partners, joint ventures, and/or corporate officers having a principal interest herein. Each
party warrants that the individuals who have signed this Agreement have the legal power,
right, and authority to make this Agreement and to bind each respective party. This
Agreement may be modified by written amendment. CITY’s city manager may execute any
such amendment on CITY’s behalf.
18. NOTICES: All notices permitted or required under this Agreement shall be in writing,
and shall be deemed made when delivered to the applicable party’s representative as
provided in this Agreement. Additionally, such notices may be given to the respective
parties at the following addresses, or at such other addresses as the parties may provide in
writing for this purpose.
33
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
Such notices shall be deemed made when personally delivered or when mailed forty-eight
(48) hours after deposit in the U.S. mail, first-class postage prepaid, and addressed to the
party at its applicable address.
CITY OF HERMOSA BEACH
1315 Valley Drive
Hermosa Beach, CA 90254
Attention: Mondher Saïed, P.E., Project Manager
CONTRACTOR:
__________________________________________
__________________________________________
Attention: __________________________________ 19 DISPUTES. Disputes arising from this contract will be determined in accordance with the contract documents and Public Contracts Code §§ 10240-10240.13. 20 NON-DISCRIMINATION: No discrimination shall be made in the employment of persons in the work contemplated by this Agreement because of race, religion, color, medical condition, sex, sexual orientation and/or gender identity, national origin, political affiliation or opinion, or pregnancy or pregnancy-related condition. A violation of this section exposes CONTRACTOR to the penalties provided for in Labor Code Section 1735.
21 NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the
exclusive benefit of the Contractor and the City and not for the benefit of any other party.
There will be no incidental or other beneficiaries of any of the Contractor’s or the City’s
obligations under this Contract.
22 TIME IS OF ESSENCE. Time is of the essence for each and every provision of the
Contract Documents.
23 ACCEPTANCE OF FACSIMILE OR EMAIL SIGNATURES. The Parties agree that this
Contract, agreements ancillary to this Contract, and related documents to be entered into
in connection with this Contract will be considered signed when the signature of a party is
delivered by facsimile transmission, or scanned and delivered via email. Such facsimile
or email signature will be treated in all respects as having the same effect as an original
signature.
24 GOVERNING LAW: This Agreement shall be governed by the laws of the State of
California, and exclusive venue for any action involving this Contract will be in Los
Angeles County.
34
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
IN WITNESS WHEREOF, the parties hereto have executed this Agreement with all the formalities required by law on the respective dates set forth opposite their signatures.
State of California
CONTRACTOR'S License No.
CONTRACTOR
_________________ By: ____________________________________________
Date TITLE
CITY OF HERMOSA BEACH, CALIFORNIA
_________________ By: ____________________________________________
Date MAYOR
ATTEST:
By: ____________________________________________
Date CITY CLERK
CONTRACTOR'S Business Phone
Emergency Phone at which CONTRACTOR can be reached at any time: ( )
APPROVED AS TO FORM:
_______________________________________________________________
CITY ATTORNEY
__________________
Date
35
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACT
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
FAITHFUL PERFORMANCE BOND
WHEREAS, the City of Hermosa Beach has awarded to
, hereinafter designated as the "Principal", a Contract for:
PROJECT No.: CIP No. 11-652
TITLE: HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
WHEREAS, said Principal is required under the terms of said Contract to furnish a bond
for the faithful performance of said Contract;
NOW, THEREFORE, we,
as Principal, and
as Surety, are held and firmly bound unto the Owner in the sum of
Dollars ($ ),
this amount being not less than one hundred percent (100%) of the total Contract price,
lawful money of the United States of America, for payment of which sum well and truly
to be made we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents. In case suit is brought upon this bond,
the Surety will pay all court costs and reasonable attorneys’ fees to the City of Hermosa
Beach in an amount to be fixed by the court.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, well and truly keep and perform all the undertakings,
terms, covenants, conditions and agreements in the said Contract and any alteration
thereof, made as therein provided, all within the time and in the manner therein
designated and in all respects according to their true intent and meaning, then this
obligation shall become null and void; otherwise, it shall be and remain in full force and
effect.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration, addition, or modification to the terms of the
Contract, or of the work to be performed thereunder, or the specifications for the same,
shall in any way affect its obligations under this bond, and it does hereby waive notice
of any such change, extension of time, alteration, addition, or modification to the terms
of the Contract or to the work or to the specifications thereunder. Surety hereby waives
the provisions of California Civil Code §§ 2845 and 2849. The City is the principal
beneficiary of this bond and has all rights of a party hereto.
IN WITNESS WHEREOF, three (3) 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 named herein, on the day of
36
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
, 2013, the name and corporate seal of each corporate party being hereto affixed
and these presents duly signed by its undersigned representative pursuant to authority
of its governing body.
Principal
By
Surety
By
Note: This bond must be executed in duplicate and dated, all signatures must be
notarized, and evidence of the authority of any person signing as attorney-in-fact
must be attached.
37
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACT
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PAYMENT BOND
WHEREAS, the City of Hermosa Beach has awarded to
, as Contractor, a contract for the work described as follows:
PROJECT No.: CIP No. 11-652
TITLE: HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
AND WHEREAS, said Contractor is required to furnish a bond in connection with said
contract, to secure the payment of claims of laborers, mechanics, materialmen and
other persons, as provided by law;
NOW, THEREFORE, we, the undersigned Contractor and Surety, are held firmly bound
unto the Owner in the sum of
for which payment well and truly to be made we bind ourselves, our
heirs, executors and administrators, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Contractor, its heirs,
executors, administrators, successors, assigns, or subcontractors shall fail to pay any of
the persons named in Civil Code Section 3181, or amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
contract, or any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of the Contractor
and its subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code, with respect to such work and labor, then the Surety or Sureties herein will pay
for the same in an amount not exceeding the sum specified in this bond, otherwise the
above obligation shall be void. In case suit is brought upon this bond, the said Surety
will pay all court costs and reasonable attorneys’ fees to the plaintiff(s) and City in an
amount to be fixed by the court.
This bond shall inure to the benefit of any of the persons named in Civil Code Section
3181 as to give a right of action to such persons or their assigns in any suit brought
upon this bond.
Further, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition, or modification to the terms of the Contract, or of
the work to be performed thereunder, or the specifications for the same, shall in any
way affect its obligations under this bond, and it does hereby waive notice of such
change, extension of time, alteration, addition, or modification to the terms of the
Contract or to the work or to the specifications thereunder. Surety hereby waives the
provisions of California Civil Code §§ 2845 and 2849.
38
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this
day of 2013.
CONTRACTOR SURETY
Note: This bond must be executed in duplicate and dated, all signatures must be
notarized, and evidence of the authority of any person signing as attorney-in-fact
must be attached.
39
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
CONTRACT
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor
Code, Sections 1860 and 1861:
I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of the work of the Contract.
DATED:
CONTRACTOR
By
Signature
Title
ATTEST:
By
Signature
Title
40
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
INDEMNIFICATION AND HOLD HARMLESS AGREEMENT
AND WAIVER OF SUBROGATION AND CONTRIBUTION
Contract/Agreement/License/Permit No. or description:_________________________________________
____________________________________________________________________________________
Indemnitor(s) (list all names):
To the fullest extent permitted by law, Indemnitor hereby agrees, at its sole cost and expense, to defend,
protect, indemnify, and hold harmless the City of Hermosa Beach and its respective elected officials,
officers, attorneys, agents, employees, volunteers, successors, and assigns (collectively “Indemnitees”)
from and against any and all damages, costs, expenses, liabilities, claims, demands, causes of action,
proceedings, expenses, judgments, penalties, liens, and losses of any nature whatsoever, including fees
of accountants, attorneys, or other professionals and all costs associated therewith (collectively
“Liabilities”), arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or
related to any act, failure to act, error, or omission of Indemnitor or any of its officers, agents, servants,
employees, subcontractors, materialmen, suppliers or their officers, agents, servants or employees,
arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or related to the
above-referenced contract, agreement, license, or permit (the “Agreement”) or the performance or failure
to perform any term, provision, covenant, or condition of the Agreement, including this indemnity provision.
This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive
negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence.
This indemnity provision shall survive the termination of the Agreement and is in addition to any other
rights or remedies which Indemnitees may have under the law. Payment is not required as a condition
precedent to an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment
against an Indemnitee shall be conclusive in favor of the Indemnitee’s right to recover under this indemnity
provision. Indemnitor shall pay Indemnitees for any attorney fees and costs incurred in enforcing this
indemnification provision. Notwithstanding the foregoing, nothing in this instrument shall be construed to
encompass (a) Indemnitees’ sole negligence or willful misconduct to the limited extent that the underlying
Agreement is subject to Civil Code 2782(a), or (b) the contracting public agency’s active negligence to the
limited extent that the underlying Agreement is subject to Civil Code 2782(b). This indemnity is effective
without reference to the existence or applicability of any insurance coverages which may have been
required under the Agreement or any additional insured endorsements which may extend to Indemnitees.
Indemnitor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of
subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all
claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf
of the Indemnitor regardless of any prior, concurrent, or subsequent active or passive negligence by the
Indemnitees. Accountants, attorneys, or other professionals employed by Indemnitor to defend
Indemnitees shall be selected by Indemnitees.
In the event there is more than one person or entity named in the Agreement as an Indemnitor, then all
obligations, liabilities, covenants and conditions under this instrument shall be joint and several.
“Indemnitor”
Name____________________________________ Name_____________________________________
By:______________________________________ By:_______________________________________
Its Its
Page 1 of 3
EXHIBIT A
INSTRUCTIONS FOR COMPLETING, EXECUTING AND SUBMITTING
EVIDENCE OF INSURANCE TO THE OWNER
Insured: Date:
(Contractor, Lessee, Permittee, etc.)
Insured
A. 1. In order to reduce problems and time delays in providing evidence of
insurance to the City, you are requested to give your insurance agent or
broker a copy of the attached Insurance Requirements and endorsement
forms along with these instructions for completing, executing, and
submitting evidence of insurance.
2. If the agreement requires Workers' Compensation coverage and you have
been authorized by the State of California to self-insure Workers'
Compensation, then a copy of the certificate from the State authorizing
self-insurance for Workers' Compensation shall meet the requirements for
Workers' Compensation insurance covering activities within the State of
California.
3. All questions relating to insurance should be directed to the department or
office responsible for your contract, lease, permit, or other agreement.
Insurance Agent or Broker
B. 1. The appropriate Endorsement Form shall be used. No changes in the
terms of the Endorsement will be permitted. Certificates of Insurance
alone will not be accepted by the City.
Page 2 of 3
EXHIBIT A
2. More than one insurance policy may be required to comply with the
insurance requirements. Endorsement forms appropriate to your
insured's contract, lease or permit are checked below and enclosed.
( ) Workers' Compensation/Employers Liability
( ) General Liability
( ) Automobile Liability
( ) Excess/umbrella Liability
( ) Professional Liability
( ) Property insurance
( ) Fine Arts Property Insurance
3. You shall have an authorized representative of the insurance company
sign the completed endorsement forms, note his phone number at the
bottom of page 2 and have said representative transmit the forms to the
City. Signatures must be originals as the City will not accept facsimile
(rubber stamp, photocopy, etc.) or initialed signatures.
4. The name of the Insurance Company underwriting the coverage and its
address shall be noted on page 2 of the endorsement form.
5. The "General description of agreement(s) and/or activity(ies) insured"
shall include reference to the activity and/or to either the specific City
contract number, lease number, permit number or construction approval
number.
6. The coverages and limits for each type of insurance are specified in the
attached sheet of insurance requirements. When coverage is on a
scheduled basis, then a separate sheet is to be attached to the
endorsement listing such scheduled locations, vehicles, etc., so covered.
7. Endorsements to excess policies will be required when primary insurance
is insufficient in complying with the City's requirements.
Page 3 of 3
EXHIBIT A
8. If there is insufficient space on the form to note pertinent information,
such as inclusions, exclusions or specific provisions, etc., a separate
sheet may be attached.
9. When additional sheets are attached, change the number of pages at the
bottom of the form.
10. Completed Endorsement(s) and questions relating to the required
insurance are to be directed to:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
11. Improperly completed Endorsements will be returned to your insured for
correction by an authorized representative of the insurance company.
12. DELAY IN SUBMITTING PROPERLY COMPLETED ENDORSEMENT
FORMS MAY DELAY YOUR INSURED'S INTENDED OCCUPANCY OR
OPERATION UNDER AGREEMENT WITH THE OWNER.
13. For extensions or renewals of insurance policies which have the City's
Endorsement Form(s) attached, the City will accept a copy of the
endorsement (with an original signature) to extend the period of coverage
as evidence of continued coverage.
Page 1 of 2
EXHIBIT B
GENERAL COMPREHENSIVE LIABILITY
ADDITIONAL INSURED ENDORSEMENT
NAME OF ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
Notwithstanding any inconsistent statement in the policy to which this endorsement is
attached or in any endorsement now or hereafter attached thereto, it is agreed as
follows:
1. That the City of Hermosa Beach and its or their elected officials, officers,
agents and employees are insureds thereunder in relation to those
activities described generally above with regard to operations performed
by or on behalf of the named insured.
2. Such insurance shall be primary, and not contributing with any other
insurance maintained by the City.
3. The policy to which this endorsement is attached shall apply separately to
each insured against whom claim is made or suit is brought except with
respect to the limits of the company's liability.
4. The policy to which this endorsement is attached shall not be subject to
cancellation, change in coverage, reduction of limits or non-renewal
except after written notice to Risk Management, City of Hermosa Beach,
by certified mail, return receipt requested, not less than thirty (30) days
prior to the effective date thereto.
CANCELLATION NOTICE AND ENDORSEMENT TO BE SENT TO:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
Page 2 of 2
EXHIBIT B
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY
Scheduled items or locations are to be identified on an attached sheet.
The following inclusions relate to the above coverages includes:
( ) Premises & Operations ( ) Explosion Hazard
( ) Contractual Liability ( ) Collapse
( ) Independent Contractors ( ) Underground Hazard
( ) Products/Completed Operations ( ) Personal Injury
( ) Broad Form Property Damage ( )
( ) Broad Form Liability Endorsement
A deductible or self-insured retention (strike out one) of
applies to coverage.
DEDUCTIBLE APPLIES PER CLAIM , PER OCCURRENCE .
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
Page 1 of 2
EXHIBIT C
AUTOMOBILE LIABILITY
ADDITIONAL INSURED ENDORSEMENT
NAME OF ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
Notwithstanding any inconsistent statement in the policy to which this endorsement is
attached or in any endorsement now or hereafter attached thereto, it is agreed as
follows:
1. That the City of Hermosa Beach and its or their elected officials, officers,
agents and employees are insureds thereunder in relation to those
activities described generally above with regard to operations performed
by or on behalf of the named insured.
2. Such insurance shall be primary, and not contributing with any other
insurance maintained by the City.
3. The policy to which this endorsement is attached shall apply separately to
each insured against whom claim is made or suit is brought except with
respect to the limits of the company's liability.
4. The policy to which this endorsement is attached shall not be subject to
cancellation, change in coverage, reduction of limits or non-renewal
except after written notice to Risk Management, City of Hermosa Beach,
by certified mail, return receipt requested, not less than thirty (30) days
prior to the effective date thereto.
CANCELLATION NOTICE AND ENDORSEMENT TO BE SENT TO:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
Page 2 of 2
EXHIBIT C
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY
Scheduled items or locations are to be identified on an attached sheet.
The following are covered by the policy:
( ) Owned Automobiles ( ) Owned, Non-owned and Hired Automobiles
( ) Non-owned Automobiles
( ) Hired Automobiles
A deductible or self-insured retention (strike out one) of
applies to coverage.
DEDUCTIBLE APPLIES PER CLAIM , PER OCCURRENCE .
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
Page 1 of 2
EXHIBIT D
WORKERS' COMPENSATION/EMPLOYERS LIABILITY
SPECIAL CANCELLATION NOTICE ENDORSEMENT
NAME AND ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
This policy shall not be subject to cancellation except after notice in writing shall have
been sent not less than thirty (30) days prior to the effective date thereof by certified
mail, return receipt requested, addressed to Risk Management, City of Hermosa Beach,
1315 Valley Dr., Hermosa Beach, CA 90254.
The company agrees to waive all rights of subrogation against the City and its or their
elected officials, officers, agents and employees.
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY
Workers' Compensation Statutory
Page 2 of 2
EXHIBIT D
Employers Liability
The following are included in the above coverages:
( ) Broad Form All States Endorsement
( ) Voluntary Compensation Endorsement
( )
( )
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
Page 1 of 2
EXHIBIT E
EXCESS LIABILITY INSURANCE
ADDITIONAL INSURED ENDORSEMENT
NAME AND ADDRESS OF INSURED:
General description of agreement(s) and/or activity(ies) insured:
Notwithstanding any inconsistent statement in the policy to which this endorsement is
attached or in any endorsement now or hereafter attached thereto, it is agreed as
follows:
1. That the City of Hermosa Beach and its or their elected officials, officers,
agents and employees are insureds thereunder in relation to those
activities described generally above with regard to operations performed
by or on behalf of the named insured.
2. Such insurance shall be primary, and not contributing with any other
insurance maintained by the City.
3. The policy to which this endorsement is attached shall apply separately to
each insured against whom claim is made or suit is brought except with
respect to the limits of the company's liability.
4. The policy to which this endorsement is attached shall not be subject to
cancellation, change in coverage, reduction of limits or non-renewal
except after written notice to Risk Management, City of Hermosa Beach,
by certified mail, return receipt requested, not less than thirty (30) days
prior to the effective date thereto.
CANCELLATION NOTICE AND ENDORSEMENT TO BE SENT TO:
Risk Management
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
(310) 318-0202
Except as stated above and not in conflict with this endorsement, nothing contained
herein shall be held to waive, alter or extend any of the limits, agreements, or
exclusions of the policy to which this endorsement is attached.
Endorsement Effective Policy No.
No. Date
Page 2 of 2
EXHIBIT E
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM TO LIABILITY AMOUNT EXCESS OF
Excess Liability
( ) Following Form
( ) Umbrella Liability
( ) Other
Applicable underlying coverages
Insurance Company Policy No. Amount
The following inclusions, exclusions, extensions or specific provisions relate to the
above coverages:
A deductible or self-insured retention (strike out one) of $
applies to coverages not included in underlying policies.
DEDUCTIBLE APPLIES PER CLAIM , PER OCCURRENCE .
INSURANCE COMPANY
ADDRESS:
I, , (print name) hereby declare under penalty of
perjury, under the laws of the State of California, that I have the authority to bind the
above-named insurance company to this endorsement and by my execution hereof, do
so bind said company.
Signature of Authorized Representative (Original Signature
only; No facsimile signature or initialed signature accepted)
Executed at , on , 20__.
Phone No.: ( )
i
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
SPECIAL PROVISIONS
The following Special Provisions supplement and amend the "Standard Specifications
for Public Works Construction" (Green Book). As a reference they have been arranged
into a sequence which parallels the arrangement of the Standard Specifications.
ii
SPECIAL PROVISIONS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
TABLE OF CONTENTS
Page No.
PART 1 – GENERAL PROVISIONS SP-1
PREFACE: STANDARDS SPECIFICATIONS AND
STANDARD DRAWINGS SP-1
Section 1: Definitions SP-1
Section 2: Scope of Control of the Work SP-2
2-1 Award and Execution of Contract SP-2
2-1.1 Proposal SP-2
2-1.2 Examination of Plans, Specification SP-3
and Project Site
2-1.3 Interpretation of Drawings and Documents SP-3
2-1.4 Award of Contract SP-3
2-1.5 Execution of Contract SP-4
2-1.6 Return of Proposal and Guarantee SP-5
2-5.2 Precedence of Contract Documents SP-5
2-5.3.3 Submittals SP-5
2-9.1 Permanent Survey Markers SP-5
2-9.3 Survey Service SP-6
Section 3: Changes in Work SP-6
3-3.2.2 Basis for Establishing Costs SP-6
3-3.2.3 Markup SP-7
3-5 Disputed Work SP-7
3-5.1 Retention of Imperfect Work SP-7
Section 6: Prosecution, Progress and Acceptance of the Work SP-8
6-1 Construction Schedule and SP-8
Commencement of Work
6-7.2 Working Day SP-9
6-8 Completion and Acceptance SP-9
6-9 Liquidated Damages SP-9
iii
Section 7: Responsibilities of the Contractor SP-10
7-1 Contractor’s Equipment and Facilities SP-10
7-1.1 Contractor’s Responsibility for Work SP-10
7-1.2 Notice and Service Thereof SP-10
7-1.3 Warranty of Title SP-11
7-2 Labor SP-11
7-2.2 Laws SP-11
7-3 Liability Insurance SP-12
7-5 Permits SP-13
7-6 The Contractor’s Representative SP-14
7-9 Protection and Replacement of Existing SP-14
Improvements
7-10 Public Convenience and Safety SP-14
7-10.1 Traffic and Access SP-14
7-10.3 Street Closures, Detours, Barricades SP-15
7-10.4.4 Edison Energized Conductors SP-17
7-10.4.5 Emergency Provisions SP-17
Section 9 Measurement and Payment SP-17
9-3.2 Partial and Final Payment SP-17
9-3.5 Work Performed Without Direct Payment SP-18
Section 10 Additional Special Provisions SP-18
10-1 Legal Relations and Responsibilities SP-18
10-1.1 Laws to be Observed SP-18
10-2 Fair Employment Practice Commission SP-20
Certification
TABLE OF CONTENTS – continued Page No
NOIN No.
SP-1
SPECIAL PROVISIONS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
PART 1 – GENERAL PROVISIONS
PREFACE: STANDARD SPECIFICATIONS AND STANDARD DRAWINGS
The Standard Specifications for Public Works Construction written and promulgated by
the Southern California Chapter of the American Public Works Association and the
Southern California Districts of the Associated General Contractors of California shall be
the Standard Specifications of the Owner. All work shall conform to the latest edition,
including supplements, of the Standard Specifications, these Special Provisions which
supplement or modify the Standard Specifications, and the Standard Drawings as
issued by the City available at the time bids are opened unless otherwise specified in
the Contract Documents.
The above referenced Standard Specifications, Special Provisions and Standard
Drawings are hereby made a part of the Contract Documents.
For the convenience of the Contractor, the section and subsection numbering system
used in these Special Provisions corresponds to that used in the Standard
Specifications.
Section 1 Terms, Definitions, Abbreviations and Symbols
Section 1-2 Definitions
Whenever in the Standard Specification in the following terms are used, they shall be
understood to mean and refer to the following:
(a) BOARD The City Council of the City of Hermosa Beach
(b) CONTRACT Documents including but not limited to the proposed
DOCUMENTS forms, Special Provisions, Technical Provisions,
Bonds, Insurance, Contract and all Addenda setting
forth any modifications of the documents.
(c) ENGINEER The Director of Public Works/City Engineer or his
authorized representative.
(d) BIDDER An individual, co-partnership, association or
corporation submitting a proposal for the work
contemplated, acting directly or through a duly
authorized representative.
SP-2
(e) LEGAL ADDRESS The legal address of the Contractor to be the address
OF CONTRACTOR given on the Contractor’s bid and is hereby
designated as the place to which all notices, letters or
other communications to the Contractor shall be
mailed or delivered.
(f) LABORATORY An established laboratory approved and authorized by
the Engineer for testing materials and work involved
in the contract.
Section 2 Scope and Control of the Work
Section 2-1 Award and Execution of Contract
Section 2-1.1 Proposal
The following is in addition to the provision of Section 2-1:
The proposal shall be fully executed and submitted on the forms provided by the City
and shall be enclosed in a sealed envelope marked and addressed as directed in the
“Notice Inviting Bids”.
If the proposal is made by an individual, it shall be signed and his or her full name and
address shall be given; if it is made by a firm it shall be signed with co-partnership name
by a general partner thereof, who shall also sign his or her known name, and the name
and address of each member of such co-partnership shall be given; if made by a
corporation, the name of the corporation shall be signed by its duly authorized officers
and attested by the corporate seal.
Bidders are warned against making erasures or alterations of any kind on their
Proposal. Proposals which contain omissions, erasures, alterations, conditions or
additions not called for may be rejected.
At the time the Contract is awarded by the City, the Contractor shall be licensed under
the provisions of Chapter 9, Division 3, of the Business and Professions Code of the
State of California to do the type of work contemplated in the Contract and shall be
skilled and regularly engaged in the general class or type of work required by this
Contract.
Section 2-1.2 Examination of Plans, Specifications and Project Site
The following is in addition to the provisions of Section 2-1:
SP-3
Bidders shall read the specifications, examine the drawings and make their own
estimates of the existing facilities and difficulties which will attend the execution of the
work called for by the proposed contract, including local condition, uncertainty of
weather and all other contingencies.
Bidders shall satisfy themselves by personal examination of the locations of the
proposed work, and by such other means as they may choose as to actual conditions
and requirements and as to the accuracy of the quantities stated in the Proposal forms.
Information derived from the maps, plans, specifications, profiles, or drawings, or from
the Engineer or his assistants (or the Architects or their assistants), shall not relieve the
bidder of this responsibility, and the interpretation of the data disclosed by borings or
other preliminary investigations is not guaranteed nor is any liability assumed by the
City.
Section 2-1.3 Interpretation of Drawings and Documents
The following is in addition to the provisions of Section 2-1:
If a prospective bidder is in doubt as to the true meaning or intent of any part of the
Contract Documents including the Specifications, or discovers discrepancies in, or
omissions from, the Specifications or Drawings, he may submit to the Engineer a written
request for an interpretation or a correction thereof. Interpretations or corrections of the
Contract Documents including the Specifications and Drawings, shall be made only by
addendum duly issued by the Engineer, and a copy of such addendum will be sent by
certified mail, postage prepaid, or delivered to each person receiving a set of the
Contract Documents whose address is known to the Engineer and such addendum
shall be considered a part of and incorporated in the Contract Documents.
Section 2-1.4 Award of Contract
The following is in addition to the provisions of Section 2-1:
After the Proposals have been publicly opened and read aloud, they will be checked for
accuracy and compliance with all provisions as specified herein.
The City reserves the right to reject any or all bids and to waive any informality or
irregularity in any bid received and to be the sole judge of the merits of the respective
bids received.
Award of the Contract, if it be awarded, will be made by the Owner within 30 days after
opening of the bids. Award will be made to the lowest responsible bidder.
In selecting the lowest responsible bidder, consideration will be given to the general
competency of the bidder for the performance of the work covered by the proposal. To
receive favorable consideration, a bidder may be required to present evidence that he
has successfully performed similar work of comparable magnitude or submit other
SP-4
evidence satisfactory to the City that he or his associates are personally competent to
manage the proposed undertaking and to carry it forward to a successful conclusion.
Professional integrity and honesty of purpose shall be essential requirements. A
showing of adequate financial resources may be required but will not alone determine
whether a bidder is competent to undertake the proposed work.
Only manufacturers or contractors of established reputation, or their duly authorized
dealers or agency, having proper facilities for the manufacture of the materials or
equipment and for servicing same, or for proper execution of the work called for in the
contract, will be considered in making the award.
Section 2-1.5 Execution of Contract
The following is in addition to the provisions of Section 2-1:
A bidder whose proposal is accepted shall properly sign a written contract with the City
on the form attached hereto and return said contract together with good and approved
bonds and insurance certificates as required by the Contract Documents within twenty-
one (21) calendar days from the date of the mailing of a notice from the City to the
bidder, according to the address given by him, of acceptance of his proposal. Contract
bonds and certificates of insurance, if required, shall be filed in all instance before
delivering any equipment, materials or performing any work under the contract; also
before any purchase order shall be issued. An executed Power of Attorney form shall
be submitted with all contract bonds herein specified.
If a bidder whose proposal is accepted fails or refuses to enter into a contract as herein
provided, or to conform to any stipulated requirement in connection therewith, the
money represented by his check or bidder’s bond shall be refunded less the difference
between the low bid and the bid of the bidder with whom the City enters into an
agreement in accordance with the provisions of the Public Contracts Code Section
20174. At the discretion of the City an award may be made to the bidder whose
proposal is next most acceptable to the City, and such bidder and his surety shall fulfill
every stipulation embraced herein as if he were the party to whom the first award was
made.
A corporation to which an award is made may be required before the contract is finally
signed to furnish evidence of its corporate existence, of its right to do business in
California and of the authority of the officer signing the contract and bonds for the
corporation to so sign.
Section 2-1.6 Return of Proposal and Guarantee
The following is in addition to the provisions of Section 2-1:
The check or bond of a bidder to whom the contract has been awarded will be returned
to him after all of the acts, for the performance of which said security is required, have
SP-5
been fully performed. The checks or bid bonds of the second and third lowest bidders
will be returned when the bidder to whom the contract has been awarded has properly
executed all of the required Contract Documents. Check or bid bonds of other bidders
will be returned when their proposals are rejected or in any event at the expiration of
forty-five (45) days from the date of opening bids.
Section 2-5.2 Precedence of Contract Documents
The following supersedes the provisions of Section 2-5.2:
The order of precedence of contract documents shall be:
FIRST Agreement
SECOND Special Provisions
THIRD Standard Specifications
Section 2-5.3.3 Submittals
The following is in addition to the provisions of Section 2-5.3.3:
The Contractor shall submit the following submittals within 15 days of notification of the
City’s intent to award this contract:
Work Schedule
Material Data (catalog sheets) and Samples (where applicable)
Resident and Business Notification Letter
Best Management Practices Plan
Traffic Control Plan
The City will review and respond to all submittals within ten working days of receipt.
Section 2-9.1 Permanent Survey Markers
The following is in addition to the provisions of Section 2-9.1:
The Contractor is required to locate and tie out survey monuments in the project area
prior to construction involving street and highways, and to file with the County Surveyor
a Corner Record of any such work. Prior to the issuance of a completion certificate, the
Contractor is required to file a Corner Record for survey monumentation that is
replaced. All such survey work shall be performed under the supervision of a California
licensed Land Surveyor or a Civil Engineer authorized to perform such work.
The Contractor shall provide the City a copy of the office calculations and documents
submitted to the County for filing in connection with the aforementioned work.
SP-6
The payment for surveying, related professional services, office calculation, furnishing
all labor, materials, equipment, tools and incidentals, and for doing all work involved
shall be considered as included in the various items of work, and no additional
compensation will be allowed therefor.
Section 2-9.3 Survey Service
The following supersedes the provisions of Section 2-9.3:
Unless otherwise provided in the Technical Provisions, lines and grades for construction
shall be the responsibility of the Contractor, with the following provisions:
All work under this contract shall be built in accordance with the lines and grades shown
on the plans. Field survey for establishing these, and for the control of construction,
shall be the responsibility of the Contractor. All such surveys, including construction
staking, shall be performed on all items ordinarily requiring grade and alignment, at
intervals normally accepted by the agencies and trade involved.
The Contractor shall provide a copy of the office calculations and grade sheets to the
City’s Inspector. The Contractor shall be responsible for any error in the finished work,
and shall notify the Engineer within 24 hours of any discrepancies or design errors
discovered during staking.
Unless a separate bid item is provided, the payment for surveying, construction staking,
professional services, office calculations, furnishing all labor, materials, equipment, tools
and incidentals, and for doing all work involved shall be considered as included in the
various items of work, and no additional compensation will be allowed therefor.
Section 3 Changes in Work
Section 3-3.2.2 Basis for Establishing Costs
Section 3-3.2.2 shall be changed as follows:
(a) Labor. The costs of labor will be the actual cost for wages of workers
performing the extra work at the time the extra work is done, plus the employer
payments of payroll taxes, health and welfare, pension, vacation, apprenticeship funds,
and other direct costs, resulting from Federal, State, or local laws, as well as
assessments or benefits required by collective bargaining agreements.
Section 3-3.2.3 Markup
Section 3-3.2.3 shall be changed as follows:
SP-7
(a) Work by Contractor. An allowance for overhead and profit shall be added to the
Contractor’s costs as determined under 3-3.2.2 and shall constitute the full and
complete markup for all overhead and profit on extra work performed by the
Contractor. The Contractor shall also be compensated for the actual increase in
the Contractor’s bond premium caused by the extra work. Equipment rates shall
be determined utilizing the latest published Caltrans equipment rates. For costs
determined under each subsection in 3-3.2.2, the markup shall be:
(a) Labor 20%
(b) Materials 15%
(c) Tool and Equipment Rental 15%
(d) Other Items 15%
(b) Work by Subcontractor. When any of the extra work is performed by a
Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the
Subcontractor’s costs as determined under 3-3.2.2. An allowance for the
Contractor’s overhead and profit shall be added to the sum of the
Subcontractor’s costs and markup and shall constitute the full and complete
markup for all overhead and profit for the Contractor on work by the
Subcontractor. For Contractor markup of Subcontractor’s costs, the allowance
shall be 10% on the first $2,000 or portion thereof, and 5% on costs in excess of
$2,000.
Section 3-5 Disputed Work
Section 3-5.1 Retention of Imperfect Work
The following is in addition to the provisions of Section 3-5:
If any portion of the work done or materials furnished under the contract proves
defective or not in accordance with the specifications and contract drawings, and if the
imperfection in the same is not of sufficient magnitude or importance to make the work
dangerous or undesirable, or if the removal of such work is impracticable or will create
conditions which are dangerous or undesirable in the opinion of the Engineer, the
Engineer shall have the right and authority to retain the work instead of requiring it to be
removed and reconstructed, but he shall make such deductions therefor in the payment
due the Contractor as may be just and reasonable.
Section 6 Prosecution, Progress and Acceptance of the Work
Section 6-1 Construction Schedule and Commencement of Work
The following is in addition to the provisions of Section 6-1:
The Contractor’s proposed construction schedule shall be submitted to the Engineer
within ten (10) working days after the date of the Notice of Contract Approval. The
SP-8
schedule shall be supported by written statements from each supplier of materials or
equipment indicating that all orders have been placed and acknowledged, and setting
forth the dates that each item will be delivered.
Prior to issuing the Notice to Proceed, the Engineer will schedule a preconstruction
meeting with the Contractor to review the proposed construction schedule and delivery
dates, arrange utility coordination, discuss construction methods and clarify inspection
procedures.
The names, addresses and telephone numbers of the Contractor and subcontractors, or
their representatives, shall be filed with the Public Works Manager and the County
Sheriff’s Department or the City Police Department prior to beginning work.
The Contractor shall also notify the City of Hermosa Beach and the owners of all utilities
and substructures not less than 48 hours prior to starting construction. The following
utility companies list of names and telephone numbers is intended for the convenience
of the contractor and is not guaranteed to be complete or correct:
Southern California Edison Co. Scott Gobble 310-783-9393
Southern California Gas Co. Bill Stevens 310-605-7837
Verizon Diego Mederos 310-264-5681
Hermosa Beach Police & Fire Dispatch 310-524-2750
Time Warner (Cable TV) Scott Benson 310-420-6042
California Water Service Co. Robert Olsen 310-257-1428
Underground Service Alert 800-227-2600
Los Angeles County Flood Control 310-861-0316
Los Angeles County Public Works Brian Mossberg 626-458-3122
Los Angeles Sanitary District 626-300-4624
City of Hermosa Beach Homayoun Behboodi 310-318-0212
he Contractor shall submit periodic Progress Reports to the Director of Public Works by
the tenth day of each month. The report shall include an updated Construction
Schedule. Any deviations from the original schedule shall be explained. Progress
payments will be withheld pending receipt of any outstanding reports.
Section 6-7.2 Working Day
The following is in addition to the provisions of Section 6-7:
SP-9
The Contractor’s working hours shall be limited to the hours between 8:00 A.M. and
5:00 P.M., Monday through Friday. Deviation from normal working hours will not be
allowed unless written permission has been duly obtained beforehand from the office of
the City Engineer. The Contractor shall provide adequate light for proper prosecution of
the work, for the safety of the workmen and the public, and for proper inspection.
In the event of either a requested or emergency deviation, inspection service fees will
be charged against the Contractor. The service fees will be calculated at overtime rates
including benefits, overhead and travel time. The service fees will be deducted from
any amounts due to the Contractor.
The following days are considered holidays, and no work will be allowed on the
project. Any work not completed and fully open to public traffic shall be
maintained in a safe and delineated condition. Traffic control and safety devices
shall be maintained at all times.
Veteran’s Day Nov 11
Holiday week between December 25 through January 1
Martin Luther King Jr. Day January 21
Presidents Day February 18
Independence Day July 4
Section 6-8 Completion and Acceptance
The following is in addition to the provision of Section 6-8:
In addition to the guarantees as required in Section 2-4 of the Standard Specifications,
the Faithful Performance Bond shall remain in full force and effect for a period of one
year after acceptance of the work by the Owner to insure that defects, which appear
within said period, will be repaired, replaced, or corrected by the Contractor, at his own
cost and expense, to the satisfaction of the Engineer within thirty (30) days after written
notice thereof by the City.
Section 6-9 Liquidated Damages
The following is in addition to the provisions of Section 6-9:
The amount of liquidated damages is hereby amended to $500 for each consecutive
calendar day.
Section 7 Responsibilities of the Contractor
Section 7-1 Contractor’s Equipment and Facilities
Section 7-1.1 Contractor’s Responsibility for Work
SP-10
The following is in addition to the provisions of Section 7-1:
Until the formal acceptance of the work by the City, the Contractor shall have the charge
and care thereof and shall, subject to the insurance protection furnished in accordance
with 7-3 hereof, bear the risk of accident, loss or damage to any part thereof by action of
the elements or from any other cause, whether arising from the execution or from the
non-execution of the work. The Contractor shall rebuild, repair, restore and otherwise
correct damages to any portion of the work occasioned by any of the above causes
before its acceptance.
In case of suspension of work from any cause whatever, the Contractor shall be
responsible for all materials and the proper temporary storage thereof.
Section 7-1.2 Notice and Service Thereof
Any notice required or given by one party to the other under the contract shall be in
writing and shall be dated and signed by the party giving such notice or by a duly
authorized representative of such party. Any such notice shall not be effective for any
purpose whatever unless served in the following manner:
Notice shall be given to the City by personal delivery thereof to the City’s Engineer or by
depositing the same in the United States mail enclosed in a sealed envelope, registered
and with postage prepaid, addressed to:
Public Works Department
City of Hermosa Beach
1315 Valley Dr.
Hermosa Beach, CA 90254
Notice shall be given to the Contractor by personal delivery thereof to said Contractor or
to his authorized representative at the site of the project, or by depositing the same in
the United States mail, enclosed in a sealed envelope addressed to said Contractor at
the address established for the conduct of the work under this Contract, postage
prepaid and registered.
Notice shall be given to the Surety, or any other person, by personal delivery to said
Surety or other person, or by depositing the same in the United States Mail, enclosed in
a sealed envelope addressed to such Surety or persons at the address of said Surety or
persons last communicated to the party giving the notice, postage prepaid and
registered.
Section 7-1.3 Warranty of Title
No materials, supplies or equipment for the work under this Contract shall be purchased
subject to any chattel mortgage or under a conditional sale contract or other agreement
SP-11
by which an interest therein or any part thereof is retained by the seller or supplier. The
Contractor warrants clear and good title to all materials, supplies and equipment
installed and incorporated in the work, and agrees upon completion of all work to deliver
the premises, together with all improvements and appurtenances constructed or placed
thereon by him to the City free from any claims, liens, encumbrances or charges, and
further agrees that neither he nor any person, firm or corporation furnishing any material
or labor for work covered by the Contract shall have any right to a lien upon the
premises or any improvement or appurtenance thereon; provided, that this shall not
preclude the Contractor from installing metering devices or other equipment of utility
companies the title of which is commonly retained by the utility company. Nothing
contained in this section, however, shall defeat or impair the right of such persons
furnishing materials or labor under any bond given by the Contractor for their protection,
or any right under any law permitting such persons to look to funds due the Contractor,
which are in the hands of the City. The provisions of this section shall be inserted in all
subcontractor’s and material contracts, and notice of its provisions shall be given to all
persons furnishing materials for the work when no formal contract is entered into
regarding such materials.
Section 7-2 Labor
Section 7-2.2 Laws
The following is in addition to the provisions of Section 7-2.2:
Each bidder must submit with the Bid Proposal a fully executed Certificate of Non-
Discrimination by Contractors. Bids will not be considered unless accompanied by the
completed Certificate.
After the opening of bids and the determination of the low bidder, said low bidder shall
submit to the Public Works Department, no later than 5:00 P.M. on the third working day
following the bid opening, a completed “Fair Employment Practices Contractor
Compliance Report”.
The Contractor shall comply with all applicable provisions of Sections 1776, 1777.5 and
1777.7 of the California Labor Code. The Contractor shall be responsible for
compliance with Section 1776 and shall insert a provision in all subcontracts requiring
subcontractors to comply with said section.
The Contractor is prohibited from performing work on this project with a subcontractor
who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of
the Labor Code.
Section 7-3 Liability Insurance
The following supersedes the provisions of Section 7-3:
SP-12
The Contractor shall, at its expense, maintain in effect all times during the performance
of work under the Contract not less than the following coverage and limits of insurance,
which shall be maintained with insurers licensed to sell insurance in the State of
California and having a “A-“or higher rating in the latest edition of Best’s Insurance
Guide, and shall be subject to approval by the City’s Risk Manager:
Workers’ Compensation and Employer’s Liability
Workers’ Compensation – coverage as required by law
Employer’s Liability – limits of at least $100,000 per occurrence
Comprehensive General Liability
Combined Single Limit - $1,000,000
Automobile Liability
Combined Single Limit - $1,000,000
The automobile and general comprehensive liability policies may be combined in a
single policy with a combined single limit of $1,000,000.
All of the Contractor’s policies shall contain an endorsement providing written notice
shall be given to the City at least 30 calendar days prior to termination, cancellation or
reduction of coverage in the policy
The Bodily Injury and Property Damage Liability policies shall contain the following:
1. An endorsement extending coverage to the City as an insured, in the
same manner as the named insured as respects liabilities arising out of
the performance of any work under the Contract. Such insurance shall be
primary insurance as respects the interest of the City, and any other
insurance maintained by the City shall be excess and not contributing
insurance with the insurance required hereunder.
2. “Severability of Interest” clause.
3. Elimination of any exclusion regarding loss or damage to property caused
by explosion or resulting from collapse of buildings or structures or
damage to property underground, commonly referred to by insurers as the
“XCU” hazards.
4. Provision or endorsement stating that such insurance, subject to all of its
other terms and conditions, applies to the liability assumed by the
Contractor under the Contract.
SP-13
Promptly on execution of the Contract, and prior to commencement of any work, the
Contractor shall deliver to the City copies of all required policies and endorsements
thereto on the forms supplied by the City.
The Contractor shall require and verify similar insurance on the part of its
Subcontractors.
The foregoing requirements as to the types, limits and City approval of insurance
coverage to be maintained by the Contractor are not intended to and shall not in any
manner limit or qualify the liabilities and obligation assumed by the Contractor under the
Contract.
Any policy or policies of insurance that the Contractor or his Subcontractors elects to
carry as insurance against loss or damage to their construction equipment and tools or
other personal property used in fulfillment of this contract shall include a provision
waiving the insurer’s right of subrogation against the City.
The cost of all insurance shall be included in the contractor’s bid.
Instructions for completing the required endorsements and forms therefor are attached
to these Special Provisions as Exhibits A-E.
Section 7-5 Permits
The following is in addition to the provisions of Section 7-5:
Prior to beginning work, the Contractor shall coordinate access routes and obtain
authorization and permits from the City of Hermosa Beach and any adjacent or affected
private property owners. The Contractor will be responsible to protect and preserve all
property and improvements in accordance with Section 7-9 of SSPWC.
The Contractor must have or obtain a valid City of Hermosa Beach Business License in
accordance with the provisions of the Hermosa Beach Municipal Code.
All work shall comply with the applicable sections of the Special/Additional
Conditions of Approval of the Coastal Development Permit as well as the Water
Quality Certification (refer to Appendices “C” and “D” of the Standard
Specifications).
In addition, The Contractor must obtain the following Encroachment Permits:
City Encroachment Permit
A City Encroachment Permit is required to work within public right-of-way and will be
issued at no cost to the Contractor.
SP-14
Other Encroachment Permits
When work occurs in the right-of-way of other entities, the Contractor shall obtain and
pay, as required, for an encroachment permit from that entity.
Section 7-6 The Contractor’s Representative
The following is in addition to the provisions of Section 7-6:
The Contractor shall furnish the Engineer with the name, address and business and
home telephone numbers of the person responsible for the maintenance of barricades,
traffic control signs, lights and other safety devices.
Section 7-9 Protection and Replacement of Existing Improvements
The following is in addition to the provisions of Section 7-9:
The Contractor shall protect in place existing landscaping, walls, planters, buildings and
other improvements.
Section 7-10 Public Convenience and Safety
The following is in addition to the provisions of Section 7-10:
Prior to construction, homeowners as well as adjacent and affected businesses
within 100 feet of the project site shall be notified of the anticipated date of
commencement and construction schedule.
Section 7-10.1 Traffic and Access
The following is in addition to the provisions of Section 7-10.1:
The Contractor shall provide temporary “No Parking” and all other signs which are
necessary for the safe and orderly conduct of vehicular and pedestrian traffic as
directed by the Engineer and as specified herein. He shall also provide a barricaded
area in the parking lane for pedestrian traffic during such time as the parkway is unfit to
be used for pedestrian traffic. Parking restrictions shall be posted on site 48 hours in
advance of any closure.
At such times as driveways are inaccessible due to the Contractor’s work they shall be
blocked by two (2) Class II barricades or one (1) Class II barricade and two (2)
delineators. Driveways that are ramped or planked for temporary access shall be
provided with a barricade or delineator at each side. The Contractor shall give 24-hour
notice to affected property owners prior to blocking any driveway.
SP-15
The Contractor shall provide access for refuse collection on the regularly scheduled
days. He shall also facilitate or assist in the collection where such work is hampered by
his operations.
The Contractor shall refer to the special conditions of the Coastal Development
Permit and coordinate the Construction Staging and Access Plan with the
Engineer.
Section 7-10.3 Street Closures, Detours, and Barricades
The following is in addition to Section 7-10.3:
The Contractor shall submit traffic control and Best Management Practices Plans and
obtain approval from the engineer prior to construction.
The Contractor shall notify City, fire, police, and utilities of planned work 48 hrs in
advance of construction.
The Contractor shall not close any street within the City of Hermosa Beach without first
obtaining the approval of the Engineer. Barricading, traffic control and detour diagrams
in connection with street closures shall be submitted by the contractor as required by
the Engineer.
The Contractor shall provide and install barricades, delineators, warning devices and
construction signs in accordance with the APWA work area traffic control (“WATCH”)
handbook. During adverse weather or unusual traffic or working conditions additional
traffic devices shall be placed as directed by the Engineer. All traffic signs and devices
shall also conform to the APWA work area traffic control (“WATCH”) handbook.
The Contractor shall provide and maintain Type II barricades along excavation edges
parallel to the flow of traffic at a spacing of twenty-five feet. Type II barricades mounted
with flashers shall be installed around work areas in parkways. Type II barricades shall
have alternating reflective orange and reflective white stripes at an angle of 45 degrees.
The strip width shall be in accordance with Table 5-1 “Barricade Characteristics”
“Manual of Traffic Controls for Construction and Maintenance Work Zones”.
During paving operations barricades may be supplemented with minimum size
eighteen-inch high traffic cones and delineators such that spacing between barricades
and/or cones or delineators is no greater than twenty feet. Traffic cones and delineators
used within State right-of-way shall be a minimum size of twenty-eight inches high. At
all access points such as intersecting streets, alleys and driveways, barricades and/or
cones shall be provided at five foot intervals so as to prevent vehicular access to the
paving area. Where access from an intersecting street is prohibited, a “Road Closed”
sign shall be provided at the nearest prior intersection. “No Left Turn” signs shall be
provided wherever required by the Engineer.
SP-16
When one-way access from a side street or alley is permitted, barricades and cones
shall be provided at five-foot intervals for a distance of fifty feet on either side of the
centerline of the intersecting street, or alley.
Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian
safety devices, the City will place such necessary items and the Contractor shall be
liable to the City for providing such devices in accordance with the following provisions:
1. For placing of barricades: $5.00 per barricade for the first day or any part
thereof and $10.00 per barricade, per day, for each day thereafter or any
part thereof. For flashers: $2.50 per flasher for the first day or any part
thereof and $5.00 per flasher, per day, for each day thereafter or any part
thereof. For traffic cones: $2.00 per cone for each day or any part
thereof, in addition to the City’s personnel and equipment costs.
2. In the event that the services of the Owner are required between the hours
of 5:00 P.M. and 8:00 A.M., during the normal week or at any time on
Saturday, Sunday or a City holiday, there shall be an additional charge to
the above set forth minimums of $800.00 for each service trip required.
3. Upon the event that the City should need to furnish additional traffic and/or
pedestrian safety devices, the Contractor shall replace and return all City
furnished equipment in kind within 48 hours. After 48 hours, the City
reserves the option of obtaining the services of an outside vendor to
furnish Traffic Control equipment and services at the expense of the
Contractor.
Contractor shall relocate, preserve and maintain the visibility of all existing signs within
the project limits which affect the flow of traffic, as directed by the Engineer. Any signs
which are damaged or found to be missing during the course of construction shall be
replaced by the Contractor at his expense as directed by the Engineer. All other signs
that interfere with the course of work and are not necessary for the safe flow of traffic
will be removed and replaced by the City. Traffic control signs include Stop Signs,
Speed Limit, Parking Restrictions and other regulatory signs.
Section 7-10.4.4 Edison Energized Conductors
The following is in addition to the provision of Section 7-10.4:
Contractor hereby promises and agrees that in the performance of the work specified in
this Contract, it will employ and utilized only qualified persons, as hereinafter defined, to
work in proximity to Edison’s secondary, primary and transmission facilities. The term
“qualified person” is defined in Title 8, California Administrative Code, Section 2700, as
follows:
SP-17
“Qualified Person: A person who by reason of experience or instruction is
familiar with the operation to be performed and the hazards involved.”
Contractor further promises and agrees that the provisions of this section shall be and
are binding upon any subcontractor or subcontractors that may be retained by it, and
that Contractor shall take such steps as are necessary to assure compliance by said
subcontractor or subcontractors with the requirements of this section.
Section 7-10.4.5 Emergency Provisions
The following is in addition to the provisions of Section 7-10.4:
Unusual conditions may arise on the work which will require that immediate and unusual
provision be made to protect the public from danger or loss or damage to life and
property, due directly or indirectly to the prosecution of the work, and it is part of the
service required of the Contractor to make such provisions and to furnish such
protection.
Whenever, in the opinion of the City, an emergency exists of which the City is aware
and against which the Contractor has not taken sufficient precaution for the safety of the
public or the protection of utilities or of adjacent structures or property which may be
injured by the progress of construction; and whenever, in the opinion of the City,
immediate action shall be considered necessary in order to protect public or private
personnel or property interests, or prevent likely loss of human life or damage on
account of the operations under the Contract, then in that event the City may provide
suitable protection to said interests by causing such work to be done and material to be
furnished, as in the opinion of the City may seem reasonable and necessary, all at the
expense of the Contractor.
Section 9 Measurement and Payment
Section 9-3.2 Partial and Final Payment
Section 9-3.2 is hereby deleted and replaced with:
The closure date for periodic progress payments will be the twenty-fifth day of each
month. Authorization to pay is commonly received on the tenth day of the following
month. However, payments will be withheld pending receipt of any outstanding reports
required by the Contract Documents.
Section 9-3.5 Work Performed Without Direct Payment
The following is in addition to the provisions of Section 9.3:
Tools and materials of any class for which no price is fixed in the Proposal, it shall be
understood that such work, equipment, labor, tools and materials shall be provided
SP-18
without extra charge, allowance, or direct payment of any kind. The cost of performing
such work or furnishing such equipment, labor, tools and materials shall be included in
the unit bid prices in the Proposal and no additional compensation will be paid therefor.
Section 10 Additional Special Provisions
10-1 LEGAL RELATIONS AND RESPONSIBILITIES
10-1.1 LAWS TO BE OBSERVED:
Subdivision 10-1.01.1: Laws and Regulations - The Contractor shall keep
himself fully informed of all Federal and State laws, County and City ordinances and
regulations which, in any manner, affect those engaged or employed on the work, the
materials used in the work or the conduct of the work. If any discrepancy or
inconsistency should be discovered in this contract or in the Plans or Specifications
herein referred to, in relation to any such law, ordinance or regulation, the Contractor
shall forthwith report the same in writing to the Engineer. The Contractor shall, at all
times, observe and comply with and shall cause all his agents and employees to
observe and comply with all such applicable laws, ordinances and regulations in effect
or which may become effective before completion of this contract. He shall protect and
indemnify the City and its officers and agents against any claim or liability arising from
or based on the violations of any such laws, ordinances or regulations whether by
himself or by his employees or his subcontractors or their employees.
Except as otherwise explicitly provided in these specifications, all permits and licenses
necessary to the prosecution of the work shall be secured by the Contractor at his own
expense and he shall pay all taxes properly assessed against his equipment or property
used or required in connection with the work.
All state laws, all county and city ordinances and regulations now imposed by
competent authority and relating to any materials required to be furnished under these
specifications and works required to be done hereunder, shall be deemed to be and
hereby are made controlling and part of these specifications.
Subdivision 10-1.01.2: General - The Contractor shall keep himself fully
informed of all existing state and national laws and municipal ordinances and
regulations which in any manner affect those engaged or employed in the work, or the
materials used in the work or which in any way affect the conduct of the work and of all
such orders and decrees of bodies or tribunals having any jurisdiction or authority over
the same.
Subdivision 10-1.01.3: Eight-Hour Law - Eight (8) hours labor constitutes a legal
day's work. The Contractor shall forfeit as a penalty $25.00 (Twenty-five dollars) for
each workman employed in the execution of the contract by the Contractor or any
subcontractor under him for each calendar day during which such workman is required
or permitted to work more than eight (8) hours in any one calendar day and forty (40)
SP-19
hours in any one calendar week in violation of the provisions of the Labor Code and in
particular, Section 1810 to Section 1815 thereof inclusive except that work performed by
employees of Contractors in excess of eight (8) hours per day and forty (40) hours
during any one week, shall be compensated at not less than one and one-half (1 1/2)
times the basic rate of pay as provided in Section 1815.
Subdivision 10-1.01.4: Prevailing Rate of Per Diem Wages - Pursuant to the
provisions of Section 1773 of the Labor Code, the general prevailing wage rates in the
County in which the work is to be done have been determined by the Director of the
California Department of Industrial Relations. These wages are set forth in the General
Prevailing Wage Rates. The Federal Minimum wage rates for this project as
predetermined by the United States Secretary of labor are set forth herein by addenda
and in copies that may be examined at the offices described above where project plans,
special provisions, and proposal forms may be seen. Addenda to modify the federal
minimum wage rates, if necessary, will be issued to holders. Future effective general
prevailing wage rates which have been predetermined and are on file with the California
Department of Industrial Relations are referenced but not printed in the general
prevailing wage rates.
Attention is directed to the Federal minimum wage rate requirements in these Special
Provisions. If there is a difference between the minimum wage rates predetermined by
the Secretary of labor and the general prevailing wage rates determined by the Director
of the California Department of Industries Relations for similar classifications of labor,
the Contractor and subcontractor shall pay not less than the higher wage rate. The City
will not accept lower State wage rates not specifically included in the Federal minimum
wage determination. This includes “helper” (or other classifications based on hours of
experience) or any other classifications not appearing in the Federal wage rate
determination. Where Federal wage determinations do not contain the State wage rate
determination otherwise available for use by the Contractor and subcontractor, the
Contractor and subcontractor shall pay not less than the Federal minimum wage rate
which most closely approximates the duties of the employees in question.
The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to
report bid rigging activities. Bid rigging activities can be reported Mondays through
Fridays, between 8:00 a.m. and 5:00 p.m., eastern time, Telephone No. 1-800-424-
9071. Anyone with knowledge of possible bid, bidder collusion, or other fraudulent
activities should use the “hotline” to report these activities. The “hotline” is part of the
DOT’s continuing effort to identify and investigate highway construction contract fraud
and abuse and is operated under the direction of the DOT Inspector General. All
information with be treated confidentially and caller anonymity will be respected.
The Contractor shall comply with Labor Code Section 1775. In accordance with said
section, the Contractor shall forfeit as a penalty to the City $50.00 (fifty dollars) for each
calendar day, or portion thereof, for each workman paid less than the stipulated
prevailing rates for such work or craft in which such workman is employed for any work
done under the contract by him or by `any subcontractor under him in violation of the
SP-20
provisions of the Labor Code and in particular Labor Code Sections 1770 to 1780,
inclusive. In addition to said penalty and pursuant to said Section 1775, the difference
between such stipulated prevailing wage rates and the amount paid to each workman
for each calendar day or portion thereof for which each workman was paid less than the
stipulated prevailing wage rate shall be paid to each workman by the Contractor.
Subdivision 10-1.01.5: Certified Payroll - Pursuant to Section 1776 of the Labor
Code, the Contractor and/or subcontractors shall submit weekly to the City for each
week in which any contract work is performed a certified copy of all payroll records.
Should the Contractor fail to provide such payroll certificates, the City may withhold
$1,000.00 for each weekly payroll certificate not received from payment due.
10-2 FAIR EMPLOYMENT PRACTICE COMMISSION CERTIFICATION: The
Contractor's attention is directed to the requirements in Section 12990 of the
Government Code for nondiscrimination and compliance employment programs.
TP- 1
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
TECHNICAL PROVISIONS AND BID ITEM DESCRIPTIONS
The following Technical Provisions and Bid Item Descriptions supplement and amend
the "Standard Specifications for Public Works Construction" and “Standard Plans for
Public Works Construction” (Green Book), latest edition; California Manual on Uniform
Traffic Control Devices (CA MUTCD); and the Caltrans Standard Specifications as they
pertain to the work referenced herein. As a reference they have been arranged into a
sequence which parallels the arrangement of the Bid Items.
TP- 2
TECHNICAL PROVISIONS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
TABLE OF CONTENTS Page No.
Section 1 Bid Items ............................................................................................ 3
Section 1-1 Bid Item 1. MOBILIZATION ............................................................. 3
Section 1-2 Bid Item 2. DECK PANEL REPLACEMENT ................................... 3
Section 1-3 Bid Item 3. STEEL PILE CASING ................................................... 3
Section 1-4 Bid Item 4. FIBERGLASS JACKETS .............................................. 4
Section 2 Other Work (Non-payment items) ................................................... 4
Section 2- MATERIAL TESTING ...................................................................... 4
Section 2-3 AS-BUILT DRAWINGS ................................................................... 4
Section 2-4 WARRANTY.................................................................................... 4
Section 2-5 CERTIFICATION ............................................................................. 4
Section 2-6 TRAFFIC CONTROL ...................................................................... 5
Section 2-7 BEST MANAGEMENT PRACTICES ............................................... 5
Section 2-8 HARDSCAPE & LANDSCAPE RESTORATION ............................. 5
Section 2-9 WASTE MANAGEMENT PLAN ...................................................... 6
Section 2-10 SUBMITTALS.................................................................................. 6
TP- 3
TECHNICAL PROVISIONS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
Section 1 Bid Items
Section 1-1 Bid Item 1. MOBILIZATION
Reference SSPWC Section 9-3.4
Add the following paragraph to Section 9-3.4 of the Standard Specifications:
The contract bid item for Mobilization shall include all labor, work and materials
necessary to mobilize and demobilize forces, equipment, and materials; obtain bonding,
insurance, permits, licenses; and other work as necessary to prepare for constructing
the work. Mobilization costs shall not exceed 10% of the total bid amount. Payment
shall be per lump sum amount as follows:
When 5% of the work other than mobilization has been constructed, then 50% of the
mobilization item will be paid.
When 10% of the work other than mobilization has been constructed, then 75% of the
mobilization item will be paid.
When 100% of the work other than mobilization has been constructed, then 100% of the
mobilization item will be paid.
Section 1-2 Bid Item 2. DECK PANEL REPLACEMENT
The contract bid item for Deck Panel Replacement for Panel B between bents 3 and 4
shall include all labor, work and materials and equipment necessary to remove the
existing deck panel and construct and install a new deck panel complete in place. Work
shall include provisions for pedestrian and vehicle safety during construction, testing,
traffic control, adjustments to match existing improvements and all other work
necessary to construct the deck panel complete in place.
Payment for Deck Panel Replacement shall be Lump Sum.
Section 1-3 Bid Item 3. STEEL PILE CASING
The contract bid item for Steel Pile Casing for Bent 16A shall include all labor, work and
materials and equipment necessary to remove, clean and prepare the spalled portions
TP- 4
of the existing piling and furnish and install a new steel sleeve complete in place in
accordance with the plans and specifications. Work shall include providing, scaffolding
or diving equipment or any other means necessary to facilitate construction to provide
the steel sleeve complete in place.
Payment for Steel Sleeve shall be per linear foot.
Section 1-4 Bid Item 4. FIBERGLASS JACKETS
The contract bid item for Fiberglass Jacket Casing for Bents 14A and E, 18E, 25E, and
31A shall include all labor, work and materials and equipment necessary to remove,
clean and prepare the spalled portions of the existing piling and furnish and install the
new fiberglass jackets complete in place in accordance with the plans and
specifications. Work shall include providing, scaffolding or diving equipment or any
other means necessary to facilitate construction to provide the fiberglass jackets
complete in place.
Payment for Fiberglass Jacket shall be per linear foot.
Section 2 Other Work (Non-payment items)
Section 2- MATERIAL TESTING
No separate payment shall be made for material testing. Material testing will be
considered as included in payments for other bid items, and no separate payment will
be made therefore.
Section 2-3 AS-BUILT DRAWINGS
No separate payment shall be made for maintaining and delivering as-built drawings.
As-built drawings will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
Section 2-4 WARRANTY
No separate payment shall be made for providing a warranty on constructed work. All
warranties will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
Section 2-5 CERTIFICATION
No separate payment shall be made for providing a certification on constructed work. All
certifications will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
TP- 5
Section 2-6 TRAFFIC CONTROL
No separate payment shall be made for traffic control and provisions for pedestrian
safety. All traffic control and safety provisions will be considered as included in
payments for other bid items, and no separate payment will be made therefore.
The Contractor shall adhere to the Construction Staging and Access Plan as
outlined in Special Condition No. 3 of the Coastal Development Permit (see
Appendix “C”).
Section 2-7 BEST MANAGEMENT PRACTICES
Reference SSPWC Sections 7-8.6 & 7-8.7
Add to Standard Specifications As Section 7.8.9 Best Management Practices.
No separate payment shall be made for Best Management Practices. The Best
Management Practices (BMP's) plans shall include all labor, work and materials
necessary to plan and implement BMP's into the project. BMP's shall include methods
and materials to provide safety and protection throughout construction, and shall
specifically include a Pollution Control Plan (PCP) to protect on-site soils and storm
drainage facilities, and Ocean waters from hazardous material or construction material
contamination. A Safety Plan to protect workers, the City, and the public from the
hazards of construction activities; an Emergency Response Plan to provide response
activities and communications in the event of an emergency; and other items as the
Engineer may deem appropriate for the situation. BMP's shall be submitted to and
approved by the Engineer prior to beginning construction. The Contractor shall prepare
and adhere to an approved Storm Water Pollution Prevention Plan (SWPPP) in
accordance with the approved City plan and as required by law.
The Contractor shall adhere to the BMP outlined in the Construction
Responsibilities and Debris Removal in Special Condition No. 5 of the Coastal
Development Permit (see Appendix “C”). In addition, the Contractor shall adhere
to Additional Conditions 6, 7, 8, 9, 10, 11, 12, 13, 16 as outlined in Attachment B
of the Water Quality Certification (see Appendix “D”).
No separate payment shall be made for Best Management Practices. All Best
Management Practices will be considered as included in payments for other bid items,
and no separate payment will be made therefore.
Section 2-8 HARDSCAPE & LANDSCAPE RESTORATION
Reference SSPWC 7-9
Add to Standard Specification Section 7-9:
TP- 6
No separate payment shall be made for Hardscape & Landscape Restoration.
Hardscape & Landscape Restoration shall include all labor, work and materials
necessary to restore existing hardscape & landscaping complete in place to pre-
construction conditions. Contractor is responsible to submit photo and video
documentation of pre-construction conditions prior to start of construction.
No separate payment shall be made for Hardscape & Landscape Restoration. All
Hardscape & Landscape Restorations will be considered as included in payments for
other bid items, and no separate payment will be made therefore.
Section 2-9 WASTE MANAGEMENT PLAN
No separate payment shall be made for a Waste Management Plan. All waste
management will be considered as included in payments for other bid items, and no
separate payment will be made therefore.
Before the start of demolition, submit a Waste Management Plan to the Engineer for
approval and it shall include the following:
Indicate how the Contractor proposes to recover at least 75% of the construction
wastes for reuse and recycling
The Waste Management Plan should coordinate the recovery effort with the
construction schedule.
Include a list of reuse facilities, recycling facilities and processing facilities that
will be receiving the recovered materials.
If some of the materials will be donated or sold on-site auctions, describe the
process and identify the organizations that may receive the materials.
Identify materials that are not recyclable or not recovered which will be disposed
of in a landfill (or other means acceptable by the State of California and local
ordinance and regulations) and explain why the materials are not recovered.
List the permitted landfill, or other permitted disposal facilities, that will be
accepting the disposed waste materials.
Indicate instances or situations where compliance with the requirements of this
specification do not apply or do not appear to be possible.
Identify each type of waste material to be reused or recycled and estimate the
amount, by weight.
Provide final accounting of disposition of recovered materials upon completion of
project for final payment.
Section 2-10 SUBMITTALS
Except as provided in other bid items, no separate payment shall be made for required
project submittals. Submittals shall include all materials, plans, diagrams, and drawings
as called for in the specifications, and as may be required by the Engineer or law,
including:
TP- 7
Project Schedule
Traffic Control Plan
Shop drawings
Materials and Suppliers List
Subcontractors List
Concrete Mix Design
Best Management Practices Plans (BMP)
Material Testing Plan
Property Owner's Notice
Contact List
Emergency Response Plan (ERP)
Submittals shall be approved by the Engineer prior to beginning any portion of the work
which may be affected. The Contractor shall allow at least 5 working days for review
and response or approval of each submittal.
The following is in addition to the Special Provisions, Section 2-5.3.3, page SP-5:
1. General:
A. Shop drawings and submittals shall be provided, at the Contractor’s
expense, when required by the plans or specifications, or requested by the
Engineer.
B. Failure of the Contractor or its subcontractor to submit shop drawings and
certifications to the Engineer in ample time for review shall not constitute
just cause for approved time extension of the contract time.
2. Procedure:
A. The Contractor shall determine and verify that all materials, field
measurements, and field construction criteria comply with all requirements
of the work and of the contract documents.
B. The Contractor shall submit three (3) copies of a submittal accompanied
with the attached submittal form, Exhibit A.
C. The Contractor shall supply all information requested on the submittal
form including, but not limited to, the submittal number, revision number,
reference to specification section, description/contents of the submittal,
and Contractor’s signature of certification.
D. The Contractor shall allow a minimum of five (5) working days for review
of shop drawings and submittals.
E. Upon completion of the review, one (1) copy will be returned to the
Contractor.
3. Variation from Contract:
A. It is the Contractor’s responsibility to specifically point out any variation or
discrepancy between the shop drawings or manufacturer’s instructions
submitted and the contract documents. The Contractor shall mention all
TP- 8
such variations, including explanations for any such requests, within the
submittal form.
B. Failure by the Contractor to identify within the submittal form any variation,
discrepancy, or conflict with the contract documents shall render approval
null and void, and the Contractor shall bear all risk of loss and
reconstruction costs or delays.
C. If any additional work or modifications are required as a direct result of the
approval of shop drawings or manufacturer’s instructions which deviate or
do not comply with the contract documents, such additional work or
modifications shall be made without extra cost to the City, and without
extension to the contract time.
4. Approval:
A. Neither review nor approval of shop drawings or submittals by the
Engineer shall relieve the Contractor from the responsibility for errors,
omissions, or deviations from the Contract Documents, unless such
deviations were specifically called to the attention of the Engineer in the
submittal form.
B. Should the Contractor proceed with work shown thereon before approval
is received, the Contractor shall remove and replace or adjust any work
which is not in accordance with the approved shop drawings or
manufacturer’s instructions and shall be responsible for any resultant
damage, defect, or added cost.
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
APPENDIX “A”
PROJECT PLANS
The accompanying project plans entitled CIP No. 11-652 HERMOSA BEACH
MUNICIPAL PIER STRUCTURAL REPAIRS shall be incorporated into these
specifications by reference.
PIER ELEVATION VIEW
1"=20’MATCH LINE PIER 7+20.00MATCH LINE PIER 7+20.00MATCH LINE PIER 7+20.00BENT 16 BENT 15 BENT 14 BENT 13 BENT 12 BENT 11 BENT 10 BENT 9 BENT 8 BENT 7 BENT 6
BENT 5 BENT 4 BENT 3
BENT 2 BENT 1
1140’-11"– MEASURED ALONG PIER LINE
1"=20’
1"=20’
OCEANPACI
FI
C
32’-0"–
TO BENT 16
EB
NOTES:
STRUCTURE PLAN NO 2
4
ORDERING OR FABRICATING ANY MATERIAL
CONTRACTOR SHALL VERIFY ALL CONTROLLING FIELD DIMENSIONS BEFORE2.
FOR CONSTRUCTION NOTES AND LEGEND TO DRAWING SEE "TITLE SHEET"1.
1
2
3
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
A
C
E
PIER PLAN (TOP) VIEW
PIER PLAN (UNDERSIDE) VIEW
3 L = 19’20’CONSTRUCTION NOTES
OCEAN FLOOR
OCEAN
PANELS A
PANELS B
PANELS C
PANELS D 5’(TYP)5’(TYP)SHORELINE
APPROX
SHORELINE
APPROX
SPALL REPAIR" PER BENT DETAIL ON SHEET 5.
REPAIR SPALLED PORTION IN PILES USING THE FIBERGLASS JACKET AS SPECIFIED IN "PILINGS
REPLACEMENT" ON SHEET 6.
REPLACE SHEAR FAILURE IN THE 32’ X 5’ CONCRETE DECK PANEL SPECIFIED IN THE "DECK PANEL
3
2
1
NOTES" PER BENT DETAIL ON SHEET 6.
REPAIR SPALLED PORTION IN PILES USING THE STEEL CASING AS SPECIFIED IN "STEEL PILE CASING
PILE A
PILE C
PILE E
4
5
OBSERVATION
REPLACE DAMAGE BRACKETS AND CONDUITS PER CITY OF HERMOSA BEACH MAINTENANCE TEAM
REPLACE ALL ACCESS PORTS TEE ALONG THE ELECTRICAL CONDUIT LINE
4
5
4
5
1 L = 10’
1 L = 11’
S4SHEET SIZE 24X36LEVEL SYMB ON PROJECT NO.32044REGSTEERDSSO
A
LE
NGEN
EERCALFORNASTTAEOF
NFPRO
No.50792
CIVILJOHNM.CR
IK
SHAN
KU
2JMC
John M. Cruikshank Consultants, Inc.
411 N. Harbor Blvd, Suite 201
San Pedro, CA 90731
Phone: (310) 241-6550
Fax: (310) 320-8871
www.jmc-2.com
20 0 20 40 60
SCALE: 1" =20’
10 Exp 9-30-13
CITY OF HERMOSA BEACH
DEPARTMENT OF PUBLIC WORKS
SHT OF 6
PLAN No.
(310) 318-0214
CITY OF HERMOSA BEACH
DATEAPPDESCRIPTIONNo.
REVISIONS
PLANS PREPARED BY
$PLTDRVS$$FILEL$$DATE$$TIME$DEPARTMENT OF PUBLIC WORKS STRUCTRAL REPAIRS
HERMOSA BEACH MUNICIPAL PIER
PROJECT PLANS FOR CIP NO. 11-652
NOTES:
18’-4"
2’-2"7’-0"
18’-4"
7’-0"2’-2"
PILE BENT
SEALING STRIP
COMPRESSIBLE
"4
13
"4
12 "81FX-763TGE
SS SCREW
VOID VARIES
NON-METALLIC UNDERWATER GROUT
FILL VOID WITH FX-225 NON-SHRINK
FREE JACKET
CORROSION
1/8" FX-70 INERT
VOIDVARIES
CLOSURE
FACILITATE
SHOP CUT TO
1/2" STANDOFF
TRANSITION
BOTTOM PLAN TRANSITION
NO SCALE
TOP PLAN
NO SCALE
NO SCALE
DETAIL A
NO SCALE
STANDOFFS6"PILE
1/2"
SEE DETAIL A
ANCHOR
PILE SIZE 2"CLR
JACKET SIZE
PILE SIZE + 4"
1/8" WALL1/8" WALL
MORTAR TO CONSTRUCT BEVEL
USE FX-763 TROWEL GRADE EPOXY
VOID
2"
SEE DETAIL A
4’-8"4’-8"4’-8"2’-2"
PCC PILE (TYP)
16" OCTAGONAL
NO SCALE
NO SCALE
5
MARINE EPOXY MORTAR
MULTI-PURPOSE
4" – FX-70-6 HYDRO-ESTER
NOTES:
FABRICATING ANY MATERIAL
FIELD DIMENSIONS BEFORE ORDERING OR
CONTRACTOR SHALL VERIFY ALL CONTROLLING 2.
SCREW AT 6" C/C.
SELF DRILLING SELF TAPPING STAINLESS STEEL
AFTER JACKET IS IN PROPER POSITION INSTALL 1.
FOR CONCRETE PILE
FX-70-9 HYDRO ESTERCOATING
BENTS 25 & 31
ELEVATION
1/2" CLR
2’-2"
9"1’-6"1’-6"2’ MIN.LOCATION JACKET LENGTH
25:E
18:E
14:E
31:B
14:A
SIZE
18 INCH
16 INCH
16 INCH
18 INCH
16 INCH
PCC PILE (TYP)
18" OCTAGONAL 2’ MINPILES REPAIR SCHEDULE LENGTHREPAIR ALL MATERIALS SHALL BE COMPATIBLE AND SHALL BE MANUFACTURED FROM A SINGLE SOURCE.8.
MANUFACTURERS RECOMMENDATIONS.
EPOXY (BOTTOM AND TOP SEAL), OR EQUIVALENT, PATCHING MATERIAL INTO THE FORM PER
PUMP OR POUR FX 225 NON-SHRINK NON METALLIC UNDERWATER GROUT AND FX 70 MP MARINE 7.
INSTALL FORM SEALS AND FIBERGLASS JACKET FORM.6.
EXPOSED REINFORCING BARS SHALL BE COATED WITH CORROSION INHIBITOR.5.
METHODS. CONTACT ENGINEER IF ANY BAR HAS LESS THAN 75% OF ITS ORIGINAL CROSS SECTION.
METAL USING WET BLASTING, WIRE BRUSHING, WATER LASER, OR OTHER CITY APPROVED
REMOVE ALL RUST AND SCALE ON REMAINING STEEL BAR REINFORCING AND STRANDS TO BARE 4.
CONCRETE AND APPROXIMATELY INCH CLEAR BEHIND ALL BARS MORE THAN 50% EXPOSED.
EXPOSE ALL CORRODED REINFORCEMENT BY CHIPPING OUT ALL LOOSE CONCRETE TO SOUND 3.
WATER AND AIR REGULATIONS TO COLLECT AND CONTAIN DEBRIS.
APPROVED METHODS. CONTRACTOR SHALL COMPLY WITH ALL FEDERAL, STATE, AND LOCAL
WIRE BRUSHING, WATER LASER, HAND HELD PNEUMATIC CHIPPING TOOLS, OR OTHER CITY
MATERIAL SHOULD BE REMOVED FROM THE SPALLED PILES SURFACE USING A WATER BLAST,
ALL OIL, GREASE, DIRT, BROKEN AND UNSOUND CONCRETE, AND ANY OTHER DELETERIOUS 2.
REPAIR RECOMMENDATION PRIOR TO ORDER JACKET.
CONTRACTOR TO VERIFY HEIGHT OF SPALLING ON PILES 25:E, 18:E, 14:E, 31:B, 14A PER PILE 1.
WORK:
THAT QUALIFIED, CONCRETE REPAIR CONTRACTORS PERFORM THE FOLLOWING
WITH A FIBERGLASS JACKET FORM AND FOX FX 70 SYSTEM, OR APPROVED EQUAL. IT IS RECOMMENDED
THE SPALLED PORTIONS AT PILES 16:A, 25:E, 18:E, 14:E, 31:B, 14A ARE IN NEED OF IMMEDIATE REPAIR.
PILINGS SPALL REPAIR:
BENTS 14 & 18
BENT DETAIL NO 1
SCHEDULE
PILES REPAIR
JACKET SYSTEM PER
INSTALL FIBERGLASS
SCHEDULE
PILES REPAIR
JACKET SYSTEM PER
INSTALL FIBERGLASS
JACKET ARE TO EXTEND 2’ ABOVE AND BELOW THE OPEN SPALL AREA "REPAIR LENGTH".4.
INSPECTION ARE REQUIRED BEFORE SCAFFOLD IS REMOVED TO CHECK FOR VOIDS.3.
AND GROUT SHALL BE PLACED WITHIN 72 HRS OF JACKET INSTALLATION.
JACKETS ARE TO BE INSTALLED WITHIN 24 HRS OF HYDROBLAST CLEANING2.
IMMEDIATELY PRIOR TO INSTALLING JACKET.
PLACE FX-763 TROWEL GRADE EPOXY INTO INTERLOCKING JOINT1.
11 FT
11 FT
10 FT
6 FT
9 FT
S5SHEET SIZE 24X36LEVEL SYMB ON PROJECT NO.32044REGSTEERDSSO
A
LE
NGEN
EERCALFORNASTTAEOF
NFPRO
No.50792
CIVILJOHNM.CR
IK
SHAN
KU
2JMC
John M. Cruikshank Consultants, Inc.
411 N. Harbor Blvd, Suite 201
San Pedro, CA 90731
Phone: (310) 241-6550
Fax: (310) 320-8871
www.jmc-2.com
Exp 9-30-13
CITY OF HERMOSA BEACH
DEPARTMENT OF PUBLIC WORKS
SHT OF 6
PLAN No.
(310) 318-0214
CITY OF HERMOSA BEACH
DATEAPPDESCRIPTIONNo.
REVISIONS
PLANS PREPARED BY
$PLTDRVS$$FILEL$$DATE$$TIME$DEPARTMENT OF PUBLIC WORKS STRUCTRAL REPAIRS
HERMOSA BEACH MUNICIPAL PIER
PROJECT PLANS FOR CIP NO. 11-652
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
APPENDIX “B"
NOTICE OF PUBLIC IMPROVEMENT
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
NOTICE OF PUBLIC IMPROVEMENT
Date :
Dear Sir or Madam:
This notice is to advise you that a contract has recently been awarded for another
public works improvement project, the CIP No. 11-652 HERMOSA BEACH MUNICIPAL
PIER STRUCTURAL REPAIRS, which may affect your property. We expect work to
commence on or about <<DATE>>. Because of this construction, you may be
subjected to certain inconveniences such as temporary loss of street parking,
temporary loss of driveway access to your property, construction noise and dust. Every
effort will be made by the City and the Contractor to minimize these inconveniences and
“No Parking” signs will be in place at least 48 hours in advance of the work.
Your cooperation in observing all TRAFFIC CONTROLS, PARKING RESTRICTIONS
AND FLAGMEN, not allowing children to play in the street or on or around the
construction equipment, and in not allowing water to run onto the street from your
property will be greatly appreciated and will help in expediting construction.
A general description of the proposed construction and the limits of the work is as
follows:
repairing six spalled concrete piles by in-water hydro-blast cleaning, installation
of new fiberglass jackets or steel casings and injection of underwater grout.
replacing one concrete deck panel.
The expected hours of work will be from 8 A.M. to 5 P.M., Monday through Friday.
Please direct all inquiries or complaints to either the Contractor or the City Project
Manager.
Contractor
<<CONTRACTOR NAME>>
Phone ( )
City of Hermosa Beach
Department of Public Works
Project Manager – Mondher Saïed, P.E.
Telephone 310-318-0211
We regret any inconvenience this project may cause you, but we appreciate your
cooperation and thank you in advance.
CITY OF HERMOSA BEACH
Frank J. Senteno, P.E.
Public Works Director/City Engineer
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
APPENDIX “C"
COASTAL DEVELOPMENT PERMIT
The City has applied for a Coastal Development Permit from the California Coastal
Commission. A copy of this Coastal development Permit is included in this Appendix.
The Contractor shall abide by all terms of the Special Conditions.
CIP No. 11-652 HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
APPENDIX “D"
WATER QUALITY CERTIFICATION
The City has applied for a Water Quality Certification from the Los Angeles Regional
Water Quality Control Board. A copy of this Water Quality Certification is included in
this Appendix. Although the contractor needs to abide by all terms of the Additional
Conditions, the City will be responsible for performing the Ocean Water Quality
Monitoring (Condition 14) as well as the Pre-and-post Construction Surveys for
Eelgrass and Invasive Caulerpa (Condition 15).
City of Hermosa Beach
Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885
DEPARTMENT OF PUBLIC WORKS
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
ADDENDUM No. 2
DATE: February 28, 2013
TO: ALL PROSPECTIVE PARTICIPANTS
SUBJECT: CLARIFICATIONS TO THE REQUEST FOR PROPOSAL
Please note the following changes and/ or additions to the plans and specifications for the
project indicated above. The bidder shall execute the certification at the end of this addendum, and shall attach the executed addendum to the documents submitted with the bid.
PLANS
1. ADDITION: Add the following on Sheet S4, Note 4 and Note 5: To be field verified.
SPECIFICATIONS
1. ADDITION: Add the following new Bid Item in the Bidding Schedule on Page 8 of the General Specifications:
11 REMOVE AND REPLACE ALL DAMAGED ACCESS PORT TEES, BRACKETS, AND
CONDUITS
- Unit Price
2. ADDITION: Add the following new Section 1-5 in the Technical Provisions:
Section 1-5 Bid Item 5. MISCELLANEOUS ELECTICAL CONDUIT AND
ACCESSORIES The contract bid item for miscellaneous electrical conduit including all damaged access
port tees, brackets, and conduits shall include all labor, work and materials and equipment
City of Hermosa Beach
Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885
necessary to remove and replace all damaged access port tees, brackets, and conduits
per City of Hermosa Beach Maintenance team observation. Work shall include providing, all necessary equipment or any other means necessary to facilitate construction.
Payment for Miscellaneous Electrical Conduit and Accessories shall be Unit Price and
Quantity for Each Item.
QUESTIONS The following are responses to questions received from prospective bidders:
1. Question: Can the Fiberglass Jackets be round in lieu of octagonal as shown on
Sheet S5? This will make the similar to the Steel Jacket shown in Section B-B on Sheet S6.
Response: Yes, Fiberglass Jackets can be round and must have 2” clear from pile
face.
2. Question: Construction Note 4. Calls for replacement of all Access Port Tee along the Electrical Conduit Line. Who is the Manufacturer? Model #? There
is not a Line Item in the Bidding Schedule for Replacement of Access
Port Tees.
Response: Access Port Tee Manufacturer and Model # are to be field verified. Refer to additions to Plans and Specs above.
3. Question: Construction Note #5. Calls for replacement of conduit & brackets per
Hermosa Beach Maintenance Teams’ Observation. Can the Observation Report be provided? There is no Line Item in the Bidding Schedule for Replacement of Brackets & Conduit.
Response: No Observation Report available. Replacement of conduit & brackets are
to be field verified. Refer to additions to Plans and Specs above. 4. Question: Is it possible to have the Fiberglass jacket NOT have the step at the
bottom 6” that is shown on Sheet S5? This will make the installation
simpler.
Response: Yes, step at the bottom 6” can be substituted with “6” ± FX-70-6 hydro- ester multi-purpose marine epoxy mortar, anchor, compressible
sealing strip, and bottom form.
City of Hermosa Beach
Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885
Please sign the attached acknowledgement of receipt of addendum and enclose the original copy of the acknowledgement in your proposal. If you have any questions or concerns, please call Mr. Mondher Saïed, PE at (310) 318-0211.
Sincerely,
Frank J. Senteno, P.E.
Director of Public Works/City Engineer
City of Hermosa Beach
Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885
ACKNOWLEDGEMENT OF ADDENDUM
CIP No. 11-652
HERMOSA BEACH MUNICIPAL PIER STRUCTURAL REPAIRS
Complete and sign this acknowledgement form. Enclose the original copy of the
acknowledgement in your proposal. Failure to do so may result in disqualification of your firm’s proposal.
The undersigned acknowledges receipt of Addendum No. 2 dated February 28, 2013
ATTEST: _____________________________________
Principal: _____________________________________
Address: _____________________________________
By: _____________________________________
Title: _____________________________________