Specifications Project 2016-03F - Addendum 1
1 of 3
ADDENDUM NUMBER 1
TO: All Prospective Bidders and Plan Holders
FROM: Ubaldo Ayón, Assistant Construction Manager
DATE: April 21, 2022
SUBJECT: Project No. 2016-03F, La Quinta Landscape Renovation Improvement - Topaz
The following shall be considered as incorporated into the project plans and specifications
for the above referenced project. Portions of plans and specifications not specifically
mentioned in this Addendum remain in force.
▪ PROJECT SPECIFICATIONS
Section 1210:
Section 1210 is replaced; the following is a summary of the changes:
• Bid Item 5a and A1-2 is added to include dewatering in the retention basin
• Bid Item 9 is split into two bid items; 9 is wall cleaning at lump sum unit
price and 9a is wall painting at square footing unit price
• Bid Item 27 is split into two bid items; 27 is 3-courses of keystone and 27a is
4-courses of keystone
• Bid Item 24, Size of required cobble is added: (4”-8” Diameter)
Section 3000:
Section 3000 is attached and including in the specifications after Section
2000.
Sheet 4000-3, add Section 5.1 Dewatering:
The Contractor shall maintain dewatering materials and equipment at the retention
basin during the course of construction within the retention basin. The retention basin
has two outlets into the retention basin; the first is from the Topaz neighborhood and
the second is from a CVWD wellsite. The wellsite releases water daily and generally
fills 75% of the bottom of the retention basin. The Contractor may request a window
for CVWD to turn off the wellsite for up to five days depending on the demand of the
area. The wellsite typically discharges water at 2,000 GPM for approximately two (2)
minutes.
2 of 3
All dewatering operations shall be adequate to assure the integrity of the finished
project and shall be the responsibility of the Contractor.
Dewatering, where required, may include the use of sump pumps, temporary
pipelines for water disposal, rock or gravel placement, and other means.
The Contractor shall provide all equipment necessary for dewatering. It shall have
on hand, at all times, sufficient pumping equipment and machinery in good working
condition and shall have available, at all times, competent workmen for the operation
of the pumping equipment. Adequate standby equipment shall be kept available at
all times to insure efficient dewatering and maintenance of dewatering operation
during power failure.
The Contractor shall maintain the water level to keep it adequately away from
operations of work.
The Contractor shall dispose of water from the WORK in a suitable manner without
damage to adjacent property. Contractor shall be responsible for obtaining any
permits that may be necessary to dispose of water. No water shall be drained into
work built or under construction without prior consent of the City. Water shall be
filtered using an approved method to remove sand and fine-sized soil particles before
disposal into any drainage system.
All temporary dewatering measures shall be removed when they are no longer
needed.
Dewatering shall be paid for on a lump sum (LS) basis and shall include full
compensation in furnishing all labor, materials, tools and equipment as specified in
the Special Provisions, including loading, hauling, stockpiling and legal disposal, and
equipment, per the Special Provisions. No further compensation will be allowed
therefore.
Sheet 4000-9, Section 9.0 Wall Cleaning and Painting, the following is added
after the first paragraph 5 under 310-1 General:
All exterior walls and fences shall be cleaned per these special provisions within the
planted project site.
Exterior walls within planted project site shall be patched, retextured, and painted as
needed and as agreed upon by the City. Where patching and retexturing is needed it
shall be done between wall joints. Painting shall include wall cap. Metal Fences shall
not be re-painted.
Sheet 4000-10, Section 9.0 Wall Cleaning and Painting, replace the
measurement and payment clause with the following:
3 of 3
As Reads
Wall Cleaning and Painting shall be paid for on a lump sum (LS) basis and shall
include furnishing all labor, equipment, tools and materials necessary for prepping
and painting walls per approved plans. The price of this items shall also include any
incidentals for doing the work involved in painting as defined in the SSPWC and the
Special Provisions. No further compensation will be allowed therefore.
Is Amended to Read
Wall Cleaning shall be paid for on a lump sum (LS) basis and shall include
furnishing all labor, equipment, tools and materials necessary for cleaning walls per
approved plans. The price of this items shall also include any incidentals for doing
the work involved in cleaning as defined in the SSPWC and the Special Provisions. No
further compensation will be allowed therefore.
Wall Painting shall be paid for on a square foot (SF) basis and shall include
furnishing all labor, equipment, tools and materials necessary for prepping and
painting walls per approved plans. The price of this items shall also include any
incidentals for doing the work involved in painting as defined in the SSPWC and the
Special Provisions. No further compensation will be allowed therefore.
Sheet 4000-17, Section 10.0 Landscape and Irrigation, replace section 801-
1.6 Mortared Decorative Rock with the following:
801-1.6 Mortared Decorative Rock
Decorative rock shall be multi-colored stone with ranges in size from 3" diameter and
classified as "Arizona River Rock (Arizona Cobble)", depending on the chosen
supplier. Decorative Rock shall be placed in designated areas and placed in
accordance with details. Contractor shall confirm rock samples with City prior to
placement.
Is Amended to Read
801-1.6 Mortared Decorative Rock
Decorative rock shall be multi-colored stone with ranges in size from 4" diameter to
8” diameter and classified as "Santa Fe Cobble", depending on the chosen supplier.
Decorative Rock shall be placed in designated areas and placed in accordance with
details. Contractor shall confirm rock samples with City prior to placement. Concrete
Bed shall be 2,500 PSI 3/8” pump mix.
4 of 3
▪ PROJECT PLANS
The following changes are made to the plans:
• Detail for grading and gravel placement over exposed footings.
• City of La Quinta Standard Plan 600, Trench Repair, is added to New Sleeve
Crossing Note.
• Sheet 26, Detail 718, Wall Cleaning and Painting Detail: Color shall match
existing to the furthest possible.
▪ Clarifications
Q-1. Please confirm that sleeving under all street crossing is existing and
boring will not be required.
A.1 Existing sleeves cannot be confirmed for re-use. Bidders
shall assume all new sleeving is required. Trenching, Backfill,
Pavement Section Replacement, and Sidewalk replacement is
included in sleeving work under Irrigation.
Q-2. Are existing RCV’s and valve boxes to be demo’d or abandoned in place?
A.2 See note 16 of demo plans RE irrigation components to be
demo'd. In addition, all valve boxes (QC and RCV) to be removed
and also the irrigation controllers, enclosures and footings (A
and B only, not the offsite controllers C and D) are to be
removed.
Q-3. Please confirm we are only upgrading existing controllers per the upgrade
breakout on page LI-0 (see image on next page reference) and not providing a
new enclosure. If we are providing a new enclosure please provide a model
number.
A.3 Enclosure shall also be replaced with Strong Box model
number SB-24 SS Powder coated (Color Tan) or equal.
Q-4. Per sheet 1110-04 Section 10 and 11 of bid document bid irregulates
and modifications are ambiguous to recreation of bid form. Can we recreate
the bid form in excel to mirror the PDF provided for bidding purposes? If not
please provide an excel copy of the bid form for the convenience of the Prime
bidders submission.
A.4 Per Section 7.0 of Instructions to Bidders, bidders are to
use the blank forms in the manual. No excel file will be provided.
5 of 3
Q-5. No way to quantify height of Keystone Block wall based on myriad
elevations of exposed footings. Please provide average height for bidding
purposes and change award to square foot installed pay schedule.
A.5 This item of work has been split into two bid items by
height of wall per linear foot.
Q-6. Please specify a material callout and specification for the grouted cobble
scope of work as no discernable specification, schedule, or callout can be
located in contract documents.
A.6 Concrete Bed shall be 2,500 PSI 3/8” pump mix and Cobble
Size shall be 4”-8”. See sheet PD-2 for additional details.
The Contractor is hereby notified; Addendum No. 1 must be acknowledged and
initialed as stipulated under the instructions to Bidders and submitted as part of
the Bid. Failure to do so shall result in the City designating said bid as "Non-
Responsive."
APPROVED:
Ubaldo Ayón
Assistant Construction Manager
Attachments:
1. Revised Bid Schedule Dated 4-21-2022
2. Section 3000
3. Additional Details Considered added to the plan set
END OF ADDENDUM NUMBER 1
ADDENDUM 01 – APRIL 20,2022
Bid Schedule 1210-1
SECTION 1210
BID SCHEDULE
PROJECT NO. 2016-03F
LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT
TOPAZ
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
To Whom It May Concern:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein
stated, the undersigned hereby proposes and agrees that on award by the City under
this Bid, to execute a Contract, with necessary bonds, to furnish and install any and
all labor, materials, transportation and services for 2016-03F, La Quinta
Landscape Renovation Improvement - Topaz, in accordance with the plans and
specifications therefore adopted and on file with the City within the time hereinafter
set forth and at the prices named in this Bid. It is understood that the basis of award
shall be the lowest total price of the Base Bid Area plus all Additive Alternates.
Unit prices in each and every case represent the true unit price used in preparing the
bid schedule totals (Bid Form). Unit prices listed herein include material, installation
and appurtenant work as is necessary to have the item complete and in place
meeting the full intent of the plans and specifications. We acknowledge that
unbalanced unit prices shall be sufficient cause for the rejection of our bid.
ADDENDUM 01 – APRIL 20,2022
Bid Schedule 1210-2
BASE BID – LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT - TOPAZ
Item
No.
Item Description
Est.
Qty.
Unit
Unit Price
(in figures)
Dollars
Item Total
(in figures)
Dollars
1. Mobilization 1 LS $ $
2. Traffic Control and Plans 1 LS $ $
3. Dust Control 1 LS $ $
4. Clearing and Grubbing 1 LS $ $
5. Demolition and Disposal 1 LS $ $
5a. Dewatering 1 LS $ $
6. Trim Overhanging Vegetation
Flush with PL Wall 1 LS $ $
7.
Modify, Relocate, and Repair
Existing Lighting Electrical
System with New Fixtures
1 LS $ $
8. Remove and Replace 6’
Sidewalk per City Standard 245 427 SF $ $
9. Wall Cleaning 1 LS $ $
9a. Wall Painting (Including
Patching) 6,850 SF $ $
10.
Furnish and Install 3/4” Desert
Gold Crushed Rock – 2” Depth
per City Standard 707
26,051 SF $ $
11.
Furnish and Install 3/8” Minus
Golden Fawn Decomposed
Granite – 3” Depth per City
Standard 707
20,302 SF $ $
12.
Furnish and Install 3/8” Minus
Southwest Brown Decomposed
Granite – 3” Depth per City
Standard 707
13,804 SF $ $
13. Furnish and Install 6”-8” Baja
Cresta Rubble 15,176 SF $ $
14. Soil Prep and Fine Grading 129,833 SF $ $
15. Furnish and Install 5 Gal Shrub 515 EA $ $
ADDENDUM 01 – APRIL 20,2022
Bid Schedule 1210-3
Item
No.
Item Description
Est.
Qty.
Unit
Unit Price
(in figures)
Dollars
Item Total
(in figures)
Dollars
16. Furnish and Install 15 Gal
Shrub 20 EA $ $
17. Furnish and Install 24” Box
Tree 73 EA $ $
18. Furnish and Install Barrel
Cactus Plantings 49 EA $ $
19. Furnish and Install Ocotillo
Plantings 25 EA $ $
20. Furnish and Install PermaLoc
Header – Asphalt Edge 4,680 LF $ $
21. Furnish and Install Boulders per
Plan – “Baja Cresta”, 2’ 38 EA $ $
22. Furnish and Install Boulders per
Plan – “Baja Cresta”, 3’ 63 EA $ $
23. Furnish and Install Boulders per
Plan – “Baja Cresta”, 4’ 6 EA $ $
24. Furnish and Install Mortared
Cobble (4”-8” Diameter) 1,977 SF $ $
25. Overseed Turf 11,700 SF $ $
26. Furnish and Install Irrigation
per Plan 1 LS $ $
27. Keystone Concrete Retaining
Block Walls (3 Course) 163 LF $ $
27a. Keystone Concrete Retaining
Block Walls (4 Course) 163 LF $ $
28. 90-Day Maintenance 1 LS $ $
Total Amount of Bid Items 1 – 28 $
ADDENDUM 01 – APRIL 20,2022
Bid Schedule 1210-4
City may award all or none of the following additive alternates:
ADDITIVE ALTERNATE NO. 1 – BASIN DRAINAGE IMPROVEMENTS
Item
No.
Item Description
Est.
Qty.
Unit
Unit Price
(in figures)
Dollars
Item Total
(in figures)
Dollars
A1-1 Mobilization 1 LS $ $
A1-2 Dewatering 1 LS $ $
A1-3 Dust Control 1 LS $ $
A1-4 Deep Well System 5 EA $ $
A1-5 Horizontal Pipe and Trench
System 205 LF $ $
Total Amount of Additive Alternate Items 1 – 5 $
GRAND TOTAL BASE BID PLUS ADDITIVE ALTERNATE (Figures):
$
GRAND TOTAL BASE BID PLUS ADDITIVE ALTERNATE (Words):
Bid Amount of each of the above Bid Items must be filled in and completed. It is
understood that the quantities shown hereon are but estimates and the bidder is
responsible to verify quantities prior to submitting a bid. Final payment will be base
upon actual work performed, subject to such adjustments and alterations as
elsewhere provided herein.
___________________________________________________________
Signature of Bidder (Ink)
___________________________________________________________
Name of Bidder (Printed or Typed)
___________________________________________________________
Bidder Telephone Number
___________________________________________________________
Bidder Email Address
Special Provisions 3000-1
SECTION 3000
DIVISION 3 SPECIAL PROVISIONS
1.0 GENERAL
1.1 Scope of Services
It shall be the contractor’s responsibility to provide and furnish all materials,
tools, labor and incidentals to complete the work as outlined in the Project
Description and as shown in the Project Specifications and Contract Bid
Documents for Project No. 2016-03F, La Quinta Landscape Renovation
Improvement - Topaz.
It shall be the Contractor’s responsibility to thoroughly review the project area,
familiarize himself with the scope of proposed work and submit the proposal for
the work accordingly.
1.2 Project Description
The project consists of removing designated turf and plant material and
sidewalk reconstruction along the parkway and retention basin in North La
Quinta at the Topaz Development located at the southwest corner of Dune
Palms Road and Miles Avenue. Turf will be replaced with drought tolerant
landscaping and irrigation. The plant palette shall include cresta rubble, multi-
colored crushed rock, and ‘Baja Cresta’ boulders of varying sizes with minimal
use of drought tolerant plants and re-use of designated existing plant material.
In addition, the existing perimeter wall shall be cleaned and construction of
planter wall as noted in the plans. Existing lighting and electrical shall be
modified. All project work and incidental items to complete the project shall be
performed in accordance with the plans, specifications, and other provisions of
the contract. All the above improvements are to be constructed in a
workmanlike manner, leaving the entire project in a neat and presentable
condition. Refer to Section 4000 for more information.
1.3 Project Plans
The area of work is shown on the attached plans titled “Project No. 2016-03F,
La Quinta Landscape Renovation Improvement - Topaz.” The plan set
consists of thirty-six (36) sheets.
Contractor shall examine all maps, lists and these specifications, in a manner to
be fully cognizant of all work required, and all existing conditions. Bidders are
required to visit the site and verify existing conditions. Make adjustments and
allowances for all necessary equipment to complete all parts of the required
work.
Special Provisions 3000-2
1.4 Drawings of Record
Provide and keep up-to-date, a complete record set of blue line prints. Correct
these prints daily and show every change from the original drawings. Keep this
set of prints on the job site and use only as a record set.
Do not construe this as authorization to make changes in the layout without
definite instruction in each case. Incorporate all changes as noted on the record
set of prints thereon with black ink in a neat, legible, understandable and
professional manner. Deliver this set to the City upon completion and
acceptance of work.
1.5 Cooperation with Other Contractors
Section 7-7 of the Standard Specifications is amended by the addition of the
following provisions:
Should the Contractor foresee any interference or believe project delays or
problems might occur due to any action of any other contractor, or if the
Contractor determines his own work may cause a delay to the work of the other
contractors, the Contractor shall bring this to the attention of the Engineer as
soon as possible so that the potential problems or delays may be worked out
before problems arise. It is the intention of these Specifications that the
Contractor shall cooperate as needed to affect this purpose, and shall be
prepared to make short delays, to redeploy its work force to other parts of the
work or project, to temporarily reschedule work, and take other reasonable
actions to minimize interference and maximize cooperation with all other parties
working within the project area.
If the Contractor maintains that he is unable to reasonably cooperate with
others, then the Contractor shall be prepared to verify to the satisfaction of the
Engineer that there are no reasonable actions which he could take to cooperate
with others, and that if he did, such actions would cause serious financial harm
or unreasonable delay to the Contractor. If the Engineer finds that such
evidence is unsatisfactory, the Engineer may order the Contractor to take
whatever reasonable actions the Engineer determines are necessary to provide
the needed cooperation in order to meet the intent of these Specifications.
The contractor shall have no claim for extra compensation for any delay or costs
if his work is held up, delayed or interrupted by the City’s having to order
cooperative work measures or schedule priorities as outlined above. An
extension of contract time shall be the only compensation granted.
1.6 Time Allowed for Construction
In accordance with the provisions of Paragraph 1400-6.2, Time of Completion,
this project shall be completed within 60 working days from the date specified
in the Notice to Proceed.
Special Provisions 3000-3
2.0 BID ITEMS
The bid items presented in the bidders schedule are intended to indicate major
categories of the work for purposes of comparative bid analysis and payment
breakdown for monthly progress payments. Bid items are not intended to be
exclusive descriptions of work categories. The Contractor shall determine and
include in its pricing, all materials, labor, and equipment necessary to complete
each bid item associated appurtenant work.
Those items for which there is no estimated quantity and/or specific pay item
shall be completed in workmanship like manner to the satisfaction of the City
Engineer. Work that is specified for which there is no bid item shall be
considered incidental to work associated with bid items; therefore, the payment
for these items shall be considered included in the various items of work for
which a specific bid item has been provided.
The bid items shown in the bidder’s schedule with "F" designates a final pay
quantity. Quantity of any bid item in excess of the final pay quantity shown on
the bidder's schedule estimated by the City Engineer will not be paid for. The
final pay quantity can only be adjusted to reflect any change orders, extra work,
or additional work authorized by the City Engineer.
3.0 MATERIALS
3.1 General
Whenever a material, article or piece of equipment is identified on the drawings
or specified by reference to brand name or catalog number, it shall be
understood that this is referenced for the purpose of defining the performance
or other salient requirements and that other products of equal capacities, quality
and function shall be considered.
3.2 Substitutions
The Contractor may recommend the substitution of a material, article, or piece
of equipment of equal substance and function for those referred to in the
Contract Documents by reference to the brand name or catalog number and, if
in the opinion of the City Engineer, such material, article, or piece of equipment
is of equal substance and function to that specified, the City Engineer may
approve its substitution and use by the Contractor. Any cost differential shall be
deductible from the Contract Price and the Contract Documents shall be
appropriately modified by Change Order. The Contractor warrants that if
substitutes are approved, no major changes in the function or general design of
the project will result. Incidental changes or extra component parts required to
accommodate substitute will be made by the Contractor without a change in the
Contract Price or Contract time.
Special Provisions 3000-4
3.3 Storage
Materials and equipment shall be so stored as not to create a public nuisance
and to insure the preservation of their quality and fitness for the work.
4.0 WORK DETAILS
4.1 Traffic Control
The Contractor shall provide a traffic control plan, signed by a PE or TE, for
acceptance by the City no later than five (5) working days after issuance of the
Notice of Award. Subsequently, comments and corrections shall be returned to
the Contractor within ten (10) working days. The traffic control plan shall
conform to the following requirements listed in this section:
Traffic controls, including but not limited to, vehicular and pedestrian traffic
controls, maintenance of vehicular and pedestrian access, detours, and street
closures shall be in accordance with Subsection 7-10 of the latest edition of the
“Standard Specifications for Public Works Construction,” including all its
subsequent amendments and the latest edition of the “Work Area Traffic Control
Handbook.”
In the event of conflict, the Special Provisions shall take precedence over the
2014 CAMUTCD. The 2014 CAMUTCD shall take precedence over the plans, and
the plans shall take precedence over the “Standard Specifications.”
Traffic control and the traffic plan shall conform to the following:
a. The traffic control plan shall indicate the traffic control
requirements for the different types of work to be performed. The
Contractor shall be responsible for the preparation of plans as
necessary for specific items of work. These plans shall be
approved by the City Engineer prior to the Contractor commencing
any work.
b. All traffic controls and safety devices, equipment and materials,
including but not limited to, cones, delineators, flashing warning
lights, barricades, high level warning devices (flag trees), flags,
signs, makers, portable barriers, flashing arrow signs, electronic
changeable message signs and markings shall be provided and
maintained in “like new” condition.
Special Provisions 3000-5
c. The Contractor shall furnish and properly install, construct, erect,
use, and continuously inspect and maintain, twenty-four (24)
hours per day, seven (7) days a week, all said devices, equipment
and materials and all temporary and permanent pedestrian and
driving surfaces as necessary to provide for the safety and
convenience of, and to properly warn, guide, control, regulate,
channelize, and protect the vehicular traffic, pedestrian traffic,
project workers, and the public throughout the entire limits of the
work activity and beyond said limits as necessary to include area
affecting or affected by the work, from the start of work to the
completion of the work.
d. High-level warning devices (flag trees) are required at all times for
any work being performed within the roadway unless otherwise
specifically authorized by the City Engineer.
e. All barricades shall be equipped with flashing warning lights, and
all traffic cones shall be no less than twenty-eight (28) inches in
height, except that shorter cones, twelve (12) inches high or
higher, may be used during striping maintenance operations where
the only function of the cones is to protect the wet paint from the
traffic.
f. Portable Changeable Message Signs (PCMS) are required for
this project. A minimum of one (1) PCMS is required in each
direction in advance of each work area as identified by the
City. They shall be placed two (2) weeks in advance of the
start of work and maintained throughout the construction
window. Total count is dependent on Contractor’s proposed
staging plan. A PCMS can be reused at a different location
once the work is complete in that stage.
g. Except as otherwise directed, as shown in the approved traffic
control plan, and/or authorized by the City Engineer, two-way
vehicular traffic shall be maintained at all times within a minimum
of two, 12-foot-wide lanes. At no time shall the Contractor be
allowed to reduce the traveled way to one-way vehicular traffic.
Special Provisions 3000-6
No reduction of the traveled way width shall be permitted between
the hours of 8:30 a.m. and 3:30 p.m., unless otherwise shown in
the approved traffic control plans, or prior authorization to do so is
granted by the City Engineer. No lane closures shall be permitted
or allowed on any City street before 8:30 a.m. and after 3:30
p.m., unless otherwise shown in the approved traffic control plans,
or unless authorization to do so is granted by the City Engineer.
No reduction of traveled way width shall be permitted on any City
street before 8:30 a.m. or after 3:30 p.m., on weekends or
holidays, or when active work is not being done, unless otherwise
shown in the approved traffic control plans, or unless prior
authorization to do so is granted by the City Engineer.
Except as shown in the approved traffic control plans, if traffic
lanes are not kept open for public use on the days, at the times,
and in the manner specified, damage will be sustained by the City
and its residents. Since it is and will be impracticable to
determine the actual damage which the City and its
residents will sustain by reason of Contractor’s failure to
comply with the special provisions outlined herein, the City
and Contractor agree that Contractor will pay to the City the
sum of $200 per hour for each and every hour that any
traffic lane is not kept open for public use as required by
these special provisions, not as a penalty, but as
predetermined liquidated damages. The Contractor agrees to
pay such liquidated damages as are provided for in this paragraph,
and in case the same are not paid, Contractor agrees that City
may deduct the amount of such liquidated damages from any
money that is due or that may be due the Contractor under the
contract.
h. Access to vacant unused property may be restricted at the
Engineer’s discretion. Both vehicular and pedestrian access shall
be maintained at all times to all other property except as otherwise
specifically authorized in writing by the City Engineer.
i. Any traffic control and safety devices and equipment being used
which becomes damaged, destroyed, faded, soiled, misplaced,
worn out, inoperative, lost, or stolen shall be promptly repaired,
refurbished and/or replaced, and any traffic control and safety
devices and equipment being used which are displaced or not in an
upright position from any cause, shall be properly returned or
restored to their proper position.
Special Provisions 3000-7
j. Any obstructed view of all signs and warning devices including but
not limited to stop signs, stop ahead signs, street name signs, and
other regulatory, warning and construction signs, markers, and
warning devices shall be maintained at all times. No trucks or
other equipment or materials shall be stopped, parked, or
otherwise placed so as to obscure said signs, markers and devices
from the view of vehicular and/or pedestrian traffic to which it
applies.
k. When entering or leaving roadways carrying public traffic, the
Contractor’s equipment, whether empty or loaded, shall yield to
said public traffic at all times, except where the traffic is being
controlled by police officers, fire officers or traffic signalized
intersections.
l. Stockpiling and/or storage of materials on any public right-of-way
or parking areas will not be allowed without specific permission of
the City Engineer. Materials spilled on or along said right-of-way
or parking areas shall be kept in a safe, neat, clean, and orderly
fashion, and shall be restored to equal or better than original
condition upon completion of the work.
m. When work has been completed on a particular street or has been
suspended or rescheduled, and said street is to be opened to
vehicular traffic, all equipment, “NO PARKING” signs, other
obstruction, and necessary traffic control devices and equipment
shall be promptly removed from that street except as otherwise
authorized or directed by the City Engineer.
n. Should the Contractor be neglectful, negligent, or refuse, fail, or
otherwise be unavailable to promptly, satisfactorily, and fully
comply with the provisions specified and referred to herein above,
the City reserves the right to correct and/or mitigate any situation,
which in the sole opinion of the City’s Engineer constitutes a
serious deficiency and/or serious case of noncompliance, by any
means at its disposal at the Contractor’s and/or permittee’s
expense, and will deduct the cost therefore from the Contractor’s
progress and/or final payments. Such corrective action taken by
the City shall not reduce or abrogate the Contractor’s legal
obligations and liability for proper traffic control and safety
measures and shall not serve to transfer said obligations and
liabilities from the Contractor to the City or the City’s agents.
Special Provisions 3000-8
o. Violations of any of the above provisions and/or provisions of the
referenced publications, unless promptly and completely corrected
to the satisfaction of the City Engineer, shall, at the sole discretion
of the City, be grounds for termination of the Contract, or
shutdown or partial shutdown of the work, without compensation
to the Contractor and/or permittee, or liability to the City, all as
prescribed by contractual obligation or State law, whichever is
applicable.
p. The Contract item “Traffic Control” shall include labor lights,
barricades, signs, materials, fencing, and equipment necessary to
ensure that the vehicular traffic conforms to requirements as set
forth in this section and as shown on the drawings.
q. The compensation for furnishing, placing, maintaining and
removing traffic cones, telescoping tree flags, advance warning
signs, electronic changeable message signs, barricades, temporary
striping, and other safety devices as required for public safety or
as directed by the City Engineer, shall be considered full
compensation for all labor and materials for complying with these
requirements, and no additional compensation will be made
therefore.
4.2 Dust Control
The Contractor must comply with the City of La Quinta’s Municipal Code,
Chapter 6.16, “Fugitive Dust Control” Ordinance. Dust generated by traffic,
Contractor’s operations, or wind are all included in the definition of dust. The
Contractor will be responsible for watering the work area where dust is
generated from traffic, contractor’s operations and wind. Contractor’s area of
operations includes areas outside of roadbed or trench limits where excavation,
fill, or stockpiling of dirt or debris has taken place. The Contractor is responsible
for monitoring all of the above-described areas in the project area during the life
of the project, including holidays and weekends.
The Contractor shall prepare for review and approval by the City, the
required PM-10 plan. The plan shall be prepared in accordance with South
Coast Air Quality Management District guidelines. The Contractor shall have
a designated person Certified by the SCAQMD to prepare the PM-10 plan
and oversee the approved dust control measures. Dust control shall
include, but is not limited to the following:
1) Maintain dust control at all times by watering, including developing a
water supply, and furnishing and placing all water required for work
done in the contract.
2) Provide means to prevent track out onto public streets.
3) Provide street sweeping of material tracked onto public streets.
Special Provisions 3000-9
4.3 Water
The Contractor shall make arrangements with the Coachella Valley Water
District to obtain water from designated fire hydrants at or near the project for
use in dust control. It shall be the responsibility of the contractor to pay for the
water and any deposits required. The cost to furnish and apply water shall be
included in the unit prices for the various items bid and no additional payment
will be allowed therefore.
4.4 Permits, Licenses and Inspection Fees
The Contractor shall obtain and pay for all costs incurred for permits, licenses
and inspection fees required by other agencies because his operations. Prior to
starting any work, the Contractor shall be required to have a City of La Quinta
Business License for the life of the contract; his subcontractors shall also have
Business Licenses for the time they are engaged in work. The Contractor will
also be required to obtain a no-cost encroachment permit from the City
of La Quinta.
4.5 Air Contaminants
The Contractor shall not discharge smoke, dust or any other air contaminants
into the atmosphere in such quantity as will violate the regulations of any legally
constituted authority.
4.6 Notification
The Contractor shall notify the City, local authorities, and utility companies, of
his intent to begin work at least five days before work is to begin. The
Contractor shall cooperate with local authorities relative to handling traffic
through the area including coordinating with trash collection, school bus
schedules, public transportation and emergency activities.
Three days before work is to begin, the Contractor shall provide written
notice of intent to begin work to all adjacent properties, per Section
4000. The written notice will be approved by the City prior to issuance
and shall include at least the following information: brief description of
the improvements, the name, address and phone number of the
Contractor, and the date and time work is to begin and finish.
Contractor shall update and repost the information in the event the
work is rescheduled.
END OF SECTION