Loading...
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