Loading...
2016-08 SilverRock Park Venue Specs 2019-09-05 ConformedADDENDUM 03 – JULY 25, 2019 Bid Schedule 1210-1 SECTION 1210 BID SCHEDULE PROJECT NO. 2016-08 LA QUINTA SILVERROCK PARK VENUE 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 City Project No. 2016-08, La Quinta SilverRock Park Venue, 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 03 – JULY 25, 2019 Bid Schedule 1210-2 BASE BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS GENERAL 1 Mobilization 1 LS $ $ 2 Traffic Control 1 LS $ $ 3 Dust Control 1 LS $ $ 4 Storm Water Pollution Prevention Plan (SWPPP) 1 LS $ $ 5 Demolition and Disposal 1 LS $ $ SITE CONSTRUCTION & AMENITIES Site Improvements 6 Subgrade Preparation and Precise Grading 1 LS $ $ 6a Remove and Replace Soil Stabilization 82,000 SF $ $ 7 Decomposed Stabilized Granite Over Class II Aggregate Base per Plan 69,943 SF $ $ 8 6” P.C.C. Pavement Over Class II Aggregate Base per Plan (Parking) 1,788 SF $ $ 9 Interlocking Pavers Over Class II Aggregate Base per Plan (Site Entrance) 9,167 SF $ $ 10 Gravel Pave2 with 3/8” Crushed Rock Over Class II Aggregate Base with Permaloc per Plan 4,727 SF $ $ 11 12” Wide P.C.C. Banding Over Class II Aggregate Base per Plan 346 LF $ $ 12 6” Class II Aggregate Base Over Compacted Native Soil per Plans 8,775 SF $ $ 13 6” P.C.C. – See Plan for Width(s) 45,158 SF $ $ 14 6” PCC Hardscape per Landscape Plans 2,060 SF $ $ 15 2” Thick Stabilized Decomposed Granite Trail per Plan 4,794 SF $ $ 16 6” Concrete Vertical Curb per City of La Quinta Std. 210 170 LF $ $ 17 4” Concrete Rolled Curb per City of La Quinta Std. 203 114 LF $ $ ADDENDUM 03 – JULY 25, 2019 Bid Schedule 1210-3 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 18 Concrete Cross Gutter and Spandrel (Modified with Rolled Curb) per City of La Quinta Std. 230 806 SF $ $ 19 2’ Transition from 4” Rolled Curb Height to 0” Curb Height per Plans 2 EA $ $ 20 Parking Lot Wheel Stops per Plans 7 EA $ $ 21 “Stop Bar” and Legend per Caltrans Std. A24D and A24E 1 EA $ $ 22 Parking Lot Signage and Striping 1 LS $ $ 23 ADA Site Entrance Sign and Stop Sign per Plan 1 LS $ $ 24 36” Wide Truncated Domes per Plans and 2016 CBC Requirements 628 SF $ $ 25 6’ CMU Irrigation Equipment Screen Wall per City Freestanding Block Wall Standard Detail – Final Pay Item 46 LF $ $ Water/Sewer/Irrigation Improvements 26 6” PVC C-900 Fire Line (Including Bends and Fittings) per Plans 876 LF $ $ 27 1 ½” PVC Schedule 40 Water Line (Including Bends and Fittings) per Plans 976 LF $ $ 28 Connect to Existing Domestic Water Meter 1 LS $ $ 29 6” Fire Hydrant Assembly (Wet Barrel) per CVWD Std. W-33A and Plans 2 EA $ $ 30 6” PVC C-900 Irrigation Line (Including Reducer, Gate Valves, Blind Flange, Tees, Bends and Fittings) per Plans 2,486 LF $ $ 31 6” PVC C-900 Irrigation Line Connection to Existing 15” Line per Plans (Including Gate Valves, Flanges) 40 LF $ $ 32 ¾” PVC Schedule 40 Water Line (Including Bends and Fittings) per Plans 194 LF $ $ ADDENDUM 03 – JULY 25, 2019 Bid Schedule 1210-4 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 33 6” PVC (SDR-35) Sewer Line (Including Bends, Fittings and Cleanouts to Grade with Cap) per Plans 966 LF $ $ 34 Furnish and Install Grinder Pump (2 pump system), Electrical Conduit/Lines, Control Panel, 4’ Extension, Wet Well, Lateral Kit, Reducers, Couplings, Decorative Rock Cover, and Including All Appurtenances as Needed to Make Function. 1 LS $ $ 35 2” HDP SDR 11 Force Main W/ Metal Identification Tape Placed Over Top of Pipe (4’ Cover Min.) per Plans 468 LF $ $ Site Storm Drainage 36 6” ABS Drain Line at 1.0% Minimum per Plans– Final Pay Item 47 LF $ $ 37 8” HDPE N-12 Storm Drain Line per Plans– Final Pay Item 30 LF $ $ 38 12” HDPE N-12 Storm Drain Line per Plans– Final Pay Item 26 LF $ $ 38a 18” HDPE N-12 Storm Drain Line per Plans– Final Pay Item 79 LF $ $ 39 12” Square Area Drain per NDS- 1200 and 1210 as per Plans– Final Pay Item 1 EA $ $ 40 9” Square Area Drain per NDS- 900 and 916 as per Plans– Final Pay Item 1 EA $ $ 41 24” Inline Drain Basin per Nyloplast 2824AG with Traffic Rated Grate per Plans– Final Pay Item 1 EA $ $ 42 Trench Drain per NDS Part 550 and Cast Iron Grate per NDS Part 554 as per Plans– Final Pay Item 47 LF $ $ 43 8” ABS End Caps per Plans 2 EA $ $ 44 18” ADS Flared End Section Model No. 1810 NP– Final Pay Item 1 EA $ $ ADDENDUM 03 – JULY 25, 2019 Bid Schedule 1210-5 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 45 75 lb. Rock Rip-Rap per Plans– Final Pay Item 350 SF $ $ 46 Modify 54” Storm Drain, Construct Headwall, and Place ¼ Ton Grouted Rip-Rap Limits per Plans (Including Trash Rack) 1 LS $ $ Water Feature 47 Furnish and Install Water Feature per Plans and Specifications Including All Appurtenances as Shown on the Plans and as Needed to Make Function. Including but not limited to items listed in Technical Specifications 18.1, crossing structure, and railing. – Specialty Item 1 LS $ $ Site Amenities 48 Restroom Building Utility and Construction Coordination 1 LS $ $ 49 P.C.C. Stage, Stage Apron, Ramp, Railing and Step Slab per Plans 1 LS $ $ 50 Decorative Brick Pavers per Plan 3,944 SF $ $ 51 Stage Retaining Walls per Plans 100 LF $ $ 52 Bike Racks with Concrete Pad per Plans 5 EA $ $ 53 Benches with Concrete Pads per Plans 8 EA $ $ 54 Drinking Fountains with Concrete Pads and Sumps per Plans 2 EA $ $ 55 Tubular Steel Fence and Gates per Plan 468 LF $ $ 56 Concrete Mow Curb per Plans 2,200 LF $ $ 57 Permaloc Steel Edging per Plans 4,100 LF $ $ Site Electrical and Lighting 58 Pedestal, Conduit (Including Empty Conduit), Wire and Circuiting per Plans 1 LS $ $ 59 Parking Lot Lighting per Plans 20 EA $ $ ADDENDUM 03 – JULY 25, 2019 Bid Schedule 1210-6 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 60 Pole Lights per Plans 24 EA $ $ 61 Bollards per Plans 6 EA $ $ 62 Ingrade Uplight with Wide Flood Distribution per Plans 15 EA $ $ 63 Ingrade Uplight with Spot Distribution per Plans 12 EA $ $ 64 Color Changing Tree Uplights per Plans 36 EA $ $ 65 Steplights for Stage Area per Plans 3 EA $ $ 66 Utility Company Service Charges and Transformer Pad per Plans 1 LS $ $ 67 Panel Boards and Panel Board Feeders per Plans 1 LS $ $ 68 Pull Boxes per Plans 1 LS $ $ Landscape and Irrigation 69 Soil Prep and Fine Grade per Plans 1 LS $ $ 70 Weed Abatement per Plans 1 LS $ $ 71 Concrete Vault per Plans 1 LS $ $ 72 Furnish and Install Landscaping per Plans 1 LS $ $ 73 Furnish and Install Irrigation per Plans (Includes Filter, Pump, Concrete Pads and All Fittings) 1 LS $ $ 74 Furnish and Install Boulders per Plan – “Rustic Brown” 27 EA $ $ 75 Furnish and Install 6” Minus Baja Cresta Rubble per Plans 410 SF $ $ 76 Furnish and Install 3/8” Apache Brown Crushed Rock per Plans 660 SF $ $ 77 Furnish and Install 3/8” Minus Desert Gold Crushed Rock per Plans 66,400 SF $ $ 78 90-Day Maintenance Period 1 LS $ $ $ Total Amount of Bid Items 1 - 78 ADDENDUM 03 – JULY 25, 2019 Bid Schedule 1210-7 ADDITIVE ALTERNATIVES: City may approve any, all, or none of the following items B ID ALTERNATE 1 – Architectural Metal Screens ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS METAL SCREEN ADD 1 Metal Screens at Amphitheater Platform 1 LS $ $ Total Amount of Bid Alternate 1 $ B ID ALTERNATE 2 – Additional Terrace Walls ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS TERRACE WALL ADD 1 Additional Terrace Walls per Plans 1 LS $ $ 2 Additional Irrigation per Plans 1 LS $ $ Total Amount of Bid Alternate 2 $ B ID ALTERNATE 3 – Floating Fountain ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS FLOATING FOUNTAIN ADD 1 Furnish and Install Floating Fountain and All Appurtenances as Shown on the Plans and as Needed to Make Function 1 LS $ $ Total Amount of Bid Alternate 3 $ ADDENDUM 03 – JULY 25, 2019 Bid Schedule 1210-8 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (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 based 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 E mail Address lcSA SA SA SA SB SB SB SB SB SB SB SB SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SD SD REFER TO 'ELECTRICAL PLAN - PUMP STATION' ON SHEET E3.0 REFER TO 'RESTROOM BLDG.' PLAN ON SHEET E3.0 R40' -0" TOP O F S L O P E D L A W N TOP O F S L O P E D L A W N SEATI N G A R E A AA A A AA B B B B B BB C C CC C C C C C C C C C Alc Wheelchair36x48Com-panionSeat Wheelchair36x4 8 Com-panion Seat 22.00 23.00 24.00 25.00 22.00 23.00 24.00 25.00 26.0 0 24.00 25.0 0 26.00 24.00 25.00 26.00 8" SILVER ROCK WAY 77-899 WOLF RD. PH. (760) 777-9131 FAX (760) 777-9132 PALM DESERT, CA LIC# 2754, EXP 04/30/18 92211 H ERMANN D ESIGN G ROUP SUITE 102 SEE SHEET E1.3 SHEET MATCHLINE SHEET MATCHLINE SEE SHEET E1.8 SHEET MATCHLINESEE SHEET E1.6SEE SHEET E1.4SHEET MATCHLINEAREA OF WORK KEY MAP SYMBOL LEGEND GENERAL NOTES KEYED NOTES 7-25-2019 BM 7/25/19 TTTTTTTTTTTFFFFFAAARPFSMFMFARASPFFT77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 1027-25-2019BM 7/25/19 TTTTTTTTTTTFFFFAAATMFARASPFFT77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 1027-25-2019BM 7/25/19 MFARASPFFTWheelchair36x48Com-panionSeatWheelchair36x48Com-panionSeatTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTTFFFFFFFFFFFAAAAAAATTTTTF77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 1027-25-2019BM 7/25/19 TTTTTTTMFARASPFFT77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 1027-25-2019BM 7/25/19 lcTTT TTTTTTTTTTTTTTTTTTTTTTFFFFMFARASPFFT77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 1027-25-2019BM 7/25/19 TTTMFARASPFFT77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 1027-25-2019BM 7/25/19 77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 102 24" MIN.7-25-2019BM 7/25/19 ARPFFSM77-899 WOLF RD.PH. (760) 777-9131FAX (760) 777-9132PALM DESERT, CALIC# 2754, EXP 04/30/2092211HERMANNDESIGNGROUPSUITE 102OFF ONFLOWL1L2L1L2L1L2 FLOWOFF ON21L7-25-2019BM 7/25/19 1 of 2 ADDENDUM NUMBER 4 TO: All Prospective Bidders and Plan Holders FROM: Bryan McKinney, P.E., City Engineer DATE: July 26, 2019 SUBJECT: Project No. 2016-08, La Quinta SilverRock Park Venue 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 BID DOCUMENTS Section 1210 Section 1210 is replaced with the attached Section 1210 dated July 25, 2019. The following modifications are included: • Change Bid Item 42 Description from “Trench Drain per NDS Part 550 and Cast Iron Grate per NDS Part 554 as per Plans– Final Pay Item” to “4-inch Radius Trench Drain with Heel-Proof and ADA Compliant SS Grating; Product as Manufactured by Dura Trench or Approved Equal, as per Plans” • Change Bid Item 42 Unit from Linear Feet to Lump Sum  PROJECT PLANS Plan Sheet G5 Construction Note 29 is amended to Read “4-inch Radius Trench Drain with Heel- Proof and ADA Compliant SS Grating; Product as Manufactured by Dura Trench or Approved Equal” ADDENDUM 04 – JULY 26, 2019 Bid Schedule 1210-1 SECTION 1210 BID SCHEDULE PROJECT NO. 2016-08 LA QUINTA SILVERROCK PARK VENUE 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 City Project No. 2016-08, La Quinta SilverRock Park Venue, 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 04 – JULY 26, 2019 Bid Schedule 1210-2 BASE BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS GENERAL 1 Mobilization 1 LS $ $ 2 Traffic Control 1 LS $ $ 3 Dust Control 1 LS $ $ 4 Storm Water Pollution Prevention Plan (SWPPP) 1 LS $ $ 5 Demolition and Disposal 1 LS $ $ SITE CONSTRUCTION & AMENITIES Site Improvements 6 Subgrade Preparation and Precise Grading 1 LS $ $ 6a Remove and Replace Soil Stabilization 82,000 SF $ $ 7 Decomposed Stabilized Granite Over Class II Aggregate Base per Plan 69,943 SF $ $ 8 6” P.C.C. Pavement Over Class II Aggregate Base per Plan (Parking) 1,788 SF $ $ 9 Interlocking Pavers Over Class II Aggregate Base per Plan (Site Entrance) 9,167 SF $ $ 10 Gravel Pave2 with 3/8” Crushed Rock Over Class II Aggregate Base with Permaloc per Plan 4,727 SF $ $ 11 12” Wide P.C.C. Banding Over Class II Aggregate Base per Plan 346 LF $ $ 12 6” Class II Aggregate Base Over Compacted Native Soil per Plans 8,775 SF $ $ 13 6” P.C.C. – See Plan for Width(s) 45,158 SF $ $ 14 6” PCC Hardscape per Landscape Plans 2,060 SF $ $ 15 2” Thick Stabilized Decomposed Granite Trail per Plan 4,794 SF $ $ 16 6” Concrete Vertical Curb per City of La Quinta Std. 210 170 LF $ $ 17 4” Concrete Rolled Curb per City of La Quinta Std. 203 114 LF $ $ ADDENDUM 04 – JULY 26, 2019 Bid Schedule 1210-3 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 18 Concrete Cross Gutter and Spandrel (Modified with Rolled Curb) per City of La Quinta Std. 230 806 SF $ $ 19 2’ Transition from 4” Rolled Curb Height to 0” Curb Height per Plans 2 EA $ $ 20 Parking Lot Wheel Stops per Plans 7 EA $ $ 21 “Stop Bar” and Legend per Caltrans Std. A24D and A24E 1 EA $ $ 22 Parking Lot Signage and Striping 1 LS $ $ 23 ADA Site Entrance Sign and Stop Sign per Plan 1 LS $ $ 24 36” Wide Truncated Domes per Plans and 2016 CBC Requirements 628 SF $ $ 25 6’ CMU Irrigation Equipment Screen Wall per City Freestanding Block Wall Standard Detail – Final Pay Item 46 LF $ $ Water/S ewer/Irrigation Improvements 26 6” PVC C-900 Fire Line (Including Bends and Fittings) per Plans 876 LF $ $ 27 1 ½” PVC Schedule 40 Water Line (Including Bends and Fittings) per Plans 976 LF $ $ 28 Connect to Existing Domestic Water Meter 1 LS $ $ 29 6” Fire Hydrant Assembly (Wet Barrel) per CVWD Std. W-33A and Plans 2 EA $ $ 30 6” PVC C-900 Irrigation Line (Including Reducer, Gate Valves, Blind Flange, Tees, Bends and Fittings) per Plans 2,486 LF $ $ 31 6” PVC C-900 Irrigation Line Connection to Existing 15” Line per Plans (Including Gate Valves, Flanges) 40 LF $ $ 32 ¾” PVC Schedule 40 Water Line (Including Bends and Fittings) per Plans 194 LF $ $ 33 6” PVC (SDR-35) Sewer Line (Including Bends, Fittings and Cleanouts to Grade with Cap) per Plans 966 LF $ $ ADDENDUM 04 – JULY 26, 2019 Bid Schedule 1210-4 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 34 Furnish and Install Grinder Pump (2 pump system), Electrical Conduit/Lines, Control Panel, 4’ Extension, Wet Well, Lateral Kit, Reducers, Couplings, Decorative Rock Cover, and Including All Appurtenances as Needed to Make Function. 1 LS $ $ 35 2” HDP SDR 11 Force Main W/ Metal Identification Tape Placed Over Top of Pipe (4’ Cover Min.) per Plans 468 LF $ $ Site Storm Drainage 36 6” ABS Drain Line at 1.0% Minimum per Plans– Final Pay Item 47 LF $ $ 37 8” HDPE N-12 Storm Drain Line per Plans– Final Pay Item 30 LF $ $ 38 12” HDPE N-12 Storm Drain Line per Plans– Final Pay Item 26 LF $ $ 38a 18” HDPE N-12 Storm Drain Line per Plans– Final Pay Item 79 LF $ $ 39 12” Square Area Drain per NDS-1200 and 1210 as per Plans– Final Pay Item 1 EA $ $ 40 9” Square Area Drain per NDS-900 and 916 as per Plans– Final Pay Item 1 EA $ $ 41 24” Inline Drain Basin per Nyloplast 2824AG with Traffic Rated Grate per Plans– Final Pay Item 1 EA $ $ 42 4-inch Radius Trench Drain with Heel-Proof and ADA Compliant SS Grating; Product as Manufactured by Dura Trench or Approved Equal, as per the Architectural Plans 1 LS $ $ 43 8” ABS End Caps per Plans 2 EA $ $ 44 18” ADS Flared End Section Model No. 1810 NP– Final Pay Item 1 EA $ $ 45 75 lb. Rock Rip-Rap per Plans– Final Pay Item 350 SF $ $ 46 Modify 54” Storm Drain, Construct Headwall, and Place ¼ Ton Grouted Rip-Rap Limits per Plans (Including Trash Rack) 1 LS $ $ ADDENDUM 04 – JULY 26, 2019 Bid Schedule 1210-5 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS Water Feature 47 Furnish and Install Water Feature per Plans and Specifications Including All Appurtenances as Shown on the Plans and as Needed to Make Function. Including but not limited to items listed in Technical Specifications 18.1, crossing structure, and railing. – Specialty Item 1 LS $ $ Site Amenities 48 Restroom Building Utility and Construction Coordination 1 LS $ $ 49 P.C.C. Stage, Stage Apron, Ramp, Railing and Step Slab per Plans 1 LS $ $ 50 Decorative Brick Pavers per Plan 3,944 SF $ $ 51 Stage Retaining Walls per Plans 100 LF $ $ 52 Bike Racks with Concrete Pad per Plans 5 EA $ $ 53 Benches with Concrete Pads per Plans 8 EA $ $ 54 Drinking Fountains with Concrete Pads and Sumps per Plans 2 EA $ $ 55 Tubular Steel Fence and Gates per Plan 468 LF $ $ 56 Concrete Mow Curb per Plans 2,200 LF $ $ 57 Permaloc Steel Edging per Plans 4,100 LF $ $ Site Electrical and Lighting 58 Pedestal, Conduit (Including Empty Conduit), Wire and Circuiting per Plans 1 LS $ $ 59 Parking Lot Lighting per Plans 20 EA $ $ 60 Pole Lights per Plans 24 EA $ $ 61 Bollards per Plans 6 EA $ $ 62 Ingrade Uplight with Wide Flood Distribution per Plans 15 EA $ $ ADDENDUM 04 – JULY 26, 2019 Bid Schedule 1210-6 ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 63 Ingrade Uplight with Spot Distribution per Plans 12 EA $ $ 64 Color Changing Tree Uplights per Plans 36 EA $ $ 65 Steplights for Stage Area per Plans 3 EA $ $ 66 Utility Company Service Charges and Transformer Pad per Plans 1 LS $ $ 67 Panel Boards and Panel Board Feeders per Plans 1 LS $ $ 68 Pull Boxes per Plans 1 LS $ $ Landscape and Irrigation 69 Soil Prep and Fine Grade per Plans 1 LS $ $ 70 Weed Abatement per Plans 1 LS $ $ 71 Concrete Vault per Plans 1 LS $ $ 72 Furnish and Install Landscaping per Plans 1 LS $ $ 73 Furnish and Install Irrigation per Plans (Includes Filter, Pump, Concrete Pads and All Fittings) 1 LS $ $ 74 Furnish and Install Boulders per Plan – “Rustic Brown” 27 EA $ $ 75 Furnish and Install 6” Minus Baja Cresta Rubble per Plans 410 SF $ $ 76 Furnish and Install 3/8” Apache Brown Crushed Rock per Plans 660 SF $ $ 77 Furnish and Install 3/8” Minus Desert Gold Crushed Rock per Plans 66,400 SF $ $ 78 90-Day Maintenance Period 1 LS $ $ $ Total Amount of Bid Items 1 - 78 ADDENDUM 04 – JULY 26, 2019 Bid Schedule 1210-7 ADDITIVE ALTERNATIVES: City may approve any, all, or none of the following items B ID ALTERNATE 1 – Architectural Metal Screens ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS METAL SCREEN ADD 1 Metal Screens at Amphitheater Platform 1 LS $ $ Total Amount of Bid Alternate 1 $ B ID ALTERNATE 2 – Additional Terrace Walls ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS TERRACE WALL ADD 1 Additional Terrace Walls per Plans 1 LS $ $ 2 Additional Irrigation per Plans 1 LS $ $ Total Amount of Bid Alternate 2 $ B ID ALTERNATE 3 – Floating Fountain ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS FLOATING FOUNTAIN ADD 1 Furnish and Install Floating Fountain and All Appurtenances as Shown on the Plans and as Needed to Make Function 1 LS $ $ Total Amount of Bid Alternate 3 $ ADDENDUM 04 – JULY 26, 2019 Bid Schedule 1210-8 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (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 based 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 E mail Address i TABLE OF CONTENTS DIVISION 1 - BIDDING AND CONTRACT REQUIREMENTS PAGE 1100 Invitation to Bid 1100-1 1110 Instructions to Bidders 1110-1 1.0 Work to be Done 1110-1 2.0 Examination of Contract Documents 1110-1 3.0 Inspection of Site 1110-1 4.0 Interpretation of Contract Documents 1110-2 5.0 Postponement of Opening 1110-2 6.0 Opening of Bids 1110-2 7.0 Preparation of Bid Forms 1110-2 8.0 Bidder’s Signature and Authority 1110-3 9.0 Erasures 1110-3 10.0 Bid Irregularities 1110-4 11.0 Modification of Bid 1110-4 12.0 Withdrawal of Bids 1110-4 13.0 Addenda 1110-4 14.0 Bid Prices 1110-4 15.0 Bid Guaranty 1110-5 16.0 Qualification of Bidder 1110-5 17.0 Subcontractors 1110-5 18.0 Bidders Interested in More Than One Bid 1110-6 19.0 Sheeting, Shoring, and Bracing 1110-6 20.0 Wage Rates 1110-6 21.0 Offer of Assignment of Antitrust Actions 1110-7 22.0 Assignment of Contract 1110-7 23.0 Rejection of Bids 1110-7 24.0 Contract and Bonds 1110-7 25.0 Award of Contract 1110-7 26.0 Execution of Contract 1110-8 27.0 Construction Documents 1110-8 28.0 Bid Protest 1110-8 1200 Bid 1200-1 1210 Bid Schedule 1210-1 1220 Bid Guaranty Bond 1220-1 1230 Certification of Bidder's Experience and Qualifications 1230-1 1240 Proposed Subcontractors 1240-1 1250 Non-Collusion Affidavit 1250-1 1260 DIR Project Vendor Information 1260-1 1300 Contract 1300-1 1310 Performance Bond 1310-1 1320 Payment Bond 1320-1 1330 Workers' Compensation Insurance Certificate 1330-1 ii 1340 Liability and Insurance Requirements 1340-1 1.0 Indemnification 1340-1 2.0 Insurance Requirements 1340-3 2.1 General 1340-3 2.2 Insurance 1340-3 2.3 Remedies 1340-5 2.4 General Conditions 1340-6 2.5 Change in Terms 1340-9 1400 General Conditions 1400-1 1.0 General 1400-1 1.1 Intent of Contract Documents 1400-1 1.2 Discrepancies and Omissions 1400-1 1.3 Headings 1400-2 1.4 Penalty for Collusion 1400-2 1.5 Successors and Assigns 1400-2 1.6 Assignment to City 1400-2 1.7 Rights and Remedies 1400-2 1.8 Definitions 1400-3 2.0 Administration 1400-8 2.1 Administration of the Contract 1400-8 2.2 City Engineer 1400-8 2.3 Consultants 1400-9 3.0 City 1400-9 3.1 General 1400-9 3.2 Attention to Work 1400-9 3.3 Inspection 1400-9 3.4 City's Right to Carry Out the Work 1400-9 3.5 City's Right to Perform Work and to Award Separate Contracts 1400-10 4.0 Contractor 1400-10 4.1 Office 1400-10 4.2 Contractor's Representative 1400-10 4.3 Construction Procedures 1400-11 4.4 Contractor's Employees 1400-11 4.5 Subcontractors 1400-11 4.6 Contractor's Equipment and Facilities 1400-12 4.7 Public Safety and Convenience 1400-12 4.8 City-Contractor Coordination 1400-12 4.9 Permits 1400-13 4.10 Contractor's Responsibility for the Work and Material 1400-13 4.11 Laws to be Observed 1400-14 4.12 Safety 1400-17 iii 5.0 Control of Work and Material 1400-18 5.1 Means and Method 1400-18 5.2 City-Furnished Materials 1400-19 5.3 Defective and Unauthorized Work 1400-19 5.4 Unnoticed Defects 1400-19 5.5 Right to Retain Imperfect Work 1400-20 6.0 Progress of the Work 1400-20 6.1 Beginning of Work 1400-20 6.2 Time of Completion 1400-20 6.3 Delays 1400-20 6.4 Time Extensions 1400-21 6.5 Temporary Suspension of Work 1400-23 6.6 Termination of Contract 1400-24 7.0 Changes in Scope of Work 1400-24 7.1 Change Orders 1400-24 7.2 Differing Site Conditions 1400-25 7.3 Resolution of Disputes 1400-26 8.0 Project Modifications Procedures 1400-29 8.1 Changes in Contract Price 1400-29 8.2 Negotiated Change Orders 1400-30 8.3 Force Account Payment 1400-31 8.4 Time Extensions for Change Orders 1400-34 9.0 Payment 1400-34 9.1 Scope of Payment 1400-34 9.2 Partial Payments 1400-35 9.3 Partial Payments - Inclusion of Material on Hand 1400-35 9.4 Right to Withhold Amounts 1400-36 9.5 Substantial Completion 1400-37 9.6 Final Inspection and Payment 1400-38 9.7 Warranty of Title 1400-39 1500 Supplemental General Conditions 1500-1 1.0 City Engineer 1500-1 2.0 Consultants 1500-1 2.1 Design Engineer 1500-1 2.2 Materials Testing 1500-1 2.2 Survey 1500-2 3.0 Liquidated Damages 1500-2 4.0 Submittals 1500-3 iv DIVISION 2 - GENERAL PROJECT REQUIREMENTS 2000 General 2000-1 1.0 Standard Specifications 2000-1 1.1 Alternative Specifications 2000-1 2.0 Standard Plans 2000-2 2.1 Alternative Guidance 2000-2 3.0 Preconstruction Conference 2000-2 3.1 Attendees 2000-2 3.2 Agenda 2000-2 4.0 Progress Schedules 2000-3 4.1 General 2000-3 4.2 Construction Schedule 2000-3 4.3 Time Impact Analysis 2000-4 4.4 Weekly Activities Plan 2000-4 4.5 Cash Flow Projection 2000-4 4.6 Lump Sum Price Breakdown 2000-4 5.0 Special Controls 2000-4 5.1 Dust Control 2000-4 5.2 Noise Abatement 2000-5 5.3 Working Hours 2000-5 5.4 Drainage Control 2000-5 5.5 Construction Cleaning 2000-5 5.6 Disposal of Material 2000-6 5.7 Parking and Storage Areas 2000-6 6.0 Protection and Restoration of Existing Improvements 2000-6 7.0 Existing Utilities 2000-6 7.1 General 2000-6 7.2 Notification and Location 2000-7 7.3 Damage and Protection 2000-7 7.4 Utility Relocation and Rearrangement 2000-7 7.5 Underground Facilities 2000-8 DIVISION 3 - SPECIAL PROVISIONS SECTION 3000 1.0 General 3000-1 1.1 Scope of Services 3000-1 1.2 Project Description 3000-1 1.3 Project Plans 3000-1 v 1.4 Drawings of Record 3000-1 1.5 Cooperation with other Contractors 3000-2 1.6 Time Allowed for Construction 3000-2 2.0 Bid Items 3000-2 3.0 Materials 3000-3 3.1 General 3000-3 3.2 Substitutions 3000-3 3.3 Storage 3000-3 4.0 Work Details 3000-3 4.1 Traffic Control 3000-3 4.2 Dust Control 3000-7 4.3 Water 3000-7 4.4 Permits, Licenses and Inspection Fees 3000-8 4.5 Air Contaminants 3000-8 4.6 Notification 3000-8 DIVISION 4 – TECHNICAL SPECIFICATIONS SECTION 4000 1.0 General Requirements 4000-1 2.0 Mobilization 4000-1 3.0 Traffic Control and Staging 4000-1 4.0 Dust Control and Storm Water Pollution Control 4000-1 3.0 Clearing and Grubbing 4000-2 6.0 Demolition and Disposal 4000-3 7.0 Subgrade Preparation and Precise Grading 4000-3 8.0 Placement of Base Material 4000-4 9.0 Concrete Construction 4000-4 10.0 Signing, Striping, and Pavement Markers 4000-7 11.0 Water Improvements 4000-10 12.0 Sewer Improvements 4000-12 13.0 Storm Drain HDPE Pipe, Area Drains, Trench Drains 4000-13 14.0 Miscellaneous Metal Items 4000-14 15.0 Rip-Rap 4000-14 16.0 Interlocking Concrete Pavers 4000-14 17.0 Gravelpave2 4000-20 vi 18.0 Water Feature 4000-26 19.0 Site Furnishings 4000-47 20.0 Lighting/Electrical 4000-49 21.0 Landscape and Irrigation 4000-52 Appendix A: Escrow Agreement for Security Deposits In lieu of Retention Appendix B: Standard Plans Invitation to Bid 1100-1 SECTION 1100 INVITATION TO BID PROJECT NO. 2016-08 LA QUINTA SILVERROCK PARK VENUE SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 1:00 P.M. on Thursday, July 25, 2019 at which time they will be publicly opened and read for performing work as follows: This project is located on the east side of the SilverRock entrance located at SilverRock Way and Avenue 52. Work includes precise grading, landscaping and irrigation, utility construction, stream and lake construction, furnishing and installation of pump for lake, furnishing and installation of lighting, decomposed granite parking lot construction, concrete ADA parking space construction, concrete and decomposed walkways, construction of a stage, construction of outlet structures, construction of retaining walls, and construction of an outdoor theater with seating area as an additive alternate. Rough grading will be completed by others. 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 Sect ions 3000 and 4000 for more information. This project shall be completed within 120 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following “Notice of Award”. A pre-bid conference is scheduled for 1:00 P.M., Monday, July 15, 2019 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, C alifornia 92253. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laquintaca.gov/business/design-and-development/bid-on-jobs. Invitation to Bid 1100-2 Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub- consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations’ Internet website at http://www.dir.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders 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 project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform; all electrical work shall be performed by a licensed C-10 (Electrical Contractor). Failure to possess the specified license(s) shall render the bid as non-responsive. Instruction to Bidders 1110-1 SECTION 1110 INSTRUCTIONS TO BIDDERS 1.0 WORK TO BE DONE It is the intention of the City to construct improvements as shown and set forth on the plans and detailed drawings, and in the particular locations shown on the drawings. All of the work is particularly set forth in the plans and specifications, and all of said work, together with all other work incidental thereto, is included. The work includes the furnishing of all labor, materials, incidentals and equipment necessary for Project No. 2016-08, La Quinta SilverRock Park Venue, and all appurtenant incidental items. The Contractor shall be required to provide, at its own cost and expense, all necessary insurance, as required by law or these specifications, and shall pay the cost and expense of any and all incidental matters herein required. 2.0 EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall thoroughly examine and be familiar with those Contract documents contained in the Project Manual, drawings and addenda, if any. The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the Contract documents. The failure or neglect of a bidder to receive or examine any of the Contract documents shall in no way relieve him from any obligation with respect to its proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract documents. 3.0 INSPECTION OF SITE Bidders are required to inspect the site of the work to satisfy themselves by personal examination or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions of and at the site of work. If, during the course of its examination, a bidder finds facts or conditions which appear to be in conflict with the letter or spirit of the bidding documents, the Bidder may apply to the City, in writing, for additional information and explanation before submitting its bid. Submission of a bid by the bidder shall constitute acknowledgment that, if awarded the Contract, it has relied and is relying on its own examination of (1) the site of the work, (2) access to the site, and (3) all other data and matters requisite to the fulfillment of the work and on its own knowledge of existing facilities on and in the vicinity of the site of the work to be constructed under the Contract. The information provided by the City is not intended to be a substitute for, or a supplement to the independent verification by the bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the bidder. Instruction to Bidders 1110-2 4.0 INTERPRETATION OF CONTRACT DOCUMENTS No oral representations or interpretations will be made to any bidder as to the meaning of the Contract documents. Requests for an interpretation shall be made in writing and delivered at least five (5) days before the time announced for opening the bids to: Leonard St. Sauver, Construction Manager City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 (760) 275-2143 – Phone lstsauve@la-quinta.org – Email Requests to clarify the source of materials, equipment, suppliers or any other such matter which does not modify, change, increase, or decrease the scope of work requires no action by the City other than a response to the bidder requesting the clarification. Requests to clarify possible ambiguous or incomplete statements or designs, or any other such clarification which modifies, changes, increases or decreases the scope of work, requires issuance of an addendum by the City for the interpretation to become effective. 5.0 POSTPONEMENT OF OPENING The City reserves the right to postpone the date and time for receiving and/or opening of bids at any time prior to the date and time established in the Invitation to Bid. Postponement notices shall be mailed to plan holders of record in the form of addenda. 6.0 OPENING OF BIDS All bids, irrespective of any irregularities or informalities, if received on time, will be opened and publicly read aloud at the time and place set forth in the Invitation to Bid. Bidders, their representatives and other interested persons may be present at the opening and reading of bids. Any bids received after the time for receiving and opening bids as set forth in the Invitation to Bid or as postponed by addenda will be considered nonresponsive and will not be opened. Any such bids will be returned unopened to the Bidder. The public reading of each bid will include at least the following: A. Name and address of bidder. B. The total amount of bid. C. The nature and amount of the security furnished with the bid. 7.0 PREPARATION OF BID FORMS Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Instruction to Bidders 1110-3 Unit prices listed herein shall 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. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Area plus all Additive Alternates. All bids must be submitted in a sealed envelope, addressed to the City Clerk, with the following annotation: It is the sole responsibility of the bidder to see that its bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. City shall not be responsible for errors or omissions in the bid. Bidders shall write their names on each bid form at the space provided. 8.0 BIDDER'S SIGNATURE AND AUTHORITY If the bid is made by an individual, his/her name, signature, and post office address must be shown; if made by a firm or partnership, the name and post office address of the firm or partnership, a list of the partners, and the signature of at least one of the general partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation, and the title of the person who signs on behalf of the corporation. If the bid is made by the corporation, a certified copy of the bylaws or resolution of the Board of Directors of the corporation shall be furnished, upon request of the City Engineer or designee, showing the authority of the officer signing the bid to execute Contracts on behalf of the corporation. If the bid is made by a joint venture, the bid shall be signed by a representative of one of the joint venture firms. Additionally, the bid shall include a copy of the resolution or contract empowering the representative to execute the bid and bind the joint venture. 9.0 ERASURES The bid submitted must not contain any erasure, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the signature or signatures of the person or persons submitting the bid. BIDDER ____________________________ ADDRESS ____________________________ ____________________________ This envelope contains a SEALED BID for: Project No2016-08 La Quinta SilverRock Park Venue CITY OF LA QUINTA, CALIFORNIA Envelope to be opened on: July 25, 2019 @ 1:00 P.M. Unless revised by Addendum. Instruction to Bidders 1110-4 10.0 BID IRREGULARITIES Changes in or additions to the bid form, recapitulations of the work bid upon, alternative bids, or any other modifications of the bid form which are not specifically called for in the Contract Documents may result in rejection of the bid by the City, as not being responsive to the Invitation to Bid. No oral or telephonic modification of any bid submitted will be considered. 11.0 MODIFICATION OF BID Modification of a bid already received will be considered only if the modification is received prior to the time established for receiving bids. Modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 12.0 WITHDRAWAL OF BIDS In accordance with Public Contract Code 5103, within five days after the opening of bids, a bidder may withdraw its bid providing the bidder can establish to the City's satisfaction that a mistake was made in preparing the bid. A bidder desiring to withdraw shall give written notice to the City, specifying, in detail, how the mistake occurred and how the mistake made the bid materially different than it was intended to be. Withdrawal will not be permitted for mistakes resulting from errors in judgment or carelessness in inspecting the site of the work or in reading the Project Documents. 13.0 ADDENDA Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgment in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non- compliance with the terms of the instructions. You must be on the plan holders list through Planit Planroom Enterprises or Plan Manager Pro in order to receive Addenda. 14.0 BID PRICES Bid prices shall include everything necessary for the completion of the work including but not limited to providing the materials, equipment, tools, plant and other facilities, and the management, superintendence, labor and services. Bid prices shall include allowance for all federal, state and local taxes. In the event of a difference between a price quoted in words and a price quoted in figures for the same quotation, the words shall be the amount bid. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern, and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. If the sum of two or more items in a bidding schedule does not equal the total amount quoted, the individual item amounts shall govern and the correct total shall be deemed to be the amount bid. Instruction to Bidders 1110-5 15.0 BID GUARANITY The bid form shall be accompanied by a bid guaranty bond provided by a guaranty company authorized to carry on business in the State of California for payment to the City in the sum of at least ten (10) percent of the total amount of the bid price, or, alternatively, by a certified or cashier's check, payable to the City in the sum of at least ten (10) percent of the total amount of the bid price. The bid guarantee bond shall be provided on the form included in Section 1220, BID GUARANTY BOND, of this Project Document. The amount payable to the City under the bid guaranty bond, or the certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to the City as liquidated damages in case of a failure or neglect of the bidder to furnish, execute, and deliver to the City the required performance and payment bonds evidences of insurance; and to enter into, execute, and deliver to the City the Contract on the form provided herewith, within ten (10) calendar days after receiving written notice from the City that the award has been made and the Contract is ready for execution. The City shall retain all bid security until a contract has been executed or until the City Council rejects all bids at which time all bid security not forfeited shall be returned to the appropriate bidders. 16.0 QUALIFICATION OF BIDDER Each bidder shall complete and submit with their bid Section 1230, CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS. Upon the request of City, any bidder whose bid is under consideration for the award of the Contract shall promptly submit satisfactory evidence showing the bidder's financial resources, its construction experience, and its organization's availability for the performance of the Contract. The bidder may be required to establish to the satisfaction of the City the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the Documents. 17.0 SUBCONTRACTORS In accordance with California Public Contracting Code Section 4100, et. seq., each bid shall have listed in Section 1240, PROPOSED SUBCONTRACTORS, the name, portion of work to be performed, and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or of any subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the bidder's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of one percent of the bidder's total bid or Ten Thousand Dollars ($10,000.00), whichever is greater. Instruction to Bidders 1110-6 The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract and the amount of any such “Specialty Items” so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from the information submitted by the Contractor, and subject to approval of the Engineer. Failure to list subcontractors may render the bid non-responsive and may be grounds for rejection of the bid. Failure to comply with the provisions of the California "Subletting and Subcontracting Fair Practices Act" shall make the Contractor subject to the sanctions as set forth in the Act. 18.0 BIDDERS INTERESTED IN MORE THAN ONE BID No person, firm, or corporation, under the same or different name, shall make, file, or be interested in more than one bid for the same work unless alternate bids are called for. A person, firm, or corporation may, however, submit sub-proposals or quote prices on materials to more than one bidder. The City may reject the bids of the known participants in such collusion. Pursuant to Public Contract Code Section 7106, bidders shall execute and furnish with their bids Section 1250, NON- COLLUSION AFFIDAVIT. 19.0 SHEETING, SHORING AND BRACING Pursuant to the provisions of California Labor Code Section 6707, each bid submitted shall contain, in the bid item indicated, the amount included in its bid for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub-consultants. 20.0 WAGE RATES Pursuant to provisions of the Labor Code Section 1770, et. seq., of the State of California, the Director of the Department of Industrial Relations has ascertained the prevailing rate of per diem wages of the locality in which the Work is to be performed and applicable to the work to be done. These wage rates are available from the California Department of Industrial Relations’ Internet web site at: www.dir.ca.gov Bidders shall promptly notify the City, in writing, about all the classifications of labor not listed in the prevailing wage determinations but necessary for the performance of the Work before bids are submitted. Instruction to Bidders 1110-7 21.0 OFFER OF ASSIGNMENT OF ANTITRUST ACTIONS As provided by Sections 4551 and 4552 of the California Government Code, in submitting a bid to the City, the bidder offers and agrees that if the bid is accepted, it will assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the City pursuant to the bid. Such assignment shall be made and become effective at the time the City tenders final payment to the bidder. 22.0 ASSIGNMENT OF CONTRACT No assignment by the Contractor of any contract to be entered into hereunder, or any part thereof, or of funds to be received thereunder by the Contractor, will be recognized by City unless such assignment has had prior approval of City and the Surety has been given due notice of such assignment in writing and has consented thereto in writing. 23.0 REJECTION OF BIDS The City reserves the right to reject all bids for any reason. The City further reserves the right to reject any bid: which is non-responsive, incomplete, obscure, or irregular; which omits a bid on any one or more of the required bid items; which does not contain satisfactory documentation of the bidder's qualifications as required by Section 1110-16.0, QUALIFICATION OF BIDDER; which, in the City's opinion, the unit prices are unbalanced; which is accompanied by insufficient or irregular bid security; or, which is from a bidder who has previously failed, on a contract of any nature, to perform properly or to complete it on time. The City reserves the right to waive irregularities. 24.0 CONTRACT AND BONDS The successful bidder, simultaneously with the execution of the Contract, will be required to furnish a Payment Bond on forms provided by the City in an amount equal to one hundred percent (100%) of the Contract Price, a Faithful Performance Bond in an amount equal to one hundred (100%) of the Contract Price, and the WORKER'S COMPENSATION INSURANCE CERTIFICATE in Section 1330. Said bonds shall be secured from a surety company satisfactory to City. The form of Contract, as provided in Section 1300, which the successful bidder as Contractor will be required to execute, and the forms of bonds as provided in Sections 1310 and 1320, which it will be required to furnish, shall be carefully examined by the bidder. 25.0 AWARD OF CONTRACT Within sixty (60) days after the time of opening of the bids, the City will act either to accept a bid, to reject all bids or with the consent of the bidders and their sureties to extend the time in which the City may act. The acceptance of a bid will be evidenced by a notice of award of Contract in writing, delivered in person or by certified mail to the bidder whose bid is accepted. No other act of City will constitute acceptance of a bid. The award of Contract shall obligate the bidder whose bid is accepted to furnish performance and payment bonds and evidences of insurance, and to execute the Contract in the form set forth in the Contract documents. Instruction to Bidders 1110-8 26.0 EXECUTION OF CONTRACT The Contract Agreement shall be executed by the successful bidder and returned, together with the Contract bonds and evidences of insurance, within ten (10) days after receiving written notice of the award of the Contract. Time is of the essence in this regard. After execution by City, one copy shall be returned to Contractor. 27.0 CONSTRUCTION DOCUMENTS The City will furnish the Contractor five copies of the Specifications after the execution of the Contract. The Contractor may request up to three additional copies at no cost, for a total of eight (8) no cost copies. 28.0 BID PROTEST Any bid protest must be in writing and received by City at the Office of the City Clerk located at 78- 495 Calle Tampico, La Quinta, California, 92253, before 5:00p.m., no later than two working days following bid opening (the "Bid Protest Deadline") and must comply with the following requirements: 28.1 General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder but must timely pursue its own protest. The protesting bidder must submit a non-refundable fee in the amount of $685.00, based upon City's reasonable costs to administer the bid protest. Any such fee must be submitted to City no later than the Bid Protest Deadline, unless otherwise specified. For purposes of this Section 28, a "working day" means a day that City is open for normal business, and excludes weekends and holidays observed by City. 28.2 Protest Contents. The bid protest must contain a complete statement of the basis for the protest and all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the person representing the protesting bidder if different from the protesting bidder. 28.3 Copy to Protested Bidder. A copy of the protest and all supporting documents must be concurrently transmitted by fax or by email, by or before the Bid Protest Deadline, to the protested bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 28.4 Response to Protest. The protested bidder may submit a written response to the protest provided the response is received by City before 5:00p.m., within two working days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the "Response Deadline"). The response must include all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person representing the protested bidder if different from the protested bidder. Instruction to Bidders 1110-9 28.5 Copy to Protesting Bidder. A copy of the response and all supporting documents must be concurrently transmitted by fax or by email, by or before the Bid Protest Deadline, to the protesting bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 28.6 Exclusive Remedy. The procedure and time limits set forth in this section are mandatory and are the bidder's sole and exclusive remedy in the event of bid protest. A bidder's failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including filing a Government Code Claim or initiation of legal proceedings. 28.7 Right to Award. The City Council reserves the right to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid, and to issue a notice to proceed with the Work notwithstanding any pending or continuing challenge to its determination. END OF SECTION General Conditions 1400-1 SECTION 1400 GENERAL CONDITIONS 1.0 GENERAL 1.1 Intent of Contract Documents Where the Plans or Specifications describe portions of the Work in general terms but not in complete detail, it is understood that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish tools, equipment, and incidentals, and do all the work involved in executing the Contract in a satisfactory and workmanlike manner. Unless specifically noted otherwise, all sections of the Specifications and the Plans shall be complimentary and applicable to each other. In the event the materials and/or equipment are to be furnished by the City, as designated in the Specific Project Requirements or as agreed on, this shall not relieve the Contractor of the above requirements to furnish all other labor, materials, and equipment to complete the Contract. Words and abbreviations which have well known technical or trade meaning are used in the Contract Documents in accordance with such recognized meanings. 1.2 Discrepancies and Omissions Any discrepancies or omissions found in the Contract Documents shall be immediately reported to the City Engineer who will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: 1. Contract a. Agreement b. Permits c. Change Orders 2. Instruction to Bidders 3. Permits issued by other agencies 4. Specific Project Requirements 5. General Project Requirements 6. Supplementary Conditions 7. General Conditions 8. Technical Specifications 9. Standard Specifications 10. Reference Specifications 11. Plans 12. Standard Plans General Conditions 1400-2 1.3 Headings Headings to parts, divisions, sections, articles, paragraphs, subparagraphs, and forms are inserted for convenience of reference only and shall not affect the interpretation of the Contract Documents. 1.4 Penalty for Collusion If, at any time, it is found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any bid or bids, colluded with any other party or parties, then the Contract shall be null and void, and the Contractor and its sureties shall be liable for loss or damage which the City may suffer thereby, and the City may advertise for new bids for said Work. 1.5 Successors and Assigns The City and the Contractor, respectively, bind themselves, their partners, successors, assigns, and legal representatives to the other party hereto and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants, contracts, agreements, and obligation contained in the Contract Documents. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other. 1.6 Assignment to City Pursuant to Public Contract Code 4551, in entering into the Contract and all subcontracts, to supply goods, services, or materials pursuant to the Contract, the Contractor and its subcontractors offer and agree to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the Contract and subcontracts. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor, without further acknowledgment by the parties. 1.7 Rights and Remedies The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to, and not a limitation of, any duties, obligations, rights, and remedies otherwise imposed or available by law. No action or failure to act by the City and its representatives or the consultants, shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. General Conditions 1400-3 1.8 Definitions Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, applicable, appropriate, sufficient, proper, desirable, necessary, prescribed, approved, acceptable, satisfactory or words of like import, refer to actions, expressions, and prerogatives of the City, the City Engineer. Masculine gender words include the feminine. References to gender, such as "workman" and "flagman" and the pronouns "he" or "his" referring to such titles, are abstract in the specifications, used for the sake of brevity are intended to refer to persons of either sex. Singular words include the plural and "person" includes firms, companies, and corporations. Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine, and feminine of the words and terms. Acceptance - The formal written acceptance by the City of an entire Contract which has been completed in all respects in accordance with the Contract Documents and any modifications thereof previously approved. Act of God - An earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water, or other natural phenomenon, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an Act of God. Addenda - Written or graphic instruments issued prior to the bid which modify or interpret the Contract Documents, drawings, and specifications, by additions, deletions, clarifications, or corrections. Architect - The Architect responsible for the preparation of plans and specifications for the City of La Quinta Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the price for the work to be performed. Bond(s) - Bid, Performance, or Payment Bonds and other instruments of surety, furnished by the Contractor and Contractor's surety in accordance with the Contract Documents. Bidder - Any properly licensed and qualified individual, firm, partnership, corporation, joint venture, or combination thereof, submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. Calendar Day - Any day including legal holidays, Saturdays and Sundays. City - The City of La Quinta, a Municipal Corporation in the State of California. General Conditions 1400-4 City Engineer - The person designated, in writing, by the City to act as its representative at the construction site and to perform construction inspection services and administrative functions relating to this Contract. Initial contact by the Contractor with the City shall be through the City Engineer. City Representative - The person designated in writing by the City to act as its agent on specified matters relating to this Contract. The City's Representative is not the City Engineer but is another individual who has been designated to represent the City. Contract - The written document covering the performance of the Work as more fully described in, but not limited to, the plans, standard specifications, special and technical provisions, Contract bonds, proposal, addenda, and Contract Change Orders. Contract Change Order - A written order to the Contractor, covering changes in the plans or quantities, or both, and establishing the basis of payment and time adjustments for the work affected by the changes. Also referred to as a Change Order. Contract Documents - The words "Contract Documents" shall mean any or all of, but not limited to, the following items, as applicable: Invitation to Bid Instructions to Bidders Bid Documents Designation of Subcontractors Bid Guaranty Bond Contract Acknowledgments Performance Bond Payment Bond General Conditions Supplementary General Conditions General Project Requirements Specific Project Requirements Standard Specifications State Standard Specifications Project Plans Standard Drawings Addenda, if any Executed Change Orders, if any Notice of Award Notice to Proceed Permits from other agencies Each of these items is to be considered by reference as part of the Contract Documents, also referred to as Contract. General Conditions 1400-5 Contract Price - The amount payable to the Contractor under the terms and conditions of the Contract based on the price given on the bidding schedule, with adjustments made in accordance with the Contract. The base amount given in the bidding schedule shall be either a lump sum bid or the summation of the unit price bids multiplied by the estimated quantities set forth in the bid form. Also referred to as Contract Amount or Contract Sum. Contract Time - Number of calendar days stated in the Contract for the completion of the Work. Contract Completion Date - The date on which the City accepts the work as being complete. Contractor - The person or persons, firms, partnership, corporation, or combination thereof, who have entered with the City, as party or parties of the second part of his or their legal representatives. Contractor's Plant and Equipment - Equipment, material, supplies, and all other items, except labor, brought onto the site by the Contractor to carry out the Work, but not to be incorporated in the Work. Consultant - Individuals and/or companies retained by the City to provide specific professional services. Day(s) - Calendar Day(s); unless contract time is indicated in working days. Direct - Action of the City or City Engineer by which the Contractor is ordered to perform or refrain from performing work under the Contract. Field Directive - Written documentation of the actions of the City or City Engineer in directing the Contractor. Also referred to as a Directive. Field Order - A written instruction given to the Contractor authorizing work that is a change to the scope of work carried out on a time and material basis. Furnish - To deliver to the job site or other specified location any item, equipment, or material. General Conditions - Part of the Contract Documents representing the general clauses that establishes how the project is to be administered. General Project Requirements - Part of the Contract Documents establishing general conditions or requirements peculiar to the way public works projects are performed in the City of La Quinta. Herein - Refers to information presented in the Project Manual. Holidays - Legal holidays designated by the City or specifically identified in the Contract. Install - Placing, erecting, or constructing any item, equipment, or material. General Conditions 1400-6 Laboratory - The designated materials testing laboratory authorized by the City to test materials and work involved in the Contract. Liquidated Damages - A fixed amount as prescribed in Paragraph 1500-3.0, to be paid to the City or to be deducted from any payments due, or to become due, to the Contractor as a result of the Contractor not completing the work in the time allowed in the specifications. Notice of Award - A written notice by the City to the Bidder informing him that the Contract has been awarded to him. Notice to Proceed - The written notice by the City to the Contractor authorizing him to proceed with the Work and establishing the date of commencement of the Work. Paragraph - For references or citation purposes, refers to the paragraph(s) in these Specifications, called out by paragraph number and alphanumeric designator. Person - Includes firms, companies, corporations, partnerships, and joint ventures. Plans - Refers to the project plans drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, approved by the City, and are referred to in the Contract Documents, which show the location, character, dimensions, and details of the work to be performed. The terms drawing, plan and plans have the same meaning as the term drawings unless otherwise stated or specified. Project - The undertaking to be performed under the provisions of the Contract. Project Manual - Those Contract Documents which are bound into one or more volumes prior to bidding. Provide - Furnish and install, complete in place. Punch List - List of incomplete items of work and of items of work which are not in conformance with the Contract. Shall - Refers to actions by either the Contractor or the City and means the Contractor or City has entered into a covenant with the other party to do or perform the action. Shown - Refers to information presented on the Drawings, with or without reference to the Drawings. Site - The property as described in the General Conditions or as shown on the Drawings. Specific Project Requirements - Part of the Contract Documents establishing specific conditions or requirements peculiar to the work. General Conditions 1400-7 Specifications - That part of the Contract Documents consisting of the General Conditions, Supplementary General Conditions, General Project Requirements, Specific Project Requirements, applicable portions of the Standard Specifications and State Standard Specifications, and Technical Specifications. Specify - Refers to information described, shown, noted or presented in any manner in any part of the Contract. Standard Specifications - Standard Specifications for Public Works Construction, latest edition, including all supplements, as written by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. State Standard Specifications - The State of California, Department of Transportation Agency's Standard Specifications in effect at the time of advertising the Work. Also referred to as State Standard Specifications and Caltrans Standard Specifications. Subcontractor - A subcontractor is a person or entity who has a direct contract with the Contractor to perform any of the Work at the Site. The term subcontractor means a subcontractor or subcontractor's authorized representative. The term subcontractor, does not include any separate contractor or any separate contractor's subcontractors. Submittals - The information which is specified for submission to the City Engineer in accordance with the Project Manual. Substantial Completion - Substantial Completion is the stage in the progress of the Work when the Work is sufficiently complete in accordance with the Contract Documents so the City can occupy or utilize the Work for its intended use. Sub-subcontractor - A sub-subcontractor is a person or entity who has a direct or indirect contract with a subcontractor to perform any of the Work at the Site. The term sub-subcontractor means a sub-subcontractor or an authorized representative thereof. Supplier - Any person, firm, corporation, or organization who supplies materials or equipment for the Work, including that fabricated to a special design, and may also be a Subcontractor or a Sub-subcontractor. Surety - The person, firm, corporation, or organization that joins with the Contractor in assuming the liability for the faithful performance of the Work and for the payment of all obligations pertaining to the Work in accordance with the Contract Documents by issuing the Bonds required by the Contract Documents or by law. Will - Actions entered into by the Contractor or the City as a covenant with the other party to do or to perform the action. Work - The labor, materials, equipment, supplies, and other items necessary for the execution, completion, and fulfillment of the Contract. General Conditions 1400-8 Working Day - Any day, other than a holiday, Saturday or Sunday, on which the Contractor may proceed with regular work on the current controlling operation as determined by the City Engineer toward the completion of the Contract. A working day is equivalent to 1.45 calendar days. 2.0 ADMINISTRATION 2.1 Administration of the Contract The City Engineer will provide administration of the Contract as hereinafter discussed. The duties, responsibilities and limitations of authority of City retained consultants and the City Engineer during the construction, as set forth in the Contract Documents, will not be modified or extended without written consent of the City. In case of the termination of the employment of a consultant or the City Engineer, the City will appoint a consultant or a City Engineer whose status under the Contract Documents shall be that of the former consultant or City Engineer, respectively. 2.2 City Engineer 2.2.1 General - The City Engineer has the authority to act on behalf of the City on change orders, progress payments, Contract decisions, acceptability of the Contractor's work, and early possession. 2.2.2 Change Orders - The City Engineer has the authority to accept or reject change orders and cost proposals submitted by the Contractor or as recommended by the City Engineer. 2.2.3 Progress Payments - The City Engineer has the authority to accept or reject requests for progress payments which have been submitted by the Contractor. 2.2.4 Contract Decisions - Should the Contractor disagree with decisions rendered under this Contract, the Contractor may appeal to the City Engineer in accordance with the provisions of the Contract. 2.2.5 Acceptability of Work - The City Engineer has the authority to make the final determination of the acceptability of the Work. 2.2.6 Construction Schedule - The City Engineer has the authority to review and recommend acceptance of the progress schedule submitted by the Contractor at the start of the Work and subsequent significant revisions for conformance to the specified sequence of work and logic. 2.2.7 Inspection - The City Engineer with the assistance of inspectors will observe the progress, quality, and quantity of the Work to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. The City Engineer shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. General Conditions 1400-9 In accordance with the provisions detailed elsewhere in these General Conditions, the City Engineer will make decisions relative to all matters of interpretation or execution of the Contract Documents. 2.3 Consultants 2.3.1 General - Consultants will have the authority to act on behalf of the City only to the extent provided in the Supplemental General Conditions. 3.0 City 3.1 General The City, acting through the City Engineer, shall have the authority to act as the sole judge of the Work and materials with respect to both quantity and quality as set forth in the Contract. 3.2 Attention to Work The City shall notify the Contractor in writing of the name of individuals designated as representatives of the City Engineer. The representative will normally be at the Site of the Work. During the representative's absences, the Contractor may contact the City Engineer or a previously designated representative. 3.3 Inspection The City will employ one or more inspectors to observe the Work and to act in matters of construction under this Contract. An inspector is not authorized to revoke, alter, or waive any requirements of the specifications. The inspector is authorized to call the attention of the Contractor to any failure of the Work or materials to conform to the Contract Documents. The inspector shall have the authority to reject material or, in any emergency, suspend the Work. The Contractor may appeal any such issue which it disagrees with to the City Engineer. Separate and independent from the inspection above, the project may be inspected by Building Officials for code compliance. Such inspectors shall have the authority provided to them by local jurisdiction. 3.4 City's Right to Carry Out the Work If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within seven (7) days after receipt of written notice from the City to commence and continue correction of such default or neglect with diligence and promptness, the City may, after seven (7) days following receipt by the Contractor of an additional written notice and without prejudice to any other remedy make good such deficiencies. The City also reserves the right to perform any portion of the work due to an emergency threatening the safety of the Work, public, City, and any property or equipment. General Conditions 1400-10 In either case an appropriate Change Order shall be issued unilaterally deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies and/or for performing such work, including compensation for consultants and City's additional services made necessary by such default, neglect, failure or emergency. 3.5 City's Right to Perform Work and to Award Separate Contracts The City reserves the right to perform the work related to the Project with the City's own forces, and to award separate Contracts in connection with other portions of the Project or other work on the Site under these or similar Conditions of the Contract. If the Contractor claims that delay, damage, or additional cost is involved because of such action by the City, the Contractor shall make such claim as provided elsewhere in the Contract Documents. When separate Contracts are awarded for different portions of the Project or other work on the Site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Contract. The City will provide for the coordination of the work of the City's own forces and of each separate Contractor with the Work of the Contractor, who shall cooperate therewith as provided in Paragraph 1400-4.8.3, Cooperation. 4.0 CONTRACTOR 4.1 Office The Contractor's address stated in the Bid is hereby designated as the legal address of the Contractor for the receipt of documents, samples, notices, letters, and other Articles of communication. 4.2 Contractor's Representative The Contractor shall notify the City in writing of the name of the person who will act as the Contractor's representative and shall have the authority to act in matters relating to this Contract. The Contractor, acting through its representative, shall give personal attention to, and shall manage the Work, so that it shall be prosecuted faithfully. The Contractor's representative shall be an employee of the Contractor. Upon written request of the Contractor, this requirement may be waived by the City. The City's waiver, if granted will be in writing. There is no obligation by the City to waive this provision regardless of the effect on the Contractor's operations. At all times during the progress of the Work, the Contractor's representative shall be personally present at the Project site, or a designated alternate shall be available who has the authority to act in matters relating to the Contract. The Contractor's representative or designated alternate shall have the authority to carry out the provisions of the Contract and to supply materials, equipment, tools, and labor without delay for the performance of the Work. General Conditions 1400-11 Before initial work is begun on the Contract, the Contractor shall file with the City Engineer addresses and telephone numbers where the Contractor's and all subcontractors' representatives can be reached during all hours, including nights and weekends when work is not in progress. 4.3 Construction Procedures The Contractor will supervise and direct the work. The Contractor has the authority to determine the means, methods, techniques, sequences, and procedures of construction, except in those instances where the City, to define the quality of an item of work, specifies in the Contract, a means, method, technique, sequence, or procedure for construction of that item of Work. 4.4 Contractor's Employees The Contractor shall be responsible for the adequacy, efficiency, and sufficiency of its employees. Workers shall have sufficient knowledge, skill, and experience to perform properly the work assigned to them. The Contractor shall employ only competent, skillful workers to perform the Work. If any subcontractor or person employed by the Contractor or its subcontractors, appear to the City Engineer to be incompetent or act in a disorderly or improper manner, such person or subcontractor shall be discharged from the site immediately by the Contractor upon written direction of the City Engineer, and such person shall not again be employed on the Project. 4.5 Subcontractors Subcontractors will not be recognized as having a direct relationship with the City. The persons engaged in the Work, including employees of subcontractors and suppliers, will be considered employees of the Contractor. The Contractor will be responsible for their work and their work shall be subject to the provisions of the Contract. The Contractor is as fully responsible to the City for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by them as the Contractor is for the acts and omissions of persons directly employed by the Contractor. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. References in the Contract Document to actions required of subcontractors, manufacturers, suppliers, or any party other than the Contractor, the City, the City Engineer, its consultants shall be interpreted as requiring that the Contractor shall require such subcontractor, manufacturer, supplier, utility company, or party to perform the specified action, unless the Contract Documents specifically state that the Work is not included in the Contract. The Contractor shall not employ any subcontractors that are not properly licensed in accordance with State law. Prior to commencement of any work by a subcontractor, the Contractor shall submit verification to the City Engineer that the subcontractor is properly licensed for the work it will perform. Changes to subcontractors listed in the Bid in accordance with Public Contract Code 4100 et. seq., shall be made only with the approval of the City. General Conditions 1400-12 4.6 Contractor's Equipment and Facilities The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 4.7 Public Safety and Convenience The Contractor shall conduct its work so as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work and to insure the protection of persons and property at no extra cost to the City. The Contractor shall have under construction no greater length or amount of work than he can prosecute properly with due regard to the rights of the public. 4.8 City-Contractor Coordination 4.8.1 Service of Notice - Notice, order, direction, request, or other communication given by the City or the City Engineer to the Contractor shall be deemed to be well and sufficiently given to the Contractor if delivered to the Contractor's Representative designated in Paragraph 1400-4.2, Contractor's Representative, to the Contractor's office designated in Paragraph 1400-4.1, Office, or to the Contractor's address provided in the Bid Proposal. 4.8.2 Suggestions to Contractor - Plans or methods of work suggested by the City, City Engineer or authorized representatives to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor. The City, City Engineer, or authorized representatives assume no responsibility therefor, and in no way will be held liable for any defects in the Work which may result from or be caused by use of such plan or method of work. 4.8.3 Cooperation - The Contractor shall afford the City, the City Engineer and separate Contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work and shall coordinate the Work with theirs as required by the Contract Documents. If any part of the Contractor's Work depends for proper execution or results upon the work of the City or any separate Contractor, the Contractor shall, prior to proceeding with the Work, promptly report to the City Engineer any apparent discrepancies or defects in such other work that render it unsuitable for such proper execution and results. Failure of the Contractor to so report shall constitute an acceptance of the City's or separate Contractor's work as fit and proper to receive the Work, except as to defects which may subsequently become apparent in such work by others. If requested by the Contractor, the City shall arrange meetings with other contractors performing work on behalf of the City to plan coordination of construction activities. The City shall keep the Contractor informed of the planned activities of other contractors. General Conditions 1400-13 Any costs caused by defective or ill-timed work shall be borne by the responsible party. Differences and conflicts arising between the Contractor and other contractors employed by the City or between the Contractor and the workers of the City with regard to their work, shall be submitted to the City for its decision in the matter. If such separate contractor sues the City on account of any delay or damage alleged to have been caused by the Contractor, the City shall notify the Contractor who shall, at the City's election, defend such proceedings at the Contractor's expense. If any judgement or award against the City arises from any such litigation whether defended by City or by Contractor, the Contractor shall pay or satisfy said judgement or award and shall reimburse the City for all attorney's fees and court costs which the City has incurred or for which it is liable. 4.9 Permits Unless specifically stated to be provided by the City, Contractor shall apply for, obtain, and comply with all the terms, conditions and requirements attached to all permits, bonds and licenses required by local, state, or federal agencies to perform work, construct, erect, test and startup of any equipment or facility for this Contract. Where operating permits are required, the Contractor shall apply for and obtain such operating permits in the name of the City and provide the permit in an appropriate frame or file holder when the City accepts substantial completion of the equipment or facility. The Contractor shall give all notices necessary or incidental to the due and lawful prosecution of the work. Any permits, bonds, licenses and fees therefore required for the performance of work under this Contract and not specifically mentioned herein as having been obtained and paid by the City shall be included in the Contractor's bid price. The Contractor shall apply for and obtain in its name the necessary building, plumbing and electrical permits and shall be responsible for satisfying all code requirements, calling for inspections, and obtaining final approvals. Code inspections will be coordinated by the City Engineer. The Contractor shall comply with all construction conditions stipulated in the permits. The Contractor shall include in its bid the fees for any permits required. The Contractor shall apply for and obtain all safety permits for excavations, tunneling, trenches, construction (building structure, scaffolding, or falsework) and demolition required by CAL/OSHA including but not limited to, the permits required by Labor Code Section 6500. 4.10 Contractor's Responsibility for the Work and Materials Until acceptance of the Work, the Contractor shall have the charge and care of the Work and of the materials to be used therein and shall bear the risk of injury, loss, or damage, to any part thereof (regardless of whether partial payments have been made on such damaged portions of the Work) by the action of the elements or from any other cause, whether arising from the non-execution of the Work. The Contractor shall rebuild, repair, restore, and make good all injuries, losses, or damages to any portion of the Work or the materials occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such injuries, losses, or damages as are directly and approximately caused by acts of the City. General Conditions 1400-14 4.11 Laws to be Observed The Contractor shall keep himself fully informed of all existing and future County, State, and National laws and regulations and all municipal ordinances and regulations of the City which in any manner affect those engaged or employed in the Work and of all such orders and decrees of bodies having any jurisdiction or authority over the same; and shall protect and indemnify the City and all of its officers, agents, and servants against any claim or liability arising from or based on the violation of any such laws, ordinances, regulations, orders, or decrees whether by himself or its employees. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications or Contract for the Work in relation to any such law, ordinance, regulations, order or decree, the Contractor shall immediately report the same to the City Engineer in writing. 4.11.1 Construction Registration with California Department of Industrial Relations - A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public works, as defined in Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 the Labor Code, unless currently registered and qualified to perform public works pursuant to Section 1725.5 of the Labor Code. Prior to March 1, 2015, it is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public works pursuant to Section 1725.5 of the Labor Code prior to April 1, 2015. Effective March 1, 2015, only contractors and subcontractors that are registered to perform public works pursuant to Section 1725.5 of the Labor Code may submit a bid for a public works project. Effective April 1, 2015, contractors and subcontractors not registered to perform public works pursuant to Section 1725.5 of the Labor Code may not engage in the performance of a public works project awarded after April 1, 2015. 4.11.2 Prevailing Wage - In accordance with Section 1770 of the Labor Code, the City has ascertained and does hereby specify that the prevailing wage rates shall be those provided in Article 1110-20.0, WAGE RATES. The said rates shall include all employer payments that are required by Section 1773.1 of the Labor Code. The City will furnish to the Contractor, upon request, a copy of such prevailing rates. It shall be the duty of the Contractor to post a copy of such prevailing wages at the job site. For each worker paid less than the stipulated rate in the execution of the Contract by the Contractor, or any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Section 1770 to Section 1780, inclusive, the Contractor shall be subject to the provisions and penalties of Section 1775 of the Labor Code. In addition to said penalty, and pursuant to said Section 1775, the difference between such stipulated prevailing wage rates and the amounts paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the stipulated prevailing rate shall be paid to each worker by the Contractor. General Conditions 1400-15 The wage rates set forth are the minimum that may be paid by the Contractor. Nothing herein contained shall be construed as preventing the Contractor from paying more than the minimum set forth. No extra compensation whatever shall be allowed by the City due to the inability of the Contractor to hire labor at the minimum rate nor for any necessity for payment by the Contractor for subsistence, travel time, overtime, or other added compensation, all of which possibilities are elements to be considered and ascertained to the Contractor's own satisfaction in preparing the bid. If it becomes necessary to employ a craft other than those listed, the Contractor shall notify the City immediately and the City will determine the additional prevailing rate from the Director of the Department of Industrial Relations and the rate thus determined shall be applicable as a minimum at the time of initial employment. The Contractor shall pay travel and subsistence payments to workers needed to execute the work as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Department of Industrial Relations pursuant to Labor Code Section 1773.8. Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the California Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders and contractors are hereby notified that this project is subject to compliance monitoring and enforcement by the California Department of Industrial Relations. 4.11.3 Certified Payrolls - In accordance with Section 1776 of the Labor Code, each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the project. The payroll records shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: a. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. General Conditions 1400-16 b. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. c. A certified copy of all payroll records shall be made available for inspection or furnished upon request to a representative of the City, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. d. A certified copy of all payroll records shall be made available upon request by the public in accordance with Section 1776 of the Labor Code. The Contractor is responsible for its and its subcontractors compliance with the provisions of Section 1776 of the Labor Code. 4.11.4 Overtime Requirements - The Contractor shall forfeit, as a penalty to the City, the penalty as provided in Section 1813 of the Labor Code for each worker employed in the execution of the Contract by the Contractor, or any subcontractor under the Contractor, for each day during which such worker is required or permitted to work more than eight (8) hours in any one day and forty (40) hours in any one 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 a day and forty (40) hours during one week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day, at not less than one and a half (1½) times the basic rate of pay as provided for in Section 1815 of the Labor Code. 4.11.5 Apprentice and Trainee - Attention is directed to the provisions in Section 1777.5 of the Labor Code and in accordance with the regulations of the California Apprenticeship Council concerning the employment of apprentices by the Contractor or any subcontractor under the Contractor. Section 1777.5 requires the Contractor or subcontractors employing tradespersons in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the project and which administers the apprenticeship program in that trade for a certificate of approval. The Contractor and subcontractors are required to submit contract award information to the applicable joint apprenticeship committee. As provided for in Section 1777.5 of the Labor Code, the Contractor is required to make contributions to funds established for the administration of apprenticeship programs. It shall be the responsibility of the Contractor to abide by the provisions of Section 1777.5 (except 1777.5(b)) of the Labor Code and to require all subcontractors employed by or contracting with the Contractor to abide by said provisions. The Contractor shall furnish the City any and all evidence of compliance with this code section when requested by the City. For failure to comply with Section 1777.5 (except 1777.5(b)) of the Labor Code, the Contractor shall be subject to the penalties in Section 1777.7 of the Labor Code. General Conditions 1400-17 4.11.6 Workers' Compensation Insurance - The Contractor is required to secure the payment of compensation to its employees in accordance with the provisions of Sections 1860 and 3700 of the Labor Code and Paragraph 1340-2.4 Workers' Compensation Insurance 4.12 Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), the California Occupational Safety and Health Act, and all other applicable Federal, State, County, and local laws, ordinances, codes, the requirements set forth below, and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirement shall be followed. The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items, required by the State and Federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the Work, including City-selected equipment, subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. All equipment furnished shall be grounded and provided with guards and protection as required by safety codes. Where vapor-tight or explosion-proof electrical installation is required by safety codes, this shall be provided. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. The Contractor shall notify all equipment suppliers and subcontractors of the provisions of this paragraph. Before proceeding with any construction work, the Contractor shall take the necessary action to comply with all provisions for safety and accident prevention. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee as safety supervisor who is qualified and authorized to supervise and enforce compliance with the safety program. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the Site, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all items necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons who may be injured on the job site. In accordance with the provisions of Section 6705 of the Labor Code, the Contractor shall submit, in advance of excavation 5 feet or more in depth, detailed plans showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from hazard of caving ground during such excavation. If such Plans vary from the shoring system standards set forth in the Construction Safety Orders in Title 8, California Code of Regulations, Article 6, the Plans shall be prepared and signed by a registered civil or structural engineer. Shoring, bracing, sloping, or other protective system shall not be less effective than required by the California Construction Safety orders. General Conditions 1400-18 If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the City. In addition, the Contractor must promptly report in writing to the City Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the Site, giving full details and statements of witnesses. The Contractor shall make all reports as are, or may be, required by any authority having jurisdiction, and permit all safety inspections of the work being performed under this Contract. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the City Engineer, giving full details of the claim. 5.0 CONTROL OF WORK AND MATERIALS 5.1 Means and Methods It is expressly stipulated that the drawings, specifications and other Contract Documents set forth the requirements as to the nature of the completed Work and do not purport to control the method of performing work except in those instances where the nature of the completed Work is dependent on the method of performance. Except as provided elsewhere in the Contract Documents, neither the City, its consultants, or the City Engineer will be responsible for or have control or charge of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work. Except as provided elsewhere in the Contract Documents, neither the City, its consultants, or the City Engineer will be responsible for or have control or charge over the acts or omissions of the Contractor, or any of their subcontractors, agents or employees, or any other persons performing any of the Work. Any general control of the Work exercised by the City or its authorized representatives shall not make the Contractor an agent of the City, and the liability of the Contractor for all damages to persons and/or to public or private property arising from the Contractor's execution of the Work shall not be lessened because of such general control. Neither the inspection by the City, its consultants, or the City Engineer, nor any order, measurement, approved modification, or payment of monies, nor acceptance of any part or whole of the Work by the City, the City Engineer or the consultant, or their agents, shall operate as a waiver of any provision of the Contract. Acceptance by the City, it consultants, or the City Engineer of any drawings, methods of work, or any information regarding materials and equipment the Contractor proposes to furnish in the Work shall not be regarded as an assumption of risks or liability by the City, its consultants, or the City Engineer, or any officer or employee thereof, and the Contractor shall have no claim under the Contract on account of the failure or partial failure or inefficiency or insufficiency of any plan or method of work or material and equipment so accepted. Such acceptance shall be considered to mean merely that the City, its consultants, or the City Engineer has no objection to the Contractor using, upon its own full responsibility, the plan or method of work proposed, or furnishing the materials and equipment proposed. General Conditions 1400-19 5.2 City-Furnished Materials Materials, if furnished by the City, will be made available as designated in the Specific Project Requirements. The cost of loading, unloading, hauling and handling, and placing City-furnished materials shall be considered as included in the price bid for the Contract item involving such City-furnished material. Contractor shall inspect and assure himself of the amount and soundness of such materials. The Contractor will be held responsible for all materials furnished to it and shall pay all demurrage and storage charges. City-furnished materials lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor will be liable to the City for the cost of replacing City-furnished material and such costs may be deducted from any monies due or to become due the Contractor. 5.3 Defective and Unauthorized Work Materials and workmanship not conforming to the requirements of the Contract Documents shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the Site by the Contractor, at its expense, when so directed by the City Engineer. Any work done beyond the limits of work, lines, and grades shown on any approved plans or established by the City Engineer, or any extra work done without written authority, will be considered as unauthorized and will not be paid for. Upon failure on the part of the Contractor to comply with any order of the City Engineer made under the provisions of this section, the City Engineer shall have authority to cause defective work to be remedied, or removed and replaced, and unauthorized work to be removed, and to deduct the costs thereof from any monies due or to become due the Contractor. The time, cost and compliance requirements stipulated in Paragraph 1400- 3.4, City's Right to Carry Out the Work, shall apply for this paragraph also. 5.4 Unnoticed Defects Any defective work or material that may be discovered by the City, its consultants, or the City Engineer before the final acceptance of the Work, or before final payment has been made, or during the warranty period, shall be removed and replaced by work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the City, its consultants, or the City Engineer to condemn or reject bad or inferior work or materials shall not be construed to imply acceptance of such work or materials. General Conditions 1400-20 5.5 Right to Retain Imperfect Work If any part or portion of the work performed or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the work dangerous or unsuitable, or if the removal of such work will create conditions which are dangerous or undesirable, the City shall have the right and authority to retain such work but shall make such deductions in the final payment therefor as may be just and reasonable. 6.0 PROGRESS OF THE WORK 6.1 Beginning of Work The Contractor shall begin work within ten (10) days after receiving Notice to Proceed and shall diligently prosecute the same to completion within the time limit. Should the Contractor begin work in advance of receiving Notice to Proceed, any work performed in advance of the said date of approval shall be considered as having been done by the Contractor at its own risk and as a volunteer. 6.2 Time of Completion Time shall be of the essence of the Contract. The Contractor shall prosecute the work so that the various portions of the project shall be complete and ready for use within the time specified in Paragraph 3000-1.6 TIME ALLOWED FOR COMPLETION. It is expressly understood and agreed by and between the Contractor and the City that the Contract time for completion of the work described herein is a reasonable time taking into consideration the average climatic and economic conditions and other factors prevailing in the locality and the nature of the work. 6.3 Delays 6.3.1 Notice of Delays - When the Contractor foresees a delay in the prosecution of the Work and, in any event, immediately upon the occurrence of a delay, the Contractor shall notify the City Engineer in writing of the probability of the occurrence and the estimated extent of the delay, and its cause. The Contractor shall take immediate steps to prevent, if possible the occurrence or continuance of the delay. The Contractor agrees that no claim shall be made for delays which are not called to the attention of the City Engineer at the time of their occurrence. 6.3.2 Avoidable Delays - Avoidable delays in the prosecution of the Work shall include delays which could have been avoided by the exercise of care, prudence, foresight, and diligence on the part of the Contractor or its subcontractors, at any tier level, or suppliers. General Conditions 1400-21 6.3.3 Unavoidable Delays - Unavoidable delays in the prosecution or completion of the Work shall include delays which result from causes beyond the control of the Contractor and which could not have been avoided by the exercise of care, prudence, foresight, and diligence on the part of the Contractor or his subcontractors, at any tier level, or suppliers. Delays in completion of the Work of other Contractors employed by the City will be considered unavoidable delays insofar as they interfere with the Contractor's completion of the current critical activity item of the Work. 6.3.3.1 Abnormal Delays - Delays caused by acts of god, fire, unusual storms, floods, tidal waves, earthquakes, strikes, labor disputes, freight embargoes, and shortages of materials shall be considered as unavoidable delays insofar as they prevent the Contractor from proceeding with at least seventy-five (75) percent of the normal labor and equipment force for at least five (5) hours per day toward completion of the current critical activity item on the favorably reviewed progress schedule. 6.3.3.2 Material Shortages - Upon the submission of satisfactory proof to the City Engineer by the Contractor, shortages of material will be acceptable as grounds for granting a time extension. In order that such proof may be satisfactory and acceptable to the City Engineer, it must be demonstrated by the Contractor that the Contractor has made every effort to obtain such materials from all known sources within reasonable reach of the proposed Work. Only the physical shortage of material, caused by unusual circumstances, will be considered under these provisions as a cause for extension of time, and no consideration will be given to any claim that material could not be obtained at a reasonable, practical, or economical cost or price, unless it is shown to the satisfaction of the City Engineer that such material could have been obtained only at exorbitant prices entirely out of line with current rates, taking into account the quantities involved and usual practices in obtaining such quantities. A time extension for shortage of material will not be considered for material ordered or delivered late or whose availability is affected by virtue of the mishandling of procurement. The above provisions apply equally to equipment to be installed in the work. 6.4 Time Extensions 6.4.1 Avoidable Delay - The City may grant an extension of time for avoidable delays if the City deems it is in its best interest. If the City grants an extension of time for avoidable delays, the Contractor agrees to pay the City's actual costs, including charges for engineering, inspection and administration incurred during the extension. 6.4.2 Unavoidable Delay - If the Contractor is delayed in the performance of its work by an act of the City or if the Contractor is delayed in the performance of its work by an unavoidable delay, then the Contract completion date may be extended by the City for such time that, in the City's and City Engineer's opinion, the Contractor's completion date will be unavoidably delayed, provided that the Contractor strictly fulfills the following: General Conditions 1400-22 a. The Contractor shall provide notification, in accordance with Paragraph 1400-6.3.1, Notice of Delays and submit in writing a request for an extension of time to the City Engineer stating at a minimum the probable cause of the delay and the number of days being requested. The time extension request shall be submitted in accordance with the requirements of Paragraph 2000-4.3, TIME IMPACT ANALYSIS. b. If requested by the City Engineer, the Contractor shall promptly provide sufficient information to the City Engineer to assess the cause or effect of the alleged delay, or to determine if other concurrent delays affected the work. c. Weather Delays. The Contractor will be granted a non-compensable time extension for weather caused delays. Should the Contractor fail to fulfill any of the foregoing, which are considered conditions precedent to the right to receive a time extension, the Contractor waives the right to receive a time extension. Should the Contractor fail to complete the work within the time specified in the contract, as extended in accordance with this clause if appropriate, the Contractor shall pay to the City liquidated damages in accordance with Section 1500, Paragraph 1500- 2.1, Liquidated Damages. During such extension of time, neither extra compensation for engineering, inspection and administration nor damages for delay will be charged to the Contractor. It is understood and agreed by the Contractor and City that time extensions due to unavoidable delays will be granted only if such unavoidable delays involve controlling operations which would prevent completion of the whole Work within the specified Contract time. 6.4.3 Indirect Overhead - The Contractor shall be reimbursed for indirect overhead expenses for periods of time when the Work is stopped due to delays as defined in Paragraph 1400-6.3.3, Unavoidable Delay. However, no reimbursement for indirect overhead shall be made for delays as defined in Paragraphs 1400-6.3.3.1, Abnormal Delays; 1400-6.4.2c, Weather Delays; or 1400-6.3.3.3, Material Shortages. As a condition precedent to any reimbursement, the Contractor must fulfill all conditions as provided in Paragraph 1400-6.4.2, Unavoidable Delay. The reimbursement of indirect overhead is limited to those delay conditions defined above when the Contractor is prevented from proceeding with seventy-five (75) percent of the normal labor and equipment force for at least five (5) hours per day toward completion of the current critical activity item(s) on the current favorably reviewed progress schedule. 6.4.3.1 Indirect Field Overhead - For those allowable delay periods as defined in Paragraph 1400-6.4.3, Indirect Overhead, the Contractor shall be reimbursed for its indirect field overhead based on: General Conditions 1400-23 a. Invoices for all field office equipment. b. Actual salary for field office staff. c. Fair rental values acceptable to the City Engineer as described in Paragraph 1400-8.3, Force Account Payment for construction equipment idled due to the delay. 6.4.3.2 Home Office Overhead - For those allowable delay periods as defined in Paragraph 1400-6.4.3, Indirect Overhead, the Contractor shall be reimbursed for its home office overhead based on the following formula: Contract Bid Price divided by Contract Period Days x $0.03 = Daily Home Office Overhead ($/Day) Such reimbursement shall be mutually agreed between the City and Contractor to encompass full payment for any home office overhead expenses for such periods of time for the Contractor and all subcontractors. The Contractor agrees to hold the City harmless for any indirect overhead claims from its subcontractors. 6.5 Temporary Suspension of Work 6.5.1 If the Contractor fails to correct defective work as required by Paragraph 1400-5.3, Defective and Unauthorized Work, or fails to carry out the Work in accordance with the Contract Documents or any other applicable rules and regulations, the City, by a written order of the City Engineer or a representative specifically empowered to do so, may order the Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other person or entity. All delays in the Work occasioned by such stoppage shall not relieve the Contractor of any duty to perform the Work or serve to extend the time for its completion. Any and all necessary corrective work done in order to comply with the Contract Documents shall be performed at no cost to the City. 6.5.2 In the event that a suspension of Work is ordered, as provided in this paragraph, the Contractor, at its expense, shall perform all work necessary to provide a safe, smooth, and unobstructed passageway through construction for use by public, pedestrian, and vehicular traffic, during the period of such use by suspension. Should the Contractor fail to perform the Work as specified, the City may perform such work and the cost thereof may be deducted from monies due the Contractor under the Contract. 6.5.3 The City shall also have authority to suspend the Work wholly or in part, for such period as the City may deem necessary, due to unsuitable weather, or to such other conditions as are considered unfavorable for the suitable prosecution of the Work. Such temporary suspension of the Work will be considered justification for time extensions to the Contract in an amount equal to the period of such suspension. The Contractor as directed by the City shall provide the provisions as stipulated in Paragraph 1400-6.6.2 above. Such additional work shall be compensated as provided for in Paragraph 1400-7.0, CHANGES IN SCOPE OF WORK. General Conditions 1400-24 6.6 Termination of Contract If at any time the Contractor is determined to be in material breach of the Contract, notice thereof in writing will be served upon the Contractor and its sureties, and should the Contractor neglect or refuse to provide means for a satisfactory compliance with the Contract, as directed by the City Engineer, within the time specified in such notice, the City shall have the authority to terminate the operation of the Contract. Upon such termination, the Contractor shall discontinue the Work, or such parts of it as the City may designate. Upon such termination, the Contractor's control shall terminate and thereupon the City or its fully authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment, and appliances upon the premises and use the same for the purposes of completing the Work and hire such force and buy or rent such additional machinery, tools, appliances, and equipment, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the Work and for the completion thereof; or the City may employ other parties to carry the Contract to completion, employ the necessary workers, substitute other machinery or materials and purchase the materials contracted for, in such manner as the City may deem proper; or the City may annul and cancel the Contract and relet the Work or any part thereof. Any excess of cost arising there from over and above the Contract price will be charged against the Contractor and its sureties, who will be liable therefore. In the event of such termination, all monies due the Contractor or retained under the terms of this Contract shall be held by the City in an escrow account; however, such holdings will not release the Contractor or its sureties from liability for failure to fulfill the Contract. Any excess cost over and above the Contract Amount incurred by the City arising from the termination of the operations of the Contract and the completion of the Work by the City as above provided shall be paid for by any available funds in the escrow account. The Contractor will be so credited with any surplus remaining after all just claims for such completion have been paid. 7.0 CHANGES IN THE SCOPE OF WORK 7.1 Change Orders 7.1.1 Without invalidating the Contract and without notice to sureties or insurers, the City, through the City Engineer, may at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by Field Directive, Field Order, or Change Order. A Change Order will not be issued for a Field Directive unless the City Engineer concurs with an appeal by the Contractor that such Field Directive is a change in the scope of the Contract. The Contractor shall comply promptly with the requirements for all Change Orders, Field Orders, or Field Directives. The work involved in Change Orders shall be executed under the applicable conditions and requirements of the Contract Documents. If any Field Order causes an increase or decrease in the Contract Amount or an extension or shortening of the Contract Time, an equitable adjustment will be made by issuing a Change Order. If the Contractor accepts a Change Order that does not include a time extension, the Contractor waives any claim for additional time for the work covered by that Change Order. General Conditions 1400-25 Additional or extra work performed by the Contractor without written authorization of a Field Order or Change Order will not entitle the Contractor to an increase in the Contract Amount or an extension of the Contract Time. 7.1.2 Extra work shall be that work not shown or detailed on the Contract Drawings and not specified. Such work shall be governed by all applicable provisions of the Contract Documents. In giving instructions, the City Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the work; but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order by the City through the City Engineer, and no claim for an addition to the total amount of the Contract shall be valid unless so ordered. 7.1.3 In case any change increases or decreases the work shown, the Contractor shall be paid for the work actually done at a mutually agreed upon adjustment to the Contract price, based upon the provisions of Paragraph 1400-8.0 PROJECT MODIFICATION PROCEDURES 7.1.4 If the Contractor refuses to accept a Change Order, the City may issue it unilaterally. The Contractor shall comply with the requirements of the Change Order. The City shall provide for an equitable adjustment to the Contract and compensate the Contractor accordingly. If the Contractor does not agree that the adjustment is equitable, it may submit a claim in accordance with Paragraph 1400-7.3.2, Claims. 7.2 Differing Site Conditions Pursuant to Public Contract Code Section 7104, the Contractor shall promptly, and before such conditions are disturbed, notify the City Engineer in writing, of any: a. Material that the Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. b. Subsurface or latent physical conditions at the site differing from those indicated. c. Unknown physical conditions at the site of any unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. The City shall promptly, investigate the conditions, and if it finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in the Contractor's cost of, or the time required for, performance of any part of the work the City shall cause to be issued a change order under the procedures provided in Paragraph 1400- 7.1, Change Orders. General Conditions 1400-26 In the event that a dispute arises between the City and the Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor's cost of, or time required for, performance of any part of the work, the Contractor shall not be excused from any scheduled completion date provided for by the Contract, but shall proceed with all work to be performed under the Contract. The Contractor shall retain any and all rights provided either by Contract or by law which pertain to the resolution of disputes and protests between the contracting parties, Paragraph 1400-7.3, Resolution of Disputes. No claim of the Contractor under this clause shall be allowed unless the Contractor has given the notice required. 7.3 Resolution of Disputes 7.3.1 Contract Interpretation by the City Engineer - Questions regarding the meaning and intent of the Contract Documents shall be referred in writing by the Contractor to the City Engineer. The City Engineer shall respond to the Contractor in writing with a decision. 7.3.2 Claims - Submission of a claim, properly certified, with all required supporting documentation, and written rejection or denial of all or part of the claim by the City, is a condition precedent to any action, proceeding, litigation, suit or demand for arbitration by the Contractor. 7.3.2.1 Notice - If the Contractor disagrees with the City Engineer's decision in Paragraph 1400-7.3.1, Contract Interpretation by the City Engineer, or in any case where the Contractor deems additional compensation or a time extension to the Contract period is due him for work or materials not covered in the Contract or which the City Engineer has not recognized as extra work, the Contractor shall notify the City Engineer, in writing, of his intention to make claim. Claims pertaining to decisions provided in Paragraph 1400-7.3.1 shall be filed in writing to the City Engineer within five (5) days of receipt of such decision. All other claims notices for extra work shall be filed in writing to the City Engineer prior to the commencement of such work. Written notice shall use the words "Notice of Potential Claim". Such Notice of Potential Claim shall state the circumstances and the reasons for the claim but need not state the amount. Additionally, no claim for additional compensation or extension of time for a delay will be considered unless the provisions of Paragraphs 1400-6.3, Delays, and 6.4, Time Extensions, are complied with. No claim filed after the date of final payment will be considered. It is agreed that unless notice is properly given, the Contractor shall not recover costs incurred by him as a result of the alleged extra work, changed work or other situation which had proper notice been given would have given rise to a right for additional compensation. The Contractor should understand that timely notice of potential claim is of great importance to the City and is not merely a formality. Such notice allows the City to consider preventative action, to monitor the Contractor's increased costs resulting from the situation, to marshal facts, and to plan its affairs. Such notice by the Contractor, and the fact that the City Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. General Conditions 1400-27 7.3.2.2 Submission of claim costs - Within 30 days after the last cost of work for which the Contractor contends additional compensation is due, but if costs are incurred over a span of more than 30 days, then within 15 days after the thirtieth day and every month thereafter, the Contractor shall submit to the City Engineer the costs incurred for the claimed matter. Claims shall be made in itemized detail satisfactory to the City Engineer in content, detail and format of presentation. If the additional costs are in any respect not knowable with certainty, they shall be estimated. If the claim is found to be just, it shall be allowed and paid for as provided in Section 1400-8.0, PROJECT MODIFICATION PROCEDURES. 7.3.2.3 Affidavit required - All claims submitted to the City shall be accompanied with a type written affidavit containing the following language; it must be signed, dated, and notarized on the Contractor's letterhead: I, (must be an officer) , being the (title) of (contractor's name) , declare under penalty of perjury under the laws of the state of California, and do personally certify and attest that: I have thoroughly reviewed the attached claim for additional compensation and/or extension of time, and know its contents, and said claim is made in good faith; the supporting data is truthful and accurate; the amount requested accurately reflects the contract adjustment for which the contractor believes the City of La Quinta is liable; and further, that I am familiar with California Penal Code Section 72 and California Government Code Section 12560, Et Seq, pertaining to false claims, and further know and understand that submission or certification of a false claim may lead to fines, imprisonment and/or other severe legal consequences. 7.3.2.4 Claim meetings - From time to time the City Engineer may call special meetings to discuss outstanding claims. The Contractor shall cooperate and attend, prepared to discuss outstanding claims, making available the personnel necessary for claim resolution, and providing documents reasonably requested by the City Engineer. 7.3.3 Resolution of Claims - For all contracts awarded during the effective dates of Public Contract Code Section 20104, where claims cannot be resolved between the parties, claims for three hundred and seventy-five thousand dollars ($375,000) or less shall be resolved pursuant to the provisions of that code section, which is summarized in Paragraphs 1400-7.3.3.1 to 1400-7.3.3.5. For claims greater than three hundred and seventy-five thousand dollars ($375,000) Paragraphs 1400-7.3.3.2 to 1400-7.3.3.4 are applicable; however, Paragraph 1400-7.3.3.5, Civil Actions for claims less than $375,000, is not applicable. 7.3.3.1 Claims Less Than $50,000 a. For claims of less than fifty thousand dollars ($50,000), the City Engineer shall respond in writing to written claims within 45 days of receipt of the claim in Paragraph 1400-7.3.2, Claims, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. General Conditions 1400-28 b. If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual agreement of the City and the Contractor. c. The City Engineer's written response to the claim, as further documented, shall be submitted to the Contractor within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the Contractor in producing the additional information, whichever is greater. 7.3.3.2 Claims Greater Than $50,000 a. For claims of over fifty thousand dollars ($50,000), the City Engineer shall respond in writing to all written claims within 60 days of receipt of the claim in Paragraph 1400- 7.3.2, Claims, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. b. If additional information is thereafter required, it shall be requested and provided pursuant to this paragraph, upon mutual agreement of the City and the Contractor. c. The City Engineer's written response to the claim, as further documented, shall be submitted to the Contractor within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. 7.3.3.3 Claim Conference - If the Contractor disputes the City Engineer's written response, or if the City Engineer fails to respond within the time prescribed, the Contractor may so notify the City, in writing, either within 15 days of receipt of the City Engineer's response or within 15 days of the City Engineer's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the City shall schedule a meet and conference within 30 days for settlement of the dispute. 7.3.3.4 Claim Filing - If the claim or any portion remains in dispute after the claim conference noted in Paragraph 1400-7.3.3.4, Claim Conference, the Contractor may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor submits his or her written claim pursuant to Paragraph 1400-7.3.2, Claims, until the time the claim is denied, including any period of time utilized in the meet and confer process. 7.3.3.5 Civil Actions for Claims Less Than $375,000 - The following procedures are established for all civil actions filed to resolve claims for less than three hundred seventy-five thousand dollars ($375,000): General Conditions 1400-29 a. Within 60 days, but no earlier than 30 days, following the filing or responsive pleading, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. b. If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that Code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. c. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgement shall, in addition to payment of costs and fees under the chapter, also pay the attorney's fees on appeal of the other party. 7.3.3.6 Unresolved Issues - Unless this Contract provides otherwise, all claims, counterclaims, disputes, and other matters in question between the City and the Contractor that are not resolved between the City and the Contractor and are not governed by Public Contract Code 20104 shall be decided by a court of competent jurisdiction. Arbitration shall not be used for resolution of these disputes. Should either party to this Contract bring legal action against the other, the case shall be handled in the California county where the work is being performed. 7.3.4 Records of Disputed Work - In proceeding with a disputed portion of the Work, the Contractor shall keep accurate records of its costs and shall make available, to the City Engineer, a daily summary of the hours and classification of equipment and labor utilized on the disputed work, as well as a summary of any materials or any specialized services which are used. Such information shall be submitted to the City Engineer on a monthly basis, receipt of which shall not be construed as an authorization for or acceptance of the disputed work. 8.0 PROJECT MODIFICATION PROCEDURES 8.1 Changes in Contract Price Whenever corrections, alterations, or modifications of the work under this Contract are ordered by the City Engineer and approved by the City and increase the amount of work to be done, such added work shall be known as extra work; and when such corrections, alterations, or modifications decrease the amount of work to be done, such subtracted work shall be known as work omitted. General Conditions 1400-30 The difference in cost of the work affected by such change will be added to or deducted from the amount of said Contract price, as the case may be, by a fair and reasonable valuation, which shall be determined in one or more of the following ways as directed by the City Engineer: a. By unit prices subsequently fixed by agreement between the parties; b. By an acceptable lump sum proposal from the Contractor; or c. By Force Account (as described in Paragraph 1400-8.3, Force Account Payment), when directed in writing and administered by the City through its agents. When required by the City Engineer, the Contractor shall submit, in the form prescribed by the City Engineer, an itemized breakdown with supporting data of the quantities and prices used in computing the value of any change that may be ordered. The City Engineer will review the Contractor's proposal for the change and negotiate an equitable adjustment with the Contractor. After there is an agreement the City Engineer will prepare and process the Change Order and make a recommendation for action by the City. All Change Orders must be approved by the City in writing before the work can be authorized and the Change Order executed. The prices agreed upon and any agreed upon adjustment in Contract Time shall be incorporated in the written order issued by the City, which shall be written so as to indicate an acceptance on the part of the Contractor as evidenced by its signature. By signature of the Change Order, the Contractor acknowledges that the adjustments to cost and time contained in the Change Order are in full satisfaction and accord, payment in full, and so waives any right to claim further cost and time impacts at any time during and after completion of the Contract for the changes encompassed by the Change Order. 8.2 Negotiated Change Orders Under the methods described in Paragraph 1400-8.1b and 8.1c above, the Contractor shall submit substantiating documentation with an itemized breakdown of Contractor and subcontractor direct costs, including labor, material, equipment rentals, and approved services, pertaining to such ordered work in the form and detail acceptable to the City Engineer. The direct costs shall include only the payroll cost for workers and foremen, including wages, fringe benefits as established by negotiated labor agreements or state prevailing wages, workers' compensation and labor insurance, and labor taxes as established by law. No other fixed labor burdens will be considered, unless approved in writing by the City Engineer; the cost of materials used and equipment delivered and installed in such work as substantiated by appropriate documents; the cost of construction machinery and equipment based on fair rental or ownership values acceptable to the City Engineer as described in Paragraph 1400-8.3, Force Account Payment; and the cost of incidentals directly related to such work. The direct costs shall not include any labor or office costs pertaining to the Contractor's managers or superintendents, his office and engineering staff and office facilities, or anyone not directly employed on such work, nor the cost of rental of small tools as all such indirect costs form a part of the Contractor's overhead expense. General Conditions 1400-31 Under the method described in Paragraph 1400-8.1b and 8.1c the maximum percentage which will be allowed for the Contractor's combined overhead and profit will be: a. For work by its own organization, the Contractor may add the following percentages: • Direct Labor 25 percent • Materials 15 percent • Equipment (owned or rented) 15 percent b. For all such work done by subcontractors, such subcontractor may add the same percentages as the Contractor as listed in (1) above to its actual net increase in costs for combined overhead and profit and the Contractor may add up to ten (10) percent of the subcontractor's total for its combined overhead and profit. c. For all such work done by subtier-subcontractors, such sub-subcontractors may add the same percentages as the Contractor as listed in (1) above to its actual net increase in costs for combined overhead and profit and the subcontractor may add up to ten (10) percent of the sub-subcontractor's total for his combined overhead and profit. The Contractor may add up to five (5) percent of the subcontractor's total for its combined overhead and profit. d. To the total of the actual costs and fees allowed hereinunder, not more than two (2) percent shall be added for additional bond and insurance other than labor insurance. The above fees represent the maximum limits which will be allowed, and they include the Contractor's and all subcontractors' indirect home office expenses and all costs for cost proposal preparation. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, for each area of work, i.e. direct labor, materials, equipment, and subcontractors. The amount of credit to be allowed by the Contractor to the City for any such change which results in a net decrease in cost will be the amount of the actual net decrease and a credit in accordance with the markups allowed under the use of the method described in Paragraph 1400-8.3, Force Account Payment. The Contractor shall not claim for anticipated profits on work that may be omitted. 8.3 Force Account Payment If either the amount of work or payment for a Change Order cannot be determined or agreed upon beforehand, the City may direct by written Change Order or Field Order that the work be done on a force account basis. The term "force account" shall be understood to mean that payment for the work will be done on a time and expense basis, that is, on an accounting of the Contractor's forces, materials, equipment, and other items of cost as required and used to do the work. For the work performed, payment will be made for the documented actual cost of the following: General Conditions 1400-32 a. Direct labor cost for workers, including foremen, who are directly assigned to the force account work: Direct labor cost is the actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements or state prevailing wages, workers' compensation and labor insurance, and labor taxes as established by law. No other fixed labor burdens will be considered, unless approved in writing by the City. b. Material delivered and used on the designated work, including sales tax, if paid for by the Contractor or its subcontractor. c. Equipment rental, including necessary transportation for items having a value in excess of One Thousand Dollars ($1,000.00). d. Additional bond. e. Additional insurance, other than labor insurance. To the preceding costs, there shall be added the following fees for the Contractor, subcontractor, or sub-subcontractor actually performing the work: • A fixed fee not to exceed fifteen (15) percent of the costs of Items a, b, and c above. • To the total of the actual costs and fees allowed hereunder, not more than two (2) percent shall be added for additional bond and insurance as the cost of Items d and e above. For work performed by an approved subcontractor, the Contractor may add to the total of the actual costs and fixed fees allowed under the preceding paragraph an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the Contractor's administration of the work performed by the subcontractor. For work performed by a sub tier-subcontractor, the subcontractor may add to the total of the actual costs and fixed fees allowed under the preceding paragraph an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the subcontractor's administration of the work performed by the sub tier-subcontractor. The Contractor may add to the total of the actual costs and fixed fees allowed under this paragraph an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the Contractor's administration of the work performed by the subcontractor. The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The above fixed fees represent the maximum limits which will be allowed, and they include the Contractor's and all subcontractors' indirect home office expenses and all costs for cost proposal preparation and record keeping. The City reserves the right to furnish such materials and equipment as it deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. General Conditions 1400-33 For equipment under Item c above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Payment shall be based on actual rental and transportation invoices but shall not exceed the monthly rate in the Rental Rate Blue Book. Owner-operated equipment rates shall not exceed the monthly rate in the Rental Rate Blue Book plus the labor costs as provided in Item a. above. The rental cost allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, ownership, and incidental costs and no further allowances will be made for those items, unless specific agreement to that effect is made. For Contractor owned equipment, the rental rate shall be as listed for such equipment in the California Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates", which is in effect on the date the work is accomplished. When equipment is not listed in said publication, a suitable rental rate for such equipment will be established by the City Engineer. Prior to the commencement of force account work, the Contractor shall notify the City Engineer of its intent to begin work. Labor, equipment and materials furnished on force account work shall be recorded daily by the Contractor upon report sheets furnished by the City Engineer to the Contractor. The reports, if found to be correct, shall be signed by both the Contractor and City Engineer, or inspector, and a copy of which shall be furnished to the City Engineer no later than the working day following the performance of said work. The daily report sheet shall thereafter be considered the true record of force account work provided. The Contractor shall maintain its records in such a manner as to provide a clear distinction between the direct costs of work paid for on a force account basis and the costs of other operations. To receive partial payments and final payment for force account work, the Contractor shall submit, in a manner approved by the City Engineer, detailed and complete documented verification of the Contractor's and any of its subcontractor's actual costs involved in the force account pursuant to the pertinent Change Order or Field Order. Such costs shall be submitted within thirty (30) days after said work has been performed. No payments will be made for work billed and submitted to the City Engineer after the thirty (30) day period has expired. The force account invoice shall itemize the materials used and shall cover the direct costs of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The invoice shall be in a form acceptable to the City Engineer and shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendor's invoices. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. The amount of credit to be allowed by the Contractor to the City for any such change which results in a net decrease in cost will be the amount of the actual net decrease and a credit in accordance with the markups allowed under the use of the method described in this Paragraph. The Contractor shall not claim for anticipated profits on work that may be omitted. General Conditions 1400-34 8.4 Time Extensions for Change Orders If the Contractor requests a time extension for the extra work necessitated by a proposed Change Order, the request must comply with the applicable requirements within Section 2000, Special Provisions, Paragraph 4.3 Time Impact Analysis. 9.0 PAYMENT 9.1 Scope of Payment 9.1.1 General - The Contractor shall accept the compensation, as herein provided, as full payment for furnishing all labor, materials, tools, equipment, and incidentals necessary for completing the Work according to the Contract Documents, and no additional compensation will be allowed therefor. Neither the payment of any partial payment estimate nor of any retained percentage shall relieve the Contractor of any obligation to make good any defective work or material. 9.1.2 Payment for Patents and Patent Infringement - All fees or claims for any patented invention, article, or arrangement that may be used upon, or in, any manner connected with the performance of the work or any part thereof shall be included in the price bid for doing the work, and the Contractor and its sureties shall defend, protect, and hold the City, its consultants, the City Engineer, together with all their officers, agents, and employees harmless against liability of any nature or kind for any and all costs, legal expenses, and damages made for such fees or claims and against any and all suits and claims brought or made by the holder of any invention or patent, or on account of any patented or unpatented invention, process, article, or appliance manufactured for or used in the performance of the Contract, including its use by the City, unless otherwise specifically stipulated in the Contract. Before final payment is made on the Contract, the Contractor shall furnish an affidavit to the City regarding patent rights for the project. The affidavit shall state that all fees and payments due as a result of the work incorporated into the project or methods utilized during construction have been paid in full. The Contractor shall certify in the affidavit that no other fees or claims exist for work in this project. 9.1.3 Payment of Taxes - The Contractor shall pay and shall assume exclusive liability for all taxes levied or assessed on or in connection with the Contractor's performance of this Contract, including, but not limited to, State and local sales and use taxes, Federal and State payroll taxes or assessments, and excise taxes, and no separate allowance will be made therefor, and all costs in connection therewith shall be included in the total amount of the Contract price. 9.1.4 Payment for Labor and Materials - The Contractor shall pay and require its subcontractors to pay any and all accounts for labor including worker's compensation premiums, state unemployment and federal social security payments and other wage and salary deductions required by law. The Contractor also shall pay and cause its subcontractors to pay any and all accounts for services, equipment, and materials used by the Contractor and its subcontractors during the performance of work under this Contract. Such accounts shall be paid as they become due and payable. If requested by the City, the Contractor shall furnish proof of payment of such accounts to the City. General Conditions 1400-35 9.2 Partial Payments In consideration of the faithful performance of the work prosecuted in accordance with the provisions of these Specifications and the Contract, the City will pay the Contractor for all such work installed on the basis of percentage completion. Payments will be made by the City to the Contractor on estimates duly certified and approved by the City Engineer, based on the value of equipment installed and tested, labor and materials incorporated into said permanent work by the Contractor during the preceding month. Payments will not be made for temporary construction unless specifically provided for in the Contract Documents. Partial payments will be made monthly based on work accomplished as of a day mutually agreed to by the City and the Contractor. The Contractor shall submit his estimate of the work completed during the prior month and the work completed to date in a format corresponding to the accepted cost breakdown. The City Engineer shall review the submitted estimate, and upon approval, the Contractor may submit a detailed invoice for those amounts approved by the City Engineer. If requested, the Contractor shall provide such additional data as may be reasonably required to support the partial payment request. If the City Engineer does not agree with the Contractor's estimate of amount earned, the partial payment request will be returned for revision. The City Engineer will be available to meet to discuss the partial payment request prior to its re-submittal. When the Contractor's estimate of amount earned conforms with the City Engineer's evaluation, the City Engineer will calculate the amount due the Contractor, prepare the progress payment request for signature by the Contractor, and submit the recommended progress payment request for the City's approval and processing. Payment will be made by the City to the Contractor in accordance with City's normal accounts payable procedures; the City shall retain amounts in accordance with Paragraph 1400-9.4, Right to Withhold Amounts. No such estimate or payment shall be required to be made, when in the judgement of the City Engineer, the Work is not proceeding in accordance with the provisions of the Contract, or when in the City Engineer's judgement, the total value of the Work done since the last estimate amounts to less than One Thousand Dollars ($1,000.00). 9.3 Partial Payments - Inclusion of Materials on Hand No payment will be made for materials delivered to the site that are not yet incorporated into the work. General Conditions 1400-36 9.4 Right to Withhold Amounts 9.4.1 Retention - The City will deduct from each partial payment and retain as part security, five (5) percent of the amount earned until the final payment. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor, may, at his or her option, choose to substitute securities meeting the requirements of said Section 22300. In the event the Contractor desires to choose this option, the Contractor shall enter into an escrow agreement with the City, and the escrow agent, a qualified bank to be chosen by City, in the form of the contract included in the project specifications. The costs of such escrow shall be paid by the Contractor. The securities to be deposited in said escrow account shall be equivalent, in fair market value, to the amount to be withheld as performance retention. The securities shall be held in accordance with the provisions of Public Contract Code Section 22300, and the implementing contract. Contractor shall have the obligation of ensuring that such securities deposited are sufficient so as to maintain, in total fair market value, an amount equal to the cash amount of the sums to be withheld under the Contract. If, upon written notice from the City, or from the appropriate escrow agent, indicating that the fair market value of the securities has dropped below the dollar amount of monies to be withheld by the City to ensure performance, Contractor shall, within five days of the date of such notice, post additional securities as necessary to ensure that the total fair market value of all such securities held by the City, or in escrow, is equivalent to the amount of money to be withheld by the City under the Contract. Any Contractor that desires to exercise this option shall give notice in writing to City and shall thereafter execute the escrow agreement form provided in Appendix A of these Specifications. 9.4.2 Other Withholds - In addition to the amount which the City may otherwise retain under the Contract, the City may withhold a sufficient amount or amounts of any payment or payments otherwise due the Contractor, as in its judgement may be necessary to cover: a. Payments which may be past due and payable for just claims against the Contractor or any subcontractor for labor or materials furnished for the performance of this Contract. b. For defective work not remedied. c. For failure of the Contractor to make proper payments to its subcontractors or suppliers. d. A reasonable doubt that the Contract can be completed for the balance then unpaid. e. Damage to another Contractor or third party, or to property. General Conditions 1400-37 f. Failure of the Contractor to keep its work progressing in accordance with its progress schedule or maintaining current "As-Built" record drawings. g. The City's costs for the Contractor's failure to complete within the allowed time. h. Cost of insurance arranged by the City due to cancellation or reduction of the Contractor's insurance. i. Failure of the Contractor to make proper submissions, as herein specified. j. Failure to submit, revise, resubmit, or otherwise conform to the requirements herein for preparing and maintaining a construction schedule. k. Payments due the City from the Contractor. l. Reduction of Contract Amount because of modifications. m. The Contractor's neglect or unsatisfactory prosecution of the work including failure to clean up. n. Provisions of law that enable or require the City to withhold such payments in whole or in part. When the above reasons for withhold amounts are removed, payment may be made to the Contractor for amounts withheld. The City in its discretion may apply any withheld amount or amounts to the payment of valid claims. In so doing, the City shall be deemed the agent of the Contractor, and any payment so made by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for such payment made in good faith. Such payments may be made without prior judicial determination of the claim or claims. The City will render to the Contractor a proper accounting of such funds disbursed in behalf of the Contractor. 9.5 Substantial Completion When the Contractor considers that the Work is substantially complete, the Contractor shall notify the City Engineer in writing. Upon receipt of the notification, the City and/or its authorized representatives will make inspection, to determine if the Work is sufficiently complete in accordance with the Contract Documents so the City can occupy or utilize the Work for its intended use. If items are found which prevent such use or occupancy, the City Engineer shall notify the Contractor in writing of such items. Upon the completion of such corrective work, the Contractor shall so notify the City Engineer in writing. The City Engineer shall inspect the Work to determine its acceptability for Substantial Completion and for determination of other items which do not meet the terms of the Contract. Upon verification that the project is substantially complete the City Engineer shall prepare a Certificate of Substantial Completion. General Conditions 1400-38 The Certificate shall establish the date of Substantial Completion and the responsibilities of the City and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time, not to exceed 60 days, within which the Contractor shall finish all items on the punch list accompanying the Certificate. When the preceding provisions have been approved by both the City and the Contractor, they shall sign the Certificate to acknowledge their written acceptance of the responsibilities assigned to them in such Certificate. By such acknowledgment, the Contractor agrees to pay the City's actual costs including, but not limited to, charges for engineering, inspection and administration incurred due to the failure to complete the punch list within the time period provided in the Certificate of Substantial Completion. 9.6 Final Inspection and Payment Upon completion of the Work, and upon completion of final cleaning, the Contractor shall so notify the City Engineer in writing. Upon receipt of the notification, the City and/or its authorized representatives, will make the final inspection, to determine the actual status of the Work in accordance with the terms of the Contract. If materials, equipment, or workmanship are found which do not meet the terms of the Contract, the City Engineer shall prepare a punch list of such items and submit it to the Contractor. Following completion of the corrective work by the Contractor, the City Engineer shall notify the City that the Work has been completed in accordance with the Contract. Final determination of the acceptability of the Work shall be made by the City. After completion of the work, but prior to its acceptance by the City, the last partial payment will be made to the Contractor in accordance with Paragraph 1400-9.2, Partial Payments. After receipt of the last partial payment, but prior to acceptance of the Work by the City, the Contractor shall send a letter to the City Engineer. The letter, pursuant to California Public Contract Code Section 7100, shall state that acceptance of the final payment described below shall operate as and shall be, a release to the City, its consultants, the City Engineer, and their duly authorized agents, from all claim of and/or liability to the Contract arising by virtue of the Contract related to those amounts. Disputed Contract claims in stated amounts previously filed as provided in Paragraph 1400-7.3.2, Claims, may be specifically excluded by the Contractor from the operation of the release. Following receipt of all required Submittals and the City Engineer's written statement that construction is complete and recommendation that the City accept the project, the City will take formal action on acceptance. Within ten (10) days of the acceptance by the City of the completed work embraced in the Contract, the City will cause to be recorded in the office of the County Recorder a Notice of Completion. After thirty-five (35) days after recording Notice of Completion of the work involved in the Contract, the City will pay the Contractor in lawful money such sums of money as may be due the Contractor including all sums retained but excluding such sums as have previously been paid the Contractor. This payment will constitute the final payment to the Contractor under this Contract. General Conditions 1400-39 9.7 Warranty of Title No material, supplies, or equipment for the work under this Contract shall be purchased subject to any chattel mortgage, security agreement, or under a conditional sale or other agreement by which an interest therein or any part thereof is retained by the seller or supplier. The Contractor warrants good title to all material, supplies, and equipment installed or 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 the Contractor, free from any claim, liens, security interest, or charges, and further agrees that neither the Contractor nor any person, firm, or corporation furnishing any materials or labor for any work covered by this Contract shall have any right to a lien upon the premises or any improvement or appurtenances thereon. END OF SECTION Supplemental General Conditions 1500-1 SECTION 1500 SUPPLEMENTAL GENERAL CONDITIONS 1.0 CITY ENGINEER The City Engineer for the City of La Quinta is: Bryan McKinney, P.E. City Engineer 78-495 Calle Tampico La Quinta, CA 92253 Phone: (760) 777-7045 2.0 CONSULTANTS 2.1 Design Engineer Primary Consultant Electrical Engineer Chris Hermann, R.L.A RTM Engineering Consultants Chris Hermann Design Group, Inc. 34300 Gateway Drive, Suite 120 77-899 Wolf Road, Suite 102 Palm Desert. CA 92211 Palm Desert, CA 92211 Phone: (760) 340-9005 Phone: (760) 777-9131 Architect Civil Engineer Michael T. Mcauliffe, A.I.A Daniel Koravos, P.E. Mcauliffe and Co. Architects Michael Baker International 45125 Panorama Drive 75-410 Gerald Ford Drive, Suite 100 Palm Desert, CA 92260 Palm Desert, CA 92211 Phone: (760) 773-0907 Phone: (760) 346-7481 Water Feature Richard A. McGuire, P.E. Patrell Engineering Group, Inc. 751 Sunny Grove Lane Glendora, CA 91741 Phone: (626) 335-4362 2.2 Materials Testing Materials testing for this project will be provided by the City. The City inspector will notify the Contractor when materials will be tested. However, testing may be random as determined by City. Supplemental General Conditions 1500-2 2.3 Survey The construction surveyor for this project will be provided by the City. The City will furnish one (1) set of construction stakes for the following items of work, which may include, but not be limited to: 1. Parking Lot Boundary Line and Grade 2. ADA Parking Spaces Line and Grade 3. Curb Line and Grade 4. Drainage Pipe Line and Grade 5. Wall Line and Grade 6. Building Pad Line and Grade 7. Path Line and Grade 8. Water Feature Line and Grade The Contractor's requests for surveying shall be made to the Engineer a minimum of forty-eight (48) hours prior to the time requested for said work. All requests for survey work shall be approved by the City prior to issue of survey request. If construction staking is provided and subsequently removed whether accidentally or otherwise, or the contractor desires additional staking from the above sets, the Contractor will be charged for re-staking at a fee of $245.00 per hour (4-hour minimum). 3.0 LIQUIDATED DAMAGES It is agreed by the parties to the Contract that time is of the essence; and that in the case all work is not completed before or upon the expiration of the time limit set forth within Section 1300 Contract; Subsection 4, damage will be sustained by the City and it is, therefore, agreed that the Contractor will pay to the City an amount of $2,500 per work day minimum. The damages described above will be deducted from any money due the Contractor under this Contract; the Contractor and his sureties shall be liable for any such excess cost. The Contractor shall not be deemed in breach of its Contract and no forfeiture due to delay shall be made because of any delays in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, provided the Contractor requests an extension of time in accordance with the procedures set forth in Section 3 of the Standard Specifications. Unforeseeable causes of delay beyond the control of the Contractor shall include acts of God, acts of a public enemy, acts of the government, or acts of another contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, weather, or delays caused by failure of the City or the owner of a utility to provide for removal or relocation of existing utility facilities. Delays caused by actions or neglect of the Contractor, its agents, employees, officers, subcontractors, or suppliers shall not be excusable. Excusable delays (those beyond Contractor's control) shall not entitle the Contractor to any additional compensation. The sole remedy of the Contractor shall be to seek an extension of contract time. Supplemental General Conditions 1500-3 4.0 SUBMITTALS 1. Definitions A. Shop Drawings, Product Data and Samples: Instruments prepared and submitted by Contractor, for Contractor’s benefit, to communicate to Engineer the Contractor’s understanding of the design intent, for review and comment by Engineer on the conformance of the submitted information to the general intent of the design. Shop drawings, product data and samples are not Contract Documents. B. Shop Drawings: Drawings, diagrams, schedules and illustrations, with related notes, specially prepared for the Work of the Contract, to illustrate a portion of the Work. C. Product Data: Standard published information (“catalog cuts”) and specially prepared data for the Work of the Contract, including standard illustrations, schedules, brochures, diagrams, performance charts, instructions and other information to illustrate a portion of the Work. D. Samples: Physical examples that demonstrate the materials, finishes, features, workmanship and other characteristics of a portion of the Work. Accepted samples shall serve as quality basis for evaluating the Work. E. Other Submittals: Technical data, test reports, calculations, surveys, certifications, special warranties and guarantees, operation and maintenance data, extra stock and other submitted information and products shall also not be considered to Contract Documents but shall be information from Contractor to Engineer to illustrate a potion of the Work for confirmation of understanding of design intent. Review of Submittals A. Submittals shall be a communication aid between Contractor and the Engineer by which interpretation of Contract Documents requirements may be confirmed in advance of construction. 1. Reviews by Engineer and other design professionals shall be only for general conformance with the design concept of the Project and general compliance with the Drawings and Specifications. 2. Engineer will review submittals as originally submitted and the first resubmission. Costs for additional reviews shall be reimbursed by Contractor to Owner by deductive Change Order. 3. All submittals shall be approved by the Engineer and/or City prior to installation 3. Required Submittals (May include but are not limited to): A. Site Control B. Schedule C. Landscape Materials D. Irrigation Materials E. Concrete Mix Design F. Hardscape Materials G. Pump Materials H. Water Line and Incidentals I. Sewer Line and Incidentals J. Electrical and Incidentals K. Lighting and Incidentals L. Various Furnished Structure Cut Sheets END OF SECTION General Project Requirements 2000-1 SECTION 2000 DIVISION 2 - GENERAL PROJECT REQUIREMENTS 1.0 STANDARD SPECIFICATIONS The "Standard Specifications" of the City of La Quinta are contained in the latest edition of the Standard Specifications for Public Works Construction, including all supplements, popularly known as the Green Book, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of the Standard Specifications are available from the publisher, Building News Inc., as follows: Bookstore Locations: see website for Southern California locations Website: www.bnibooks.com The Standard Specifications shall prevail in all cases except where a Contract Document of a higher order, as defined in Section 1400-1.2 Discrepancies and Omissions, provides a different requirement on a given topic or topic aspect. All language in the Standard Specifications that is not in conflict with the language in the prevailing Contract Documents on a given topic or topic aspect shall remain in full force and effect, unless the language in the prevailing Contract Document specifically cites the section number in the Standard Specification and says said provision is in lieu that Standard Specification section. 1.1 Alternative Specifications – The Standard Specifications shall apply to this project unless specifically referenced otherwise in the Contract Documents. Wherever “State Standard Specifications” are referenced, it shall mean the Standard Specifications, 2010, edition, published by the State of California Department of Transportation, and wherever the “State Standard Plans” are referenced in the Contract Documents, it shall mean the Standard Plans, 2010, edition, published by the State of California Department of Transportation. The Contractor may request bound copies of these documents from Caltrans at: California Department of Transportation Publication Distribution Unit 1900 Royal Oaks Drive Sacramento, CA 95815-3800 (916) 263-0822, (916) 263-0865 Or, download these documents at no cost from the Caltrans website: http://www.dot.ca.gov/hq/esc/oe/construction_contract_standards/std_specs/2010_StdSpecs/2010_St dSpecs.pdf Wherever the State Standard Specifications reference, Section 4-1.03d “Extra Work,” it shall mean Paragraph 1400-7.0 Changes in the Scope of Work of these project Specifications. General Project Requirements 2000-2 2.0 STANDARD PLANS The Standard Plans of the City of La Quinta adopted by the City Council on August 21, 2001, shall apply to this project unless specifically stated otherwise in the Contract Documents. 2.1 Alternative Guidance 2.1.1 California Manual on Uniform Traffic Control Devices (CA MUTCD) The Standard Plans shall apply to this project unless specifically referenced otherwise in the Contract Documents. Wherever “CA MUTCD” is referenced, it shall mean the 2014 edition of the California Manual on Uniform Traffic Control Devices, published by the State of California. The Contractor may download these documents at no cost from the Caltrans website: http://www.dot.ca.gov/hq/traffops/engineering/mutcd/ca_mutcd2014.htm 2.1.2 California Building Code, Part 2 (CBC) The Contractor may download these documents at no cost from the California Building Standards Commission website: http://www.ecodes.biz/ecodes_support/Free_Resources/2013California/13Building/13Building_mai n.html 2.1.3 California Electrical Code, Part 3 (CBC) The Contractor may download these documents at no cost from the California Building Standards Commission website: http://www.bsc.ca.gov/Home/Current2013Codes.aspx 3.0 PRE-CONSTRUCTION CONFERENCE 3.1 Attendees The City and its consultants, and the Contractor and its superintendent, invited subcontractors, and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conclude matters relating to the work. 3.2 Agenda The City Engineer will prepare an agenda for discussion of significant items relative to contract requirements, procedures, coordination and construction. General Project Requirements 2000-3 4.0 PROGRESS SCHEDULES 4.1 General Prior to commencing work, the Contractor shall provide a Construction Schedule and Cash Flow Projection. During the course of construction, the Contractor shall provide a Weekly Activities Plan. 4.2 Construction Schedule 4.2.1 The schedule shall be submitted within five (5) days of Notice to Proceed and accepted by the City Engineer before the first partial payment can be made. 4.2.2 The Contractor shall submit the schedule based on the Critical Path Method (CPM). The schedule shall indicate preceding activity relationships and/or restraints where applicable and a controlling path shall be indicated. The schedule shall be time scaled and shall be drafted to show a continuous flow from left to right. The construction schedule shall clearly show the sequence of construction operations and specifically list: a. The start and completion dates of all work items. b. The dates of submittals, procurement, delivery, installation and completion of each major equipment and material requirement. c. Progress milestone events or other significant stages of completion. d. The lead time required for testing, inspection and other procedures required prior to acceptance of the work. Activities shall be no longer than 10 workdays, except for submittals and delivery items. If an activity takes longer, it shall be broken into appropriate segments of work for measurement of progress. This limitation may be waived, upon approval of the City Engineer, for repetitious activities of longer durations for which progress can be easily monitored. 4.2.3 Any activity that cannot be completed by its original completion date shall be considered to be "behind schedule." 4.2.4 At not less than monthly intervals and when requested by the City Engineer, the Contractor shall submit a revised schedule for all work remaining. If, at any time, the City Engineer considers the project completion date to be in jeopardy because of activities "behind schedule," the Contractor shall submit additional schedules and diagrams indicating how the Contractor intends to accomplish the remaining work to meet the Contract completion date. 4.2.5 All change orders, regardless of origin, shall be reflected in the schedule. General Project Requirements 2000-4 4.3 Time Impact Analysis 4.3.1 When change orders are initiated, delays are experienced, or the Contractor desires to revise the schedule logic, the Contractor shall submit to the City Engineer a written Time Impact Analysis illustrating the influence of each change, delay, or Contractor request on the current contract schedule completion date. 4.4 Weekly Activities Plan On the last working day of every week the Contractor shall submit to the City Engineer the Contractor's Plan of Activities for the following two weeks. The Plan of Activities shall describe the activity and location of the activity. 4.5 Cash Flow Projection A cash flow projection shall be submitted with the Construction Schedule. This cash flow projection shall be revised and resubmitted when revisions of the Construction Schedule will result in changes to the projected cash flow. 4.6 Lump Sum Price Breakdown For work to be performed for a lump sum price, the Contractor shall submit a price breakdown to the City Engineer prior to the first payment and within twenty (20) calendar days after award of the Contract. The price breakdown, as agreed upon by the Contractor and the City Engineer, shall be used for preparing future estimates for partial payments to the Contractor, and shall list the major items of work with a price fairly apportioned to each item. Mobilization, overhead, bond, insurance, other general costs and profit shall be prorated to each item so that the total of the prices for all items equal the lump sum price. At the discretion of the City Engineer, mobilization, bond and insurance costs may be provided for separately if accompanied by invoices to verify actual expenses. The price breakdown will be subject to the approval of the City Engineer, and upon request, the Contractor shall substantiate the price for any or all items and provide additional level of detail, including quantities of work. The price breakdown shall be sufficiently detailed to permit its use by the City Engineer as one of the bases for evaluating requests for payments. The City Engineer shall be the sole judge of the adequacy of the price breakdown. 5.0 SPECIAL CONTROLS The Contractor shall take all reasonable means to minimize inconvenience and injury to the public by dust, noise, diversion of storm water, or other operations under its control. 5.1 Dust Control The Contractor at its expense shall take whatever steps, procedures, or means as are required to comply with Section 3000-4.2 and prevent abnormal dust conditions being caused by its operations in connection with the execution of the Work. General Project Requirements 2000-5 5.2 Noise Abatement Operations shall be performed so as to minimize unnecessary noise. Special measures shall be taken to suppress noise during night hours. Noise levels due to construction activity shall not exceed the levels specified by local ordinance. Internal combustion engines used on the Work shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated without said muffler. 5.3 Working Hours Construction operations and maintenance of equipment within one half mile of human occupancy shall be performed only during the time periods as follows: October 1 to April 30: Monday - Friday 7:00 AM to 5:30 P.M. May 1 to September 30: Monday - Friday 6:00 AM to 7:00 P.M. The Contractor shall be responsible for any inspection and additional administration costs incurred by the City for work by the Contractor after the hours defined above on weekdays, or any work on weekends or holidays recognized by the City. Such costs shall be withheld from the succeeding monthly progress payment. Any work in Section 3000, SPECIFIC PROJECT REQUIREMENTS, specifically required to be performed outside the normal working hours are excluded from the provisions of this paragraph. 5.4 Drainage Control In all construction operations, care shall be taken not to disturb the existing drainage pattern whenever possible. Particular care shall be taken not to direct drainage water onto private property. Drainage water shall not be diverted to streets or drainage ways inadequate for the increased flow. Drainage means shall be provided to protect the Work and adjacent facilities from damage to water from the site or due to altered drainage patterns from construction operations. Contractor shall provide, 48 hours in advance of an significant forecast of any likely precipitation rainfall event of 0.5 inches or more, a Rainfall Event Action Plan (REAP) specific for that event which, when implemented, is designed to protect all expose construction portions of the site. Temporary provisions shall be made by the Contractor to insure the proper functioning of gutters, storm drain inlets, drainage ditches, culverts, irrigation ditches, and natural water courses. 5.5 Construction Cleaning The Contractor shall, at all times, keep property on which work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the work. All surplus material shall be removed from the site immediately after completion of the work causing the surplus materials. Upon completion of the construction, the Contractor shall remove all temporary structures, rubbish, and waste materials resulting from his operations. General Project Requirements 2000-6 5.6 Disposal of Material The Contractor shall make arrangements for disposing of materials outside the right-of-way and the Contractor shall pay all costs involved. The Contractor shall first obtain permission from the property owner on whose property the disposal is to be made and absolve the City from any and all responsibility in connection with the disposal of material on said property. When material is disposed of as above provided, the Contractor shall conform to all required codes pertaining to grading, hauling, and filling of earth. 5.7 Parking and Storage Areas All stockpiled materials and parked equipment at the job site shall be located to avoid interference with private property and to prevent hazards to the public. Locations of stockpiles, parking areas, and equipment storage must be approved by the City Engineer. 6.0 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The Contractor shall be responsible for the protection of public and private property at and adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way, which are not designated for removal (e.g., electrical, lighting, curbs, sidewalks, survey points, fences, walls, signs, utility installations, pavements, structures, etc.) which are damaged or removed as a result of its operations. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed because of the Contractor's operations, they shall be restored or replaced in as nearly the original conditions and location as is reasonably possible. Lawns shall be covered with sod seeded to the applicable season, to the satisfaction of City. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, irrigation, sprinklers, and other improvements within the right-of-way which are designated for removal and would be destroyed because of the work. 7.0 EXISTING UTILITIES 7.1 General Existing utilities are shown on the drawings; however, the Contractor is responsible to verify exact location of all utilities prior to the start of construction. Pursuant to Government Code Section 4216, et. seq., the Contractor shall notify the appropriate required notification center. The notification center for La Quinta can be reached by contacting UNDERGROUND SERVICE ALERT (USA) at 1-800-422-4133 or dial 811. USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours notice. General Project Requirements 2000-7 7.2 Notification and Location At least two (2) working days before performing any excavation work, the Contractor shall request the utility owners to mark or otherwise indicate the location of their service. It shall be the Contractor's responsibility to determine the exact location and depth of all utilities, including service connections, which have been marked by the respective owners and which he believes may affect or be affected by his operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures. The following utility companies provide service to the La Quinta area and can be contacted via the USA telephone number or the number list below. 1. Southern California Gas Company, (909) 335-7851 2. Imperial Irrigation District, (760) 398-5823 3. Frontier Communications, (760) 778-3621 4. Coachella Valley Water District, (760) 398-2651 5. Spectrum, (760) 674-5451 7.3 Damage and Protection The Contractor shall immediately notify the City Engineer and utility owner of any damage to a utility. 7.4 Utility Relocation and Rearrangement The right is reserved to the City and the owners of utilities or their authorized agents to enter upon the Work area for the purpose of making such changes as are necessary for the rearrangement of their facilities or for making necessary connections or repairs to their properties. The Contractor shall cooperate with forces engaged in such work and shall conduct his operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by such forces and shall allow the respective utilities time to relocate their facility. The Contractor assumes responsibility for the removal, relocation, or protection of existing facilities wherein said facilities are identified by the Plans, field located by a utility company, or as provided for in the General Requirements. The Contractor shall coordinate with the owner of utility facilities for the rearrangement of said facilities. In the event that underground utilities are found that are not shown in the Contract Documents or are found to exist in a different location than shown in the Contract Documents, the Contractor shall: (1) notify the City Engineer of the existence of said facilities immediately; and (2) take steps to ascertain the exact location of all underground facilities prior to doing work that may damage such facilities. General Project Requirements 2000-8 Requests for extensions of time arising out of utility rearrangement delays shall be determined by City Engineer. In accordance with Government Code Section 4215 the Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay is caused by the failure of the City or utility company to provide for the removal or relocation of facilities for which they are the responsible party as defined in Paragraph 2000-7.3, Damage and Protection. Where it is determined by the City Engineer that the rearrangement of an underground main, the existence of which is not shown on the Plans, Specifications, or in the General Requirements, is essential in order to accommodate the contemplated improvement, the City Engineer will provide for the rearrangement of such facility by other forces or by the Contractor in accordance with the provisions of Paragraph 1400-7.1, Change Orders. When the General Requirements, Specifications, or Plans indicate that a utility is to be relocated, altered or constructed by others, the City will conduct all negotiations with the utility company and the work will be done at no cost to the Contractor. Temporary or permanent relocation or alteration of utilities desired by the Contractor for its own convenience shall be the Contractor's responsibility and it shall make arrangements and bear all costs. 7.5 Underground Facilities The Contractor is responsible for coordinating all project documentation, including but not necessarily limited to, the Contract Documents and existing record drawings for the determination of the location of all underground facilities. The Contractor shall exercise care in all excavations to avoid damage to existing underground facilities. This shall include potholing or hand digging in those areas where underground facilities are known to exist until they have been sufficiently located to avoid damage to the facilities. Prior to fabrication, the Contractor shall verify the location and elevations of existing underground facilities, which the Contractor is connecting to. No additional compensation shall be provided the Contractor for compliance with the provisions of this section or for the damage and repair of facilities due to the lack of such care. The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The Contractor shall notify The Gas Company's Headquarters Planning Office at least 2 working days prior to the start of construction. END OF SECTION 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. 2016-08, La Quinta SilverRock Park Venue. 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 This project is located on the east side of the SilverRock entrance located at SilverRock Way and Avenue 52. Work includes precise grading, landscaping and irrigation, utility construction, stream and lake construction, furnishing and installation of pump for lake, furnishing and installation of lighting, decomposed granite parking lot construction, concrete ADA parking space construction, concrete and decomposed walkways, construction of a stage, construction of outlet structures, construction of retaining walls, and construction of an outdoor theater with seating area as an additive alternate. Rough grading will be completed by others. 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. 2016-08, La Quinta SilverRock Park Venue.” The plan set consists of 114 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. 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. Special Provisions 3000-2 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 120 working days from the date specified in the Notice to Proceed. 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. Special Provisions 3000-3 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 bidders 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. 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: Special Provisions 3000-4 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. 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. Special Provisions 3000-5 f. 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. 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. g. 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. h. 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 3000-6 i. 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. j. 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. k. 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. l. 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. m. 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. n. 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. Special Provisions 3000-7 o. 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. p. 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. q. The Contractor shall be responsible to protect the work area at all times. Work areas shall be protected with fencing to satisfaction of City. 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. 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. Special Provisions 3000-8 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 Technical Specifications 4000-1 SECTION 4000 DIVISION 4 - TECHNICAL SPECIFICATIONS 1.0 GENERAL REQUIREMENTS The Standard Specifications as defined in Section 2000 shall govern the work for this project. All language in the Standard Specifications shall remain in full force and effect, unless the language in the prevailing Contract Document specifically cites the section number in the Standard Specification and says said provision is in lieu of that Standard Specification section. The project drawings and details are considered as part of these specifications, and any work or materials shown on the drawings and not mentioned in the specifications, or vice versa, are executed as if specifically mentioned in both. 2.0 MOBILIZATION (Base Bid Item 1) Mobilization shall conform to the provisions in Section 7-3.4, “Mobilization” of the Standard Specifications. Mobilization includes expenditures for all preparatory work and operations, including but not limited to, those costs necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site as well as the related demobilization costs anticipated at the completion of the project. Mobilization shall be paid for at the contract lump sum (LS) basis as shown on the Bid Schedule. Fifty percent (50%) of the lump sum price will be paid upon successful move in and completion of mobilization. The remaining fifty percent (50%) shall be paid after the contractor is completely demobilized and all project sites have satisfactorily been restored and the project clean-up is completed. 3.0 TRAFFIC CONTROL (Base Bid Item 2) Traffic Control shall comply with Section 3000-4.1 these Bid Documents. Traffic Control shall be paid for at the contract lump sum (LS) basis as shown on the Bid Schedule. Monthly payments will be made on a pro-rata basis. No additional traffic control will be paid if the add alternate is selected. 4.0 DUST CONTROL AND STORM WATER POLLUTION PREVENTION PLAN (Base Bid Item 3-4) 4.1 Dust Control Dust Control shall comply with Section 3000-4.2 of these Bid Documents. Dust Control shall be paid for at contract lump sum (LS) Price as shown on the bid schedule. Monthly payments will be made on a pro-rata basis. 4.2 Storm Water Pollution Prevention Control (SWPPP) Storm Water Pollution Prevention Plan (SWPPP) shall conform to the provisions in Section 3-12.6, “Water Pollution Control” and Section 3-12.6.3 “Storm Water Pollution Prevention Plan (SWPPP) of the Standard Specifications, California Regional Water Quality Control Board Colorado River Basin Technical Specifications 4000-2 Region Discharge Requirements (Order No. R7-2008-0001, MPDES No. CAS617002) and the City of La Quinta Standards, and these Special Provisions. SWPPP includes expenditures for the preparation of the SWPPP document, implementation of project specific Best Management Practices (BMPs), performing necessary inspections, and annual reports as required per the State of California General Permit for Storm Water Discharges (Order No. 2009-0009-DWQ, NPDES No. CAS000002) and the City of La Quinta MS4 discharge permit. See City of La Quinta web-page for more information on local standards: https://www.laquintaca.gov/business/design-and-development/development-services/wqmp- npdes-storm-drains-flood-zone. The use of water (if needed) shall conform to 3-12.6 of the Standard Specifications. Storm Water Pollution Prevention Plan (SWPPP) shall be paid for at the Contract Lump Sum (LS) Price as shown on the Bid Schedule. Quarterly payments will be made on a pro-rata basis. 5.0 CLEARING AND GRUBBING (No Item) Clearing and Grubbing shall conform to the provisions in Section 300-1, “Clearing and Grubbing,” of the Standard Specifications and these Special Provisions: Contractor shall field verify existing grades and shall accept site as is, for no other grading shall be performed by the City. 300-1.1.1 Removal and Disposal of Materials. [Add subsection] 300-1.1.1.1 General. [Add subsection] All materials removed shall be disposed of in a legal manner at an appropriate Disposal Site. 300-1.1.1.2 Requirements. [Add subsection] a) Excess soil and plant material to be removed as required by the City in the project. b) Miscellaneous In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item. 1. Provide all necessary water for construction activities. The contractor shall make arrangements with CVWD to obtain construction water meter(s), if required. The cost of the water meters shall be included in the cost of related items. 2. Removal of structures, as directed by Engineer to be removed or abandoned. 3. Protection of utilities, trees, fences, gates, walls, and other facilities within the construction zone, except those shown on the plans and those specifically directed by the Engineer to be removed or relocated. Technical Specifications 4000-3 4. Clearing and removal of debris from the site of work. This includes removal and legal disposal of structural items, non-structural items, existing fences, gates, signs, and posts including the associated footings/foundations. 5. Verification of existing locations and elevations as shown on the plans or directed by the Engineer. 6. Provide for the replacement of trees, plants, and hardscape of the same kind, to the satisfaction of the City whether indicated on the plans or not. 7. This item shall also be interpreted to include the removal or relocation of any additional items in conflict with the proposed work not specifically mentioned herein or covered by specific bid item as directed in the field by the Engineer, which may be found within the work limits whether shown or not shown on the plans to be removed or relocated. 300-1.4 Payment. [Add the following] Clearing and Grubbing shall be considered as covered under other items of work and no other payments with be allowed therefor. 6.0 DEMOLITION AND DISPOSAL (Base Bid Item 5) This Section shall conform to Sub-Section 5, “Clearing and Grubbing” of these technical provisions and the following: Demolition and Disposal 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 SSPWC and the Special Provisions, including loading, hauling, stockpiling and disposal, shall be included in this item of work for which removal and disposal of materials are required per approved design plan, as directed by the Engineer, equipment, as defined in the SSPWC and the Special Provisions. No further compensation will be allowed therefore. 7.0 SUBGRADE PREPARATION AND PRECISE GRADING (Base Bid Item 6) Preparation of the pavement subgrade shall conform to the provisions of Section 301-1, “Subgrade Preparation,” of the Standard Specifications and these Special Provisions. Grading shall conform to the provisions of Section 300 of the Standard Specifications and these Special Provisions. Rough Grading has been completed by others and is within 1/10th of a foot +/- of the final grade. The area enclosed by the screen wall is within 1 foot of the final grade. The Contractor is required to precise grade the site per the grades per the plans. 301-1.3 Relative Compaction. [Replace with the following] Relative compaction shall be modified to require 95% relative compaction of the top 12" of the subgrade in lieu of the 90% allowed under base material. 301-1.5 Grading of Areas Not to be Paved. [Add the following]: Grading for slopes in landscaped area to match the existing grade shall be considered as included under this item of work. Grading for slopes shall also conform to subsection 300-2.5 Slopes. Technical Specifications 4000-4 Excavation from the entire work area may be considered to use as unclassified fill as long as it meets the requirements laid out in Section 300-4. Benching will be required per Section 300-4.4. Compaction shall be at least 90% as specified in Section 300-4.7. Any excess excavation which develops as a result of placing imported borrow in advance of completing excavations within the entire project area shall be disposed of at the expense of the Contractor per Section 300-5.3. 301.1.7 Payment. [Replace with the following] Compensation for Subgrade Preparation and Precise Grading shall be paid for on a lump sum (LS) basis and shall include full compensation in furnishing all labor, materials, tools and equipment, and no additional compensation will be allowed. 8.0 PLACEMENT OF BASE MATERIAL (Base Bid Items 7-12) 301-2 UNTREATED BASE 301-2.1 General [Replace with the following] Untreated base shall be Class II Aggregate Base and shall conform to the Provisions of the Section 200-2, “Untreated Base Materials,” of the Standard Specifications. 301-2.4 Measurement and Payment. [Add the following] Payment for Class II Aggregate Base shall be included in the associated pavement section listed in the Bid Schedule at the contract price bid per the Square Foot as shown on the proposal bid sheet and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in placement of the aggregate base per the plan and standard drawings and no additional compensation will be allowed therefore. Payment for Backfill with 6” Class II Aggregate Base shall be paid for at the contract price bid per the Square Foot and will be a FINAL PAY item as shown on the Bid Schedule and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in placement of the aggregate base per the plan and standard drawings and no additional compensation will be allowed therefore. 9.0 CONCRETE CONSTRUCTION (Base Bid Items 8, 11, 13-14, 16-19, 25, 46, 49, 51-54) Concrete construction shall conform to Section 201 “Concrete, Mortar, and Related Material,” Section 202 “Masonry Materials,” and Section 303, “Concrete and Masonry Construction,” of the Standard Specifications and these Special Provisions. Curing compound shall be Type 2 - clear pigmented only for all concrete. Curing compound must be applied to all concrete surfaces at the application rate required in Section 201-4, “Concrete Curing Materials,” of the Standard Specifications. Preparation of existing native subgrade in areas where Portland Cement Concrete improvement will be constructed shall conform to Section 301-1, “Subgrade Preparation,” of the Standard Specifications. Technical Specifications 4000-5 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class [Add the following] Construction Class Slump Sidewalks, curbs, curbs & gutters, driveways, local depressions 560-C-3250 3” Cross gutters, access ramps, 560-C-3250 3” Concrete surrounding manhole, cleanouts, and vault frames. 560-C-3250 4" Catch Basins 560-C-3250 5” 201-1.2 Materials 201-1.2.1 Portland Cement [Delete the first paragraph and add the following] The cement to be used or furnished shall be Type V Portland Cement conforming to ASTM C150, unless otherwise specified. 9.1 Concrete Block Masonry Concrete Block Masonry shall conform to the provisions in Section 303-4, “Masonry Construction,” of the Standard Specifications and these Special Provisions. 303-4.1.5 Measurement and Payment. [Add the following] Payment for 6’ CMU Irrigation Equipment Screen Wall per City Freestanding Block Wall Standard Detail and will be a Final Pay Item, shall be paid per the contract bid price per Linear Foot as shown on the proposal bid sheets and shall include full compensation for providing this item of work, complete in place, including required hand work, and no additional compensation will be allowed. 9.2 Concrete Curb, Curb Transition, Gutter Depression, Access Ramp, Driveway, Sidewalk, Cross Gutter Concrete Curb, Curb Transition, Gutter Depression, Access Ramp, Driveway, Sidewalk, Cross Gutter, shall conform to the provisions in Section 303-5, “Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways,” of the Standard Specifications and these Special Provisions. 303-5.1.1 General. [Add the following] Concrete curbs, walks, cross gutter, and access ramps shall conform to the Standard Specifications as modified herein. Immediately after finishing operations are completed, Type II concrete curing compound shall be applied at the rate of one gallon per 150 square feet. 303-5.9 Measurement and Payment. [Add the following] Payment for Mow Curb, Rolled Curb, and Curb Transition, shall be paid per the contract bid price per Linear Foot or Each as shown on the proposal bid sheets and shall include full compensation for providing this item of work, complete in place, including required hand work, and no additional compensation will be allowed. Technical Specifications 4000-6 Payment for Sidewalk, Cross Gutter, and Stage Apron with Ramps/Stairs/Rails, shall be paid per the contract unit bid price per Square Foot and shall include full compensation for providing this item of work, complete in place, including required hand work, backfill, joints, incidentals to the work, and no additional compensation will be allowed. Rails shall be considered as included in the price per square foot for the Stage Apron. 9.3 Concrete Structures Concrete structures shall conform to Section 201-1, "Portland Cement Concrete" and Section 303-1, "Concrete Structures," of the Standard Specifications, the Standard Plans, these Technical Specifications and the details shown on the plans. Concrete structures for this project shall consist of headwalls and retaining walls. Concrete to be used in the construction of minor concrete structures shall be Class 560-C-3250, 5” slump concrete unless otherwise shown on the plans. The Contractor shall connect the existing storm drain pipe to the newly constructed outlet structure as directed by the plans and the Engineer. Connection activities shall be incidental to the construction of the structure and no additional compensation will be allowed therefore. The storm drain outlet structure shall include the furnishing and installation all materials necessary to construct the structure per the details in the plans. The outlet structure shall include Trash Racks. All earthwork shall be done in accordance with Section 300, "Earthwork," of the Standard Specifications and these Technical Specifications. All reinforcing steel shall be placed on supports to maintain the distance between the reinforcing steel and the subgrade, as required by the plans and specifications. Under no circumstances shall the reinforcing steel be placed on the subgrade and pulled during placement of concrete. The Contractor shall not place concrete until the Engineer has inspected the reinforcing steel placement and integrity of the steel reinforcement. No splices in transverse steel reinforcement will be permitted other than shown on the plans. No more than one splice will be permitted in any longitudinal bar between transverse joints and the splices shall be staggered. Ordinary Surface Finish shall not apply to rock pockets which, in the opinion of the Engineer, are of such an extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement. In such cases, the Engineer may declare the concrete defective and require the removal and replacement of the structure affected at the expense of the Contractor. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the plans, specifications, codes, ordinances, the City, and/or any applicable governmental agency. Unless otherwise shown on the drawings: For Concrete, cement shall be Type II/V and conform to the requirements for sulfate exposure in Section 201-1.1.3, "Concrete Specified by Special Exposure," of the Standard Specifications, and have a minimum 7 sack cement/cubic yard, and minimum compressive strength (f’c) of 5,000 psi at 28 days. Reinforcing steel shall be grade 60, hot rolled from new billet steel, conforming to ASTM A 615 and Section 201-2, “Reinforcement for Concrete,” per the Standard Specifications. Technical Specifications 4000-7 Payment for Outlet Structure hall be measured and paid for under the item Modify 54” Storm Drain, Construct Headwall, and Place ¼ Ton Grouted Rip-Rap Limits per Plans at the contract price bid per Lump Sum and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in constructing the concrete structures per the plan including structure excavation, disposal, compaction, base material, structure backfill, compacted fill, concrete, removal of pipe, connection of pipe, grading, bar reinforcement, finishing and curing, beams, joints, bracing, trash rack complete in place, and appurtenances, incidentals, and furnishing all labor, tools, equipment and materials necessary to accomplish the work complete in place, as shown on the Plans, these Technical Specifications, and as directed by the Engineer, and no additional compensation will be allowed therefor. Payment for retaining walls shall be measured and paid for under the item Stage Retaining Walls per Plans at the contract price bid per Linear Foot and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in constructing the concrete structures per the plan including structure excavation, disposal, compaction, base material, structure backfill, compacted fill, concrete, grading, bar reinforcement, finishing and curing, joints, bracing, railing, complete in place, and appurtenances, incidentals, and furnishing all labor, tools, equipment and materials necessary to accomplish the work complete in place, as shown on the Plans, these Technical Specifications, and as directed by the Engineer, and no additional compensation will be allowed therefor. 10.0 SIGNING, STRIPING AND PAVEMENT MARKERS (Base Bid Items 20-24) 10.1 Traffic Striping, Pavement Markings, Signing, Delineators & Pavement Markers Section 214 and Section 314, “Traffic Striping, Curb and Pavement Markings, and Pavement Markers,” of the Standard Specifications for Public Works Construction are hereby replaced with following: Traffic Striping, Pavement Markings, Signing, Delineators and Pavement Markers shall conform to the provisions in Section 82, "Signs and Markers", Section 84, " Markings", and Section 81, "Miscellaneous Traffic Control Devices", of the State of California, Department of Transportation's Standard Specifications dated 2015 and all revisions and the State of California, Department of Transportation's Standard Plans dated 2015 and all revisions (hereinafter referred to as the State Standard Specifications and the State Standard Plans, respectively), where applicable and these Special Provisions. 10.2 Markers and Delineators Markers and delineators shall conform to the provision in Section 82, "Signs and Markers," of the State Standard Specifications and these special provisions. Flexible posts shall conform to the details shown on the plans. Flexible posts shall be made from a flexible white plastic which shall be resistant to impact, ultraviolet light, ozone and hydrocarbons. Flexible posts shall resist stiffening with age and shall be free of burns, discoloration, contamination, and other objectionable marks or defects that affect appearance or serviceability. Payment for markers and delineators shall be considered as included in the Lump Sum price bid for Parking Lot Signage and Striping and shall include full compensation for furnishing all labor, materials, tools and equipment for installing markers and delineators as shown on the plans, and as required in the Specifications. Technical Specifications 4000-8 10.3 Roadside Signs Roadside signs shall be installed at the locations shown on the plans or as directed by the ENGINEER, and shall conform to the provision in Section 82-3 "Roadside Signs," of the State Standard Specifications and these Special Provisions. Payment for traffic roadside signs and posts shall be considered as included in the Lump Sum bid for Parking Lot Signage and Striping or as shown in the bid schedule, and shall include full compensation for furnishing all labor, materials, tools and equipment for installing sign panels, and sign posts as shown on the plans, and as required in the Specifications. 10.4 Paint Traffic Stripes and Pavement Markings Painting traffic stripes (traffic lanes) and pavement markings shall conform to the provisions in Section 84-1, "General," and 84-2, "Traffic Stripes and Pavement Markings," of the State Standard Specifications and these special provisions. The CONTRACTOR shall furnish the necessary control points for all striping and markings and shall be responsible for the completeness and accuracy thereof to the satisfaction of the ENGINEER. The CONTRACTOR shall perform all layout, alignment, and spotting for traffic stripes and markings. Traffic striping shall not vary by more than ½ inch in 50 feet from the alignment shown on the plans. The dimensional details of the stripes and markings shall conform to the provisions set forth in the California Manual on Uniform Traffic Control Devices (CAMUTCD) and Maintenance Manual available from Caltrans. Spotting with cat tracks or dribble lines shall be performed prior to the removal of existing stripes. Cat tracks shall consist of spots of paint not more than 3 inches in width and not more than 5 feet apart along the alignment of the stripe. Paint for the cat tracks shall be the same as that for the intended stripe. Paint for the dribble lines shall be neutral color obtained by mixing approximately two parts white paint with one part black paint. Spotting - Spotting shall be completed prior to the removal of any existing stripes or markings. Existing stripes and markings shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends or holidays. No striping or painting work shall start until the ENGINEER has specifically approved the spotted markings. Existing striping and markings, if any, shall be removed prior to painting new, but in no case, shall any section of street be left without the proper striping for more than 24 hours, or over the weekends or holidays. Materials - Materials shall conform to the provisions in Section 84-2.02, "Materials," of the State Standard Specifications and these Special Provisions. All traffic striping and pavement markings shall be two coats of paint with glass beads unless otherwise approved by the CITY Engineer. A minimum of 7 days and a maximum of 14 days shall elapse between application of the first and second coats of paint. The paint for traffic striping and markings shall be as follows: 1) High Performance Water Borne, Rapid Dry, White - PERVO Paint Co. #6000, or approved equal. Technical Specifications 4000-9 2) High Performance Water Borne, Rapid Dry, Black - PERVO Paint Co. #6002, or approved equal. 3) High Performance Water Borne, Rapid Dry, Yellow - PERVO Paint Co #6001, or approved equal. All lines, legends, crosswalks, limit lines, and shapes shall be paint. Crosswalk lines, stop limit lines, and chevrons are considered as pavement markings. The paint for concrete curbs shall be the following, or an approved equal: 1) PERVO Paint Co. #6004 Red 2) PERVO Paint Co. #6005 Green 3) PERVO Paint Co. #6006 Blue All paint shall meet SCAQMD Rule 1113. Glass beads shall conform to State Specification 8010-21C-22 (Type II). All pavement markings shall be metric and shall match city stencils. Payment for Traffic Stripes and Pavement Markings shall be considered as included in the Lump Sum bid for Parking Lot Signage and Striping, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in traffic stripes, and pavement markings, including establishing alignment for stripe and layout work as shown on the plans and as required in the Specifications. 10.5 Pavement Markers Pavement markers shall conform to the provision in Section 81-3, "Pavement Markers," of the State Standard Specifications and these special provisions. Payment for pavement markers shall be included in the Lump Sum bid for Parking Lot Signage and Striping including Blue Raised Pavement Markers (Fire Hydrant) and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, including establishing alignment for layout work as shown on the plans and as required in the Specifications. 10.6 Truncated Domes Truncated domes shall conform to the 2016 CBC requirements and City Standard Drawing 250. The 3’ x 4’ truncated dome panel required (“Wasau Tile” or equivalent set-in-concrete style) shall be included in the bid item for truncated domes. Product submittal to be made to Landscape Architect and color to be approved by Landscape Architect. Payment for 36” Wide Truncated Domes per Plans and 2016 CBC Requirements shall be on a Square Foot basis, and the bid shall include full compensation for furnishing all labor, materials, tools, equipment and incidental for doing all the work involved including layout work as shown on the plans and as require in the Specifications. Technical Specifications 4000-10 10.7 Concrete Wheel Stops Precast concrete using smooth metal forms, minimum 2,000 psi concrete with two No. 3 horizontal reinforcement bars; 72 inches long unless otherwise indicated, minimum 5 inches high, sides battered, ends battered over vertical, with edges round to ¾ inch radius and drainage slots on underside. Payment for Parking Lot Wheel Stops per Plans shall be on a per Each basis, and the bid shall include full compensation for furnishing all labor, materials, tools, equipment and incidental for doing all the work involved including layout work as shown on the plans and as require in the Specifications 11.0 WATER IMPROVEMENTS (Base Bid Items 26-32) 11.1 General The work to be done by the Contractor under this project shall consist of performing all operations necessary for construction of the domestic water system including PVC pipe, ductile iron pipe, valves, fittings, appurtenances, etc. at the locations as shown on the plans and in accordance with these Technical Specifications. The Contractor shall furnish all transportation, materials, equipment, labor supplies to complete construction of the domestic and reclaimed water system together with all appurtenant work necessary or incidental to complete in a workmanlike manner, the improvements as contemplated and as intended by the plans and these Technical Specifications. All work shall be done in accordance with the applicable provisions of the Coachella Valley Water District (CVWD) Development Design Manual, Standard Plans and Standard Specifications and applicable sections of the Standard Specifications for Public Works Construction. All materials shall conform to the CVWD Development Design Manual. The contract prices are inclusive of all CVWD applications, including testing, inspection, and adjustment of all surface facilities to final grade. 11.2 Fire Hydrant Assembly Fire Hydrant Assemblies shall be furnished and installed per the Plans, CVWD Standard Drawing No. W-33A, CVWD specifications, the Standard Specifications, City of La Quinta Codes and Ordinances and these Technical Specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the plans, specifications, codes, ordinances, CVWD the City, and/or any applicable governmental agency. Payment for Furnish and Install 6” Fire Hydrant Assembly (Wet Barrel) per City of CVWD Std. W- 33A, shall be at the contract unit price per Each and shall include full compensation for all labor, materials, tools, equipment, including sealants, thrust blocks, excavation, backfill, compaction, all appurtenances, valves, break-off check valve, wet barrel hydrant, blind flange, and incidentals and for doing the work involved in installing the fire hydrant assembly, complete in place, as shown on the Plans, CVWD Standard Drawing No. W-33A, as specified in the CVWD Specifications, these Technical Specifications, and as directed by the Engineer. Payment will include the assembly blind flanged at the top portion of the 6-inch break-off spool. Technical Specifications 4000-11 11.3 Gate Valves Butterfly and gate valves shall be furnished and installed per the Plans, CVWD Standard Drawing No. W-17, CVWD specifications, the Standard Specifications, City of La Quinta Codes and Ordinances and these Technical Specifications. Valves shall be flange by flange with a flange coupling adaptor. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the plans, specifications, codes, ordinances, the City, and/or any applicable governmental agency. Payment for Furnish and Install DI Butterfly Valve (size as shown) and Furnish and Install DI Gate Valve (size as shown), shall be included in the contract price and shall include full compensation for all labor, materials, tools, equipment, including sealants, valve can, valve lid, thrust blocks, excavation, backfill, compaction, all appurtenances, and incidentals and for doing the work involved in installing the butterfly valve assembly, complete in place, as shown on the Plans, CVWD Standard Drawing No. W-12, as specified in the CVWD Specifications, these Technical Specifications, and as directed by the Engineer. 11.4 PVC Pressure Pipe Fittings Section 209-4, “PVC Pressure Pipe,” of the Standard Specifications for Public Works Construction is hereby replaced with the following: All PVC Pressure Pipe shall adhere to TABLE 209-4.2 of the Standard Specifications for Public Works. Payment for Furnish and Install 8”x6” Reducer, 6” Blind Flange and 15”x15”x6” Tee, shall be included in the contract unit price and shall include full compensation for all labor, materials, tools, equipment, including sealants, valve can, valve lid, thrust blocks, excavation, backfill, compaction, all appurtenances, and incidentals and for doing the work involved in installing the specified fittings, complete in place, as shown on the Plans, CVWD Standard Drawing No. W-14, as specified in the CVWD Specifications, these Technical Specifications, and as directed by the Engineer. 11.5 Pressure Testing of Domestic Water Systems The Pressure Testing of Domestic Water Systems, including the fire hydrants, shall be constructed and tested per the approved Plans, CVWD standard drawings and specifications, City of La Quinta Codes and Ordinances and these Technical Specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, and to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the approved Plans, specifications, codes, ordinances, CVWD, the City, and/or any applicable governmental agency. The cost of such Pressure Testing of the Domestic Water Systems shall be included in the various items of domestic and reclaimed water system construction included in the Contract Documents. The Contractor shall include in its price, full compensation for furnishing all labor, equipment, tools and materials, including but not limited to the following: Water, as well as for performing all necessary functions of pressure testing the Domestic Water System and all other items incidental to complete the work of construction. Technical Specifications 4000-12 12.0 SEWER IMPROVEMENTS (Base Bid Items 33-35) 12.1 General The work to be done by the Contractor under this project shall consist of performing all operations necessary for construction of the sewer system including PVC sewer pipe, manholes, cleanouts, etc. at the locations as shown on the plans and in accordance with these Technical Specifications. The Contractor shall furnish all transportation, materials, equipment, labor supplies to complete construction of the sewer system together with all appurtenant work necessary or incidental to complete in a workmanlike manner, the improvements as contemplated and as intended by the plans and these Technical Specifications. All work shall be done in accordance with the applicable provisions of the Coachella Valley Water District (CVWD) Development Design Manual, Standard Plans and Standard Specifications and applicable sections of the Standard Specifications for Public Works Construction. All materials shall conform to the CVWD Development Design Manual. The contract prices are inclusive of all CVWD applications, including testing, inspection, and adjustment of all surface facilities to final grade. 12.2 Polyvinyl Chloride Pipe (PVC & SDR 11) Polyvinyl Chloride Plastic Pipe (PVC) pipe shall be furnished and installed, of the size and strength designated, as shown on the Plans, CVWD standard drawings and specifications, the Standard Specifications, City of La Quinta Codes and Ordinances and these Technical Specifications. Placing backfill uniformly on all sides shall mean limiting the differential fill level to two feet or less and must be in conformance with the CVWD specifications. Compaction equipment or methods that may cause excessive displacement or may damage structures, such as sleeve tampers or other drop-weight type equipment, shall not be used. The Contractor shall exercise care in placing and compacting fill above pipes. Any pipe damaged as a result of the Contractor’s operations shall be replaced or repaired to the satisfaction of the Engineer and at no expense to the City Trench backfill shall be placed at existing or natural grades where proposed grading is not indicated on the plans. Any surplus of pipe and trench material remaining after installation shall become the property of the Contractor and shall be disposed in accordance with Section 300-1.3 “Removal and Disposal of Materials” of the Standard Specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price, any and all costs and expenses to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspection and survey as may be required by the plans, specifications, codes, ordinances, CVWD, the City and/or any applicable governmental agency. The Contractor shall notify the Engineer prior to placement of backfill. Pipe will be measured horizontally along the pipe centerline, between the ends as laid and shall include the actual pipe in place. Technical Specifications 4000-13 Payment for Furnish and Install PVC Sewer Pipe(per pipe diameter and SDR rating as specified) shall be at the contract unit price per Linear Foot and shall include full compensation for all labor, materials, tools, equipment, including sealants, caps, excavation/trenching, disposals, bedding, backfill, compaction, , and incidentals and for doing the work involved to install PVC Sewer Pipe (per pipe diameter and SDR rating as specified in the Plans), complete in place, as shown on the Plans, CVWD Standard Drawings and Specifications, these Technical Specifications, and as directed by the Engineer. 12.3 Laterals and Cleanouts Laterals shall conform to the provisions for PVC pipes in section 2.2 above and CVWD Standard Drawings S-44 and S-45 and specifications. Cleanouts shall be furnished and installed per the Plans, CVWD Standard Drawing Nos. S-44, S-44A and S-45 and specifications, the Standard Specifications, City of La Quinta Codes and Ordinances and these Technical Specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the plans, specifications, codes, ordinances, the City, and/or any applicable governmental agency. Payment for 6” PVC (SDR-35) Sewer Line (Including Bends, Fittings and Cleanouts to Grade with Cap) per Plans shall be at the contract unit price per Linear Foot and Furnish and Install 6” Lateral Cleanout shall be included in the contract price and shall include full compensation for all labor, materials, tools, equipment, including excavation, PVC pipe, cast iron cover, fittings, backfill, compaction, all appurtenances, and incidentals and for doing the work involved in installing the cleanout, complete in place, as shown on the Plans, CVWD Standard Drawings, as specified in the CVWD Specifications, these Technical Specifications, and as directed by the Engineer. 13.0 STORM DRAIN HDPE PIPE, AREA DRAINS, TRENCH DRAINS (Base Bid Items 36-43) Storm Drain HDPE pipe material, area drains, and trench drains shall conform to Section 207-25, “Profile Polypropylene Pipe with Smooth Interior, with Bell and Spigot Joints,” of the Standard specifications for Public Works, 2018 Edition and all revisions and these Special Provisions. Installation method of storm drain facilities shall be per Section 207-25, ““Profile Polypropylene Pipe with Smooth Interior, with Bell and Spigot Joints,” of the Standard specifications for Public Works, 2018 Edition and all revisions and these Special Provisions. Payment for Install 6” ABS, 8-inch HDPE, 12-inch HDPE shall be measured and paid for at the contract price bid per Lineal Foot and will be a FINAL PAY item as shown on the Bid Schedule and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in placing the storm drain pipe sizes per plan. Payment for Install 9”, 12” and 24” Square Area Drains and 18” ADS Flared-End Section shall be measured and paid for at the contract price bid per Each and will be a FINAL PAY item as shown on the Bid Schedule and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in placing the storm drain area drains sizes per plan. Technical Specifications 4000-14 14.0 MISCELLANEOUS METAL ITEMS (Base Bid Items 47, 55) Miscellaneous metal items shall conform with Section 206 “Miscellaneous Metal Items” and Section 304 “Metal Fabrication and Construction,” of the Standard Specifications and these Special Provisions. [Add the following] Decorative Metal Fencing and Gates 304-2.4 Measurement and Payment. [Add the following paragraph] Payment for this item as it pertains to the water feature plans shall be paid for on a lump sum (LS) and tubular steel fencing shall be measured and paid on a linear foot (LF) basis and shall include full compensation in furnishing all labor, materials, tools and equipment as specified in the SSPWC and the Special Provisions, including delivery and disposal of excess materials as required per approved design plan, as directed by the Engineer, as defined in the SSPWC and the Special Provisions. No further compensation will be allowed therefore. 15.0 RIP-RAP (Base Bid Items 45-46) Rip-rap shall conform to Section 72-2, “Rock Slope Protection,” of the State of California, Department of Transportation Standard Specifications dated 2015 and all revisions and these Special Provisions. Installation method of rip-rap shall be per Caltrans’ Method B as described in Section 72-2.03C, “Placement Method B,” of the State of California, Department of Transportation Standard Specifications dated 2015 and all revisions. Payment for 300 lb. Rock Rip-Rap per Plans shall be measured and paid for at the contract price bid per Square Foot and will be a FINAL PAY item as shown on the Bid Schedule and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in placing the rip-rap per the plan. Payment for ¼ Ton Grouted Rip-Rap Limits per Plans shall be measured and paid for under the item Modify 54” Storm Drain, Construct Headwall, and Place ¼ Ton Grouted Rip-Rap Limits per Plans at the contract price bid per Lump Sum as shown on the Bid Schedule and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in placing the rip-rap per the plan. 16.0 INTERLOCKING CONCRETE PAVERS (Base Bid Items 9, 50) 16.1 Summary A. Section Includes: Interlocking concrete pavers including aggregate base course, mat, and sand laying course. B. Related Documents: The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. C. Related Sections: 1. Section 201 of the Standard Specifications Technical Specifications 4000-15 2. Section 200-2 of the Standard Specifications D. Related Work: 1. Preparation of sub-base. 2. Installation of concrete paving. 3. Installation of Class II Base. 16.2 References A. The editions of the specifications and standards referenced herein, published by the following organizations, apply to the concrete pavers only to the extent specified by the reference. Refer to Section 01422 for information concerning availability and use of references. 1. American Society of Testing and Materials (ASTM) 2. Interlocking Concrete Pavement Institute (ICPI) 3. State of California, Department of Transportation, Standard Specifications 16.3 Submittals A. Samples: Submit representative full-size samples of pavers of specified colors, patterns and sizes. B. Product Data: Submit copies of manufacturer's catalog cuts and specifications of the complete list of materials to be installed. C. Submittal procedures and quantities are specified in Division 1. D. Quality Assurance: 1. Materials Manufacturer Qualifications: Obtain precast concrete pavers from single manufacturer with not less than 5 years of successful experience using single layer production methods, multi-layer production is not acceptable. 2. Installer Qualifications: A firm which has specialized in installation of precast concrete pavers for not less than 3 years and which is acceptable to manufacturer of pavers. Installer must possess a current ICPI Installation Certificate. 3. The Landscape Architect reserves the right to take and analyze samples of materials for conformance with specifications at any time. Contractor shall furnish samples upon request. Rejected materials shall be immediately removed from the site and replaced at Contractor's expense. Cost of testing of materials not meeting specifications shall be paid by Contractor. 4. Field Constructed Mock-Up: a) Install a 7’-0” by 7’-0” paver area. b) Use this area to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattern(s), color(s), and texture of the job. c) This area will be used as the standard by which the work will be judged. Technical Specifications 4000-16 d) Subject to Owner/Owner Representative's acceptance of visual qualities of the mock-up before start of paver work. Sample panels, if approved, may be left in place as part of the completed construction. e) If mock-up is not retained, remove and properly dispose of mock-up. 5. Delivery, Storage and Handling: 6. Furnish standard products in manufacturer's standard containers bearing original labels showing quantity, analysis and name of manufacturer. 7. Paving stones shall be delivered and unloaded at the project site on pallets and bound in such a manner that no damage occurs to the products during hauling, handling or unloading at the project site. 8. Store concrete paver cleaners and sealers per manufacturer’s instructions. E. Project Conditions 1. Contractor shall acquaint himself with all site conditions. Should utilities or other work not indicated be found during excavations, notify the Landscape Architect for instructions as to further action. Failure to do so will make Contractor liable for all damage thereto arising from his operations subsequent to discovery of such utilities not indicated. F. Maintenance: 1. Extra Materials: Provide 1 additional paver for every 100 pavers for use by Owner for maintenance and repair, unless otherwise noted. 2. Pavers shall be from the same production run as installed materials. 16.4 Products A. Pavers: Interlocking Concrete Pavers: Colors, sizes and patterns shall be as indicated or as selected by the Landscape Architect. Produce pavers with spacer lugs to assist in maintaining uniform and proper spacing between pavers. Acceptable manufacturer or equal: a) Acker-Stone Industries 1. Style: Holland Stone for driveway and for Art Nodes 2. Color: As indicated on the Drawings. 3. Texture: As indicated on the Drawings B. Materials: 1. Bedding and Joint Sand: Provide bedding and joint sand as follows: a) Washed, clean, non-plastic, free of deleterious or foreign matter, symmetrically shaped, natural or manufactured from crushed rock. b) Do not use limestone screenings, stone dust, or sand for the bedding sand material that does not conform to the grading requirements of ASTM C 33. Technical Specifications 4000-17 c) Do not use mason sand or sand conforming to ASTM C 144 for the bedding sand. d) Where concrete pavers are subject to vehicular traffic, utilize sands that are as hard as practically available. e) Sieve according to ASTM C 136. f) Bedding Sand Material Requirements: Grading requirements for bedding sand per ASTM C 33. Conform to the grading requirements of ASTM C 33 with modifications as follows: Sieve Size Percent Passing 3/8 inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 5-30 No. 100 0-10 No. 200 0-1 g) Joint Material Requirements: Provide Elastomeric Sand. h) Grading requirements for joint sand per ASTM C 144. Conform to the grading requirements of ASTM C 144 with modifications as follows: Natural Sand Manufactured Sand Sieve Size Percent Passing Percent Passing No. 4 100 100 No. 8 95-100 95-100 No. 16 70-100 70-100 No. 30 40-75 40-100 No. 50 10-35 20-40 No. 100 2-15 10-25 No. 200 0-1 0-5 i) Edge Restraints: a) Provide steel edge restraints installed around the perimeter of all interlocking concrete paving unit areas. 16.5 Execution Technical Specifications 4000-18 A. Examination: 1. Acceptance of Site Verification of Conditions: a) Examine related work and surfaces before starting work of this section. Report to the Landscape Architect, in writing, site conditions which will prevent the proper completion of this work. Beginning the work of this section without reporting unsuitable conditions constitutes acceptance of site conditions. Required removal, repair, or replacement of this work caused by unsuitable conditions shall be done at no additional cost to Owner. b) Verify that subgrade preparation, compacted density, and elevations conform to specified requirements. c) Verify that geotextiles, if applicable, have been placed according to Drawings and Specifications. d) Verify that base materials, thickness, surface tolerances and elevations conform to specified requirements. e) Provide written density test results for soil subgrade base materials. f) Verify location, type, and elevations of edge restraints, utility structures, and drainage inlets. g) Verify that subbase or adjacent concrete paving has been installed to finish grades indicated less sand leveling course and paver thickness. 2. Preparation: a) Subgrade: Scarify earth subgrade to a depth of not less than 6 inches and compact it to 95 percent of maximum density. b) Edge Restraint: Restrain all edges of paver installation. Where permanent structures do not provide edge restraint, install concrete toe or other suitable methods as recommended by the paver manufacturer to prevent movement of edge pavers. 1. Install edge restraints as indicated on Drawings. 3. Installation: Spread bedding sand evenly over the base course and screed to a nominal 1-inch thickness, not exceeding 1-1/2-inch thickness. Spread bedding sand evenly over the base course and screed rails, using the rails and/or edge restraints to produce a nominal 1-inch thickness allowing the specified variation in the base surface. a) Do not disturb screeded sand. b) Screeded area shall not substantially exceed that which is covered by pavers in one day. c) Do not use bedding sand to fill depressions in the base surface. Technical Specifications 4000-19 d) Lay pavers in pattern(s) indicated on Drawings. Place units hand tight without using hammers. Make horizontal adjustments to placement of laid pavers with rubber hammers and pry bars as required. e) Provide joints between pavers between 1/16 inch and 3/16 inch wide. No more than 5% of the joints shall exceed 1/4-inch-wide to achieve straight bond lines. f) Joint (bond) lines shall not deviate more than +/- 1/2 inch over 50 feet from string lines. g) Fill gaps at the edges of the paved area with cut pavers or edge units. h) Cut pavers to be placed along with edge with a double blade paver splitter or masonry saw. i) Cut pavers as indicated on Drawings. All cut pavers exposed to vehicular tires shall be no smaller than 1/3 of a whole paver. j) Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and joint sand. k) Use a low amplitude plate compactor capable of at least minimum of 4,000 lbf at a frequency of 75 to 100 Hz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace with new units. l) Simultaneously spread, sweep, and compact dry joint sand into joints continuously until full. This will require at least 4 to 6 passes with a plate compactor. Do not compact within 6 feet of unrestrained edges of paving units. m) All work within 6 feet of the laying face must be fully compacted with sand- filled joints at the end of each day or compacted upon acceptance of the Work. Cover the laying face or any incomplete areas with plastic sheets overnight if not closed with cut and compacted pavers with joint sand to prevent exposed bedding sand from becoming saturated from rainfall. n) Allow excess joint sand to remain on surface to protect pavers from damage from other trades. Remove excess sand when directed by City. o) Surface shall be broom clean after removal of excess joint sand. 16.6 Field Quality Control A. The final surface tolerance from grade elevations shall not deviate more than +/- 3/8 inch under a 10-foot straightedge. B. Check final surface elevations for conformance to Drawings. C. The surface elevations of pavers shall be 1/8 inch to 1/4 inch above adjacent drainage inlets, concrete collars or channels. D. Lippage: No greater than 1/8-inch difference in height between adjacent pavers. 16.7 Clean-Up and Protection Technical Specifications 4000-20 A. Protect finished Work from damage due to subsequent construction activity on the site. B. Upon completion of work, remove from the premises all surplus materials, tools, equipment, rubbish and debris resulting from the work. 17.0 GRAVELPAVE2 (Base Bid Item 10) 17.1 Summary A. Section Includes 1. Porous pavement system. B. Related Sections 2. Sections 200, 300 and 800 of the Standard Specifications C. References 1. ASTM D 638-10 Standard Test Method for Tensile Properties of Plastics 2. ASTM C 33 Standard Specification for Concrete Aggregates D. System Description 1. Major Components of the Complete System a. Gravelpave 2 units, assembled in rolls b. Engineered sand and gravel base course c. Anchor pins and washers d. Gravel fill d.g. e. Binder 2. The Gravelpave2 paving units, sand, and base course work together to support imposed loading. 3. The Gravelpave2 units contain and restrict gravel fill from lateral and vertical movement. 17.2 Submittals A. Submit as required under the General Provisions B. Shop Drawings: Submit design detail showing proper cross-section. C. Samples: Submit manufacturer's sample of Gravelpave2 10” x 10” section D. Installation Instructions: Manufacturer’s printed installation instructions. Include methods for maintaining installed products. E. Certificates: 1. Manufacturer signed certificate stating the product is made in the USA. 2. Submit Material Certificates for base course and sand (or USGA mix) fill materials. 3. Product certificates signed by the manufacturer certifying material compliance of polyethylene used to make Gravelpave2 units. Technical Specifications 4000-21 4. ISO Certificate certifying manufacturer’s quality management system is currently registered to ISO 9001:2008 quality standards. 17.3 Substitutions No material will be considered as an equivalent to the Gravelpave2 unit specified herein unless it meets all areas of this specification without exception. Manufacturers seeking to supply what they represent as equivalent material must submit records, data, independent test results, samples, certifications, and documentation deemed necessary by the Specifier to prove equivalency. 17.4 Manufacturer’s Material Certification Product manufacturers shall provide certification of compliance with all applicable testing procedures and related specifications upon written request. Request for certification shall be submitted by the purchasing agency no later than the date of order placement. Product manufacturers shall also have a minimum of 30 years’ experience producing products for porous pavement systems. 17.5 Manufacturer Quality Certification ISO Certification certifying manufacturer’s quality management system for its Grasspave2 or Gravelpave2 system is currently registered to ISO 9001:2008 quality standards. Any alternate materials submitted shall provide a certification that their porous pavement system manufacturing process is part of an ISO program and a certification will be required specifically stating that their testing facility is certified and in accordance with ISO. 17.6 Delivery, Storage, and Handling A. Store products in manufacturer’s unopened packaging until ready for installation. B. Protect Gravelpave2 units/rolls from damage during delivery and store rolls upright, under tarp, to protect from sunlight, when time for delivery to installation exceeds one week. C. Store anchor pins and washers in a secure location protected from theft or damage. D. Handling: Protect materials during handling and installation to prevent damage 17.7 Maintenance Service A. See Grasspave2 and Gravelpave2 Maintenance Guide from Invisible Structures 17.8 Project Conditions A. Maintain environmental conditions within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. B. Do not begin installation of porous pavements until all hard surface paving adjacent to porous pavement areas, including concrete walks and asphalt paving, is completed. C. In cold weather, do not use frozen materials or materials mixed or coated with ice or frost, and do not build on frozen base or wet, saturated or muddy subgrade. Install Gravelpave2 units when ambient air temperature is at least 55 degrees. D. Protect partially completed paving against damage from other construction traffic when work is in progress. Technical Specifications 4000-22 17.9 Limited Warranty A. Invisible Structures, Inc. (ISI) warrants to its purchasers that all products furnished by ISI will be free from defects in material and/or workmanship. B. This warranty shall be extended for a period of five (5) years following the date of shipment by ISI. C. Providing a written claim is presented to ISI within the warranty period and after inspection by ISI showing the materials have failed under this warranty, all defective materials shall be refurnished under this warranty, at no charge, excluding re-installation costs. This in lieu of all other warranties expressed or implied and is the sole warranty extended by ISI. D. Liability under the warranty is limited to the refurnishing of materials and does not include any responsibility for incidental, consequential, or other damages of any nature. 17.10 Products A. Manufacturers 1. Acceptable Manufacturer: Invisible Structures, Inc., which is located at: 1600 Jackson St. Suite 310 ; Golden, CO 80401; Toll Free Tel: 800-233-1510; Tel: 303- 233-8383; Email: request info (sales@invisiblestructures.com); Web: www.invisiblestructures.com. 2. Substitutions: Not permitted. B. Grasspave2/Gravelpave2 1. Composition: a) Manufactured in the USA. b) High density polyethylene (HDPE): 100 percent recycled materials. c) Color: Black – Grasspave2 (when applicable) Tan – Gravelpave2 d) Color Uniformity: Uniform color throughout all units’ rolls. e) Carbon Black for ultraviolet light stabilization. f) Hydrogrow soil amendment and fertilizer, provided by manufacturer with Grasspave2 (when applicable). g) Anchor pins and washers provided by manufacturer with Gravelpave2. 2. Performance Properties: a) Maximum Loading Capability: 15,940 psi (2.29 million psf, 109,906 kPa) when filled with sand. b) Wheelchair Access testing for ADA Compliance: Passing ASTM F 1951-08. c) Wheelchair Access testing for ADA Compliance: Passing Rotational Penetrometer testing. d) Tensile strength, pull-apart testing: 458 lbf/in from ASTM D638 Modified. Technical Specifications 4000-23 e) System Permeability (Grasspave2 and Gravelpave2 sand, base course): 2.63 to 38.55 inches of water per hour. f) Effective Imperviousness (E.I.): 10%. 3. Dimensions (individual units are assembled and distributed into rolls): a) Roll area: From 108 sq ft (10 sq m) to 538 sq ft (50 sq m), in 108 sq ft (10 sq m) increments b) Roll Widths: From 3.3 ft (1 m) to 8.2 ft (2.5 m), in 1.6 ft (0.5 m) increments. c) Roll Lengths: From 32.8 ft (10m) to 65.6 ft (20 m), in 3.3 ft (1 m) increments. d) Roll Weights: From 41 lbs (19kg) to 205 lbs (93kg), in 41 lbs (19 kg) increments. e) Unit Nominal Width by Length: 20 inches by 20 inches (0.5 m by 0.5 m) or 40 inches by 40 inches (1 m by 1 m). f) Nominal Depth: 1 inch (2.5 cm) – for rolls and individual units. g) Unit Weight: 18 oz (510 g) or 5 lbs. (2.27 kg) – Grasspave2 19 oz (535 g) or 5 lbs. (2.27kg) – Gravelpave2 h) Volume Solid: 8 percent. C. System Materials Notes: All measurements are subject to manufacturing tolerances, unless otherwise specified. 1. Base Course: Sandy gravel material from local sources commonly used for road base construction (recycled materials such as crushed concrete or crushed asphalt are NOT acceptable). a) Conforming to the following sieve analysis and requirements: 1. 100 percent passing sieve size 1 inch (25 mm). 2. 90-100 percent passing sieve size 3/4 inch (19 mm). 3. 70-80 percent passing sieve size 3/8 inch (9 mm). 4. 55-70 percent passing sieve size #4. 5. 45-55 percent passing sieve size #10. 6. 25-35 percent passing sieve size #40. 7. 3-8 percent passing sieve size #200. b) Provide a base course material nearly neutral in pH (range from 6.5 to 7.2) to provide adequate root zone development for turf. c) Material may be either "pit run" or "crusher run." Avoid using clay based crusher run/pit run. Crusher run material will generally require coarse, Technical Specifications 4000-24 well-draining sand conforming to AASHTO M6 or ASTM C 33 to be added to mixture (20 to 30 percent by volume) to ensure long-term porosity. d) Alternative materials such as crushed shell, limerock, or crushed lava may be used for base course use, provided they are mixed with sharp sand (20 to 30 percent) to ensure long-term porosity, and are brought to proper compaction. Without added sand, crushed shell and limerock set up like concrete and become impervious. e) Alternative size and/or composition of base course materials should be submitted to Invisible Structures, Inc. (Manufacturer) for approval. 2. Gravelpave2 a) Gravel Fill – Obtain clean, washed, fine decorative gravel, must be sharp and angular (not rounded stone, granite hardness, to fill the 25 mm (1”) high rings and spaces between the rings, not to be overfilled more than 1/4” (6 mm). Maximum size of stone should be: 3/16” to 3/8” (5 mm to 10 mm) – not graded. 3. Gravelpave2 a) Anchors – Typical anchors shall be 8” long nails with “fender” type washers 7x30 mm od (5/16” id x 1.25”) od, all galvanized metal or similar corrosion resistant coating. Supplied anchors may vary in size and type based on source and availability. 17.11 Execution A. Inspection 1. Examine subgrade and base course installed conditions. Do not start porous paving installation until unsatisfactory conditions are corrected. Check for improperly compacted trenches, debris, and improper gradients. 2. For fire lane installations: prior to installing base course for turf paving, obtain approval of local fire authorities of sub-base. 3. Start of installation constitutes acceptance of existing conditions and responsibility for satisfactory performance. If existing conditions are found unsatisfactory, contact Architect for resolution. B. Preparation 1. Subgrade Preparation: a) Prepare subgrade as specified in Section 32 10 00. Verify subgrade in accordance with porous paving system manufacturer's instructions. b) Proper subgrade preparation will enable the Grasspave2 and Gravelpave2 rolls/units to connect properly and remain level and stationary after installation. Technical Specifications 4000-25 c) Excavate area allowing for unit thickness, the engineered base depth (where required), and 0.5 inch (1.25 cm) for depth of Stolin root zone or topsoil germination area (when applicable). d) Provide adequate drainage from excavated area if area has potential to collect water, when working with in-place soils that have poor permeability. e) Ensure in-place soil is relatively dry and free from standing water. f) Uniformly grade base. g) Level and clear base of large objects, such as rocks and pieces of wood. C. Base Preparation: a) Install Base as specified in the Greenbook Standard Specifications. Verify engineered base (if required) is installed in accordance with porous paving system manufacturer’s instructions. b) Coordinate base installation and preparation with subdrains, if necessary. c) If required, place a geotextile separation layer between the natural ground and the ‘engineered base’. d) If required, install the specified sub-drain and outlet according to construction drawings. e) Coordinate base installation and preparation with irrigation and drip irrigation lines specified in Section 800 of these specifications. f) Place engineered base in lifts not to exceed 6 inches (150 mm), compacting each lift separately to 95 percent Modified Proctor. g) Leave 1 inch (2.5 cm) of depth below final grade for porous paver unit and sand fill and 0.5 inch (1.25 cm) for depth of sod root zone or topsoil germination area (when applicable). 17.12 Installation of Gravelpave2 A. Install the Gravelpave2 units by placing unit with rings facing up/fabric below, and using small male/female connectors provided along each edge to maintain proper spacing and interlock the units. Cutting can be performed with pruning shears and knife, or portable power saw. Units shall be anchored to the base course, using anchors described above, as required to secure units in place from movement by traffic, at an average rate of 6 pins per square meter (high speed, heavy vehicles, fast turning movement will require additional anchors). Tops of rings shall be flush with the surface of adjacent hard surfaced pavements. B. Smooth the fabric overlaps from one roll or unit to adjacent unit. Take care to make sure there are no gaps in the fabric exposing base course. Technical Specifications 4000-26 C. Install gravel into rings after the units are anchored by “backdumping” directly from a dump truck, or from buckets mounted on tractors, with a minimum depth of 6”, then exit the site by driving forward over rings already filled. Sharp turning of vehicles on bare rings must be avoided. The grave is then spread laterally from the pile using power brooms, blades, flat bottomed shovels and/or wide “asphalt rakes” to fill the rings. A stiff bristled broom should be used for final “finishing”. The gravel should be “compacted”, if necessary, by using a vibrating plate or small roller, with the finish grade no less than the top of rings and no more than 6 mm (0.25”) above top rings. 17.13 Protection A. Prohibit traffic on the Gravelpave2 system until installation is completed. Any traffic on the unfilled or unanchored Gravelpave2 system is a safety risk and subjected to irreparable damage to the product. 17.14 Field Quality Control A. Remove and replace segments of Gravelpave2 units where three or more adjacent rings are broken or damaged, reinstalling as specified, so no evidence of replacement is apparent. B. Perform cleaning during the installation of work and upon completion of the work. Remove all excess materials, debris, and equipment from site. Repair any damage to adjacent materials and surfaces resulting from installation of this work. 17.15 Maintenance A. Keep area free of and remove organic material such as soil runoff, tree leaves, fruit, and other vegetation debris. (Gravelpave2) B. Broom or rake gravel smooth to no more than 6mm (0.25”) above the rings. (Gravelpave2) C. Refill areas with gravel aggregate where walls of the rings are more than 3mm (0.125”) exposed. (Gravelpave2) 18.0 WATER FEATURE (Base Bid Item 47) 18.1 General Description A. Final subgrade preparation and shaping of shoreline, etc. B. Geomembrane liner. C. Concrete Veneer over Geomembrane. D. Boulders/cobble/spoils where occurs on plan. E. Shoreline treatments. F. Recirculation and Aeration equipment. G. Recirculation and Aeration Systems including piping, valves, diffusers, etc. H. Related work specified elsewhere and considered as part of this section as follows: 1. Surveying and Staking Technical Specifications 4000-27 2. Additional Earthwork & Shaping 3. Site Irrigation 4. Landscaping 5. Earthwork 6. Excavation & Backfill for Utilities 7. Concrete 8. Concrete Form Work 9. Masonry/Stonework 18.2 General Requirements A. Before submitting a bid for this project, each bidder shall visit the site and determine the existing conditions affecting the work. The bidder is responsible to verify that such site conditions are correctly represented in the plans and project documents for said project; and if such representation(s) is (are) not correct, the bidder shall bring such omissions, discrepancies, errors, and/or conflicts immediately to the attention of the Owner’s Representative and the Lake Engineer. Such a review of existing site conditions by each bidder shall also include the amount of material required and the amount of work required to provide the proposed improvements. B. The work required for this project includes all material, labor, and equipment shown on the plans, described in the specifications, or which are required to provide a complete, operating system(s), meeting with the approval of the Owner’s representative, without further cost for labor and material to the Owner’s representative. 1. The work of the water feature Lake Contractor shall include, but is not necessarily limited, to the following: a) General layout and verification of said layout location(s) of the water feature(s). b) All finish grading, and grading modifications, as required, from the rough general grading (which is to be provided by others). Rough general grading shall be furnished at a tolerance of + 0.5 foot. Finished grade tolerance shall be + 0.1 foot for lake water surface elevations and freeboard elevations and + 0.5 for other lake finish grade elevations, unless otherwise shown on the lake plans. c) Water feature waterproofing, to underlay the entire lake/pond/water features areas, and all lake edge construction in a continuous waterproofing barrier. d) All lake/pond edges and bottoms, to include coloring and/or any special decorative and structural treatment mandated in the lake plans. Technical Specifications 4000-28 1. Prior to the start of shoreline construction, the Lake Contractor shall install a ten-foot (10') minimum length sample section for each shoreline type for review and approval by the owner’s representative. The samples shall be installed at location(s) selected by the Owner’s representative and shall be installed under the direction of the project architect. The Lake Contractor shall not start construction of the balance of the lake shoreline treatments until the owner’s representative gives approvals of the sample sections, in writing. e) Decorative rocks, cobbles and boulders, as required by the Owner’s representative, with: 1. Placement in the location as directed by, and to the satisfaction of the Owner’s representative. 2. Adequate concrete footings/pads, with sufficient structural reinforcement to the satisfaction of the Lake Engineer. 3. Adequate anchoring of the rocks to the concrete footings/pads (i.e., by grouting), to the satisfaction of the Lake Engineer. f) Equipment, valves, and piping manifolds and/or mechanical equipment shown on plans. (May request shop drawings.) 1. Recirculation and Aeration stations. 2. Recirculation and Aeration System mechanical. 3. Recirculation and Aeration System piping, valves, etc. 4. Electrical control panel(s) construction and installation as required, to operate and control all electrical/mechanical system(s) and equipment. 5. All materials, parts and equipment furnished by the Lake Contractor in the work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the lake engineer's approval. Materials and work quality not conforming to the requirements of the lake plans and specifications shall be considered defective and will be subject to rejection. C. Materials, equipment, and methods of installation and construction shall comply with the following codes and standards: 1. Local, county, state and federal ordinances, as applicable. 2. California Building Code, California Mechanical Code, (latest edition) 3. National Fire Protection Association (NFPA): 4. National Electrical Code. Technical Specifications 4000-29 5. American Society for Testing and Materials, (ASTM). D. Guarantee 1. Warrant Geomembrane and seaming materials for an effective life of at least twenty (20) years, providing they remain continuously protected against exposure and mechanical damage. Warranty to guarantee prorata replacement costs of defective materials deteriorating as a result of physical or chemical changes which render membrane ineffective. 2. Submit all manufacturers’ guarantees to owner’s representative. 3. Mechanical Guarantee a) The entire mechanical system shall be unconditionally guaranteed by the Lake Contractor as to material and workmanship, including settling of backfilled areas below grade for a period of one year following the date of final acceptance of work. b) If, within one year from the date of completion, settlement of pipes occurs and adjustments in pipe, valves, and sprinkler heads, sod or paving is necessary to bring the system, sod or paving to the proper level of the permanent grades, the Lake Contractor as part of the work under this Contract, shall make all adjustments without extra cost to the Owner’s representative, including complete restoration of all damaged planting, paving and other improvements. c) Should any operational difficulties in connection with the mechanical systems develop within the specified guarantee period, which in the opinion of the lake engineer may be due to inferior material or workmanship, said difficulties shall be immediately repaired at no additional cost to the owner, including any and all other damage caused by such defects. d) Provide a written guarantee of the mechanical systems to the Owner’s representative placed on company letterhead. The following is a sample of the required guarantee to be furnished to the Owner’s representative prior to final field observation. Sample Guarantee to be Provided to Owner’s representative on Lake Contractor's Letterhead. GUARANTEE FOR PUMPS AND MECHANICAL SYSTEMS We hereby guarantee the Lake Mechanical Systems we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the lake system drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defects in material or workmanship which may develop during the period of one year from date of acceptance and to repair or replace any damage resulting from repairing or replacing of such defects at no additional cost to the Owner’s representative. We shall make such repairs or replacements within a reasonable time after receipt of written notice from the Owner’s representative. If unable to make such repairs or replacements within said reasonable time, we authorize the Owner’s representative to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. Technical Specifications 4000-30 PROJECT: _______________________ LOCATION: ______________________ SIGNED: _______________________________________ Lake Contractor ADDRESS: _______________________________________ _______________________________________ PHONE: _______________________________________ DATE OF ACCEPTANCE: _______________________________________ Technical Specifications 4000-31 E. Acceptance: Work deemed complete and acceptable by owner’s representative after satisfactory completion of the following: 1. 90-day maintenance period. 2. All hydraulic systems have been demonstrated to be operational. 3. All shoreline treatments have been shown to be at proper grade preventing any loss of water. 4. All lakes have been shown to be watertight. 5. Provide Operations and Maintenance manuals. 6. All remote sensors have been demonstrated to be operational. 7. Complete set of "as-built" drawings indicating lines, grades and elevations of the various elements of work has been submitted to the owner’s representative. The as-built drawings shall show changes to water feature elevations, shoreline treatment locations, pipe changes, etc. As-built drawings shall include any and all variations from the lake plans in line, grade, elevations and materials. F. Instruction Provide the operators of the project a minimum of 8 hours instruction on the operation and maintenance of the water features. See the lake plans for additional instruction requirements for the aeration systems. The Lake Contractor assumes full responsibility for procurement of, and compliance with, any and all changes / revisions which are made in the plans and specifications by the lake engineer(s), architect(s), Owner’s representative and/or his designated representative(s), or any other responsible party of vested authority, to which said Lake Contractor has agreed. If changes are made after the lake system construction contract is perfected, the Lake Contractor shall make the necessary changes and shall be paid based on the unit prices provided in his bid. All omissions, discrepancies, errors, and conflicts in the plans, specifications, and any other applicable project drawings shall be brought to the attention of the project lake engineer before proceeding with work. Work shall not proceed in any areas where said discrepancies exist, until written approval to proceed is given by the lake engineer. Locations for known utilities may be obtained from the owner’s representative. The Lake Contractor shall locate and protect all cables, conduits, pipes, sewer and drainage facilities, and any other existing improvements, whether underground or above ground. If a conflict exists between such obstacles and the proposed work, the Lake Contractor shall promptly notify the owner’s representative, who will arrange for relocation. In the event that any improvements are damaged, the Lake Contractor shall immediately notify the owner’s representative. Technical Specifications 4000-32 All work shall be constructed in the most direct and workmanlike manner so as to avoid, as much as possible, any conflicts with other Contractors' work and activity in the area. All fittings, pipe, etc., as may be required to meet such conditions shall be supplied and installed by the Lake Contractor without additional cost to the Owner’s representative. The site shall be kept clean and materials shall be stored in an orderly manner. All construction work and materials shall be as specified in the lake plans, these specifications and in the most recently adopted editions of applicable codes. The terms and conditions of the construction contract, the Lake Contractor's warranty and guarantee, and adjustments, repairs, restorations, and/or replacements of defective workmanship, systems, components, equipment, and site improvements shall also be subject to the Standard General and Special Conditions of the Construction Contract. 18.3 Lake Contractor Qualifications A. The Lake Contractor (or subcontractor) shall have the following minimum qualifications: 1. Shall have successfully completed a minimum of five (5) water feature projects, which are each of a scope, which is equal to or greater than this project, within the last two (2) years. 2. Upon submission of his formal construction bid for this project, the Lake Contractor shall submit a complete list of a minimum of five (5) such previous projects, including for each project: a) Project name. b) Location. c) Owner’s representative with telephone number and name to contact. d) Date of completion. 3. The Lake Contractor shall be capable of providing all required performance bond(s). The Owner’s representative may refuse to accept any and/or all bid(s), as it will be to his sole discretion to judge the qualifications of the bidding Lake Contractors, in their abilities to perform the work on this project. 18.4 Products Specified by Brand Name Brand names or product numbers indicated on the plans or in the specifications indicates that the product described will perform in a satisfactory manner if installed as shown on the plans, and in accordance with the manufacturer's recommendations. Technical Specifications 4000-33 A. Substitutions Substitutions of specified products may be allowed if the Lake Contractor submits sufficient evidence that the proposed alternate product(s) will perform equally or of greater quality, will fit in the allocated space(s), and will not present greater maintenance requirements. Alternate products shall not be installed unless prior approval by the lake engineer in writing has been given. In the absence of said written approval for product substitution, the product(s) indicated by brand name(s) and/or product number(s) on the plans shall be installed. The decision(s) as to whether to permit proposed product substitution(s) by the Lake Contractor, shall be to the sole discretion of the lake engineer. Under no circumstances shall changes, modifications, etc., be made to the lake system design without the prior written approval of the lake engineer. 1. The Lake Contractor shall submit a list of projects and/or successful test reports documented by field tests, to the owner’s representative: complete with project names, locations, dates of completion, contact person(s), telephone numbers, etc., which would sufficiently show, to the satisfaction of the owner’s representative, where a proposed substitute(s) of a brand name product(s), specified in the lake plans and/or specifications, has (have) had successful application(s). a) Proposed substitute products for the following equipment shall have been installed in a minimum of five (5) projects, of equal or greater magnitude, size, and type of product and application, with successful results, as clearly shown in the mandated project lists and/or test reports; and as verified to the lake engineer in his subsequent contacts with listed representative(s) of listed projects. (Shop drawings may be required.) 1. Mechanical Equipment. 2. Lake membrane liner system 3. Lake Recirculation and Aeration systems. 4. Any other mechanical / electrical systems, units, and other components. b) Proposed substitutes by the Lake Contractor of the brand name products as specified in the lake plans and specifications, shall be proven by the Lake Contractor to have been successful, as outlined in the above procedures in this section of the specifications, and shall meet requirements as mandated by, and to the satisfaction of, the lake engineer. B. Submittals 1. Prior to the start of affected construction work, five (5) copies of all required shop drawings and product submittals shall be submitted at least two (2) weeks prior to the start of the affected work. No work shall be performed until the lake engineer approves the shop drawings and the product submittals. Technical Specifications 4000-34 2. Within fifteen (15) days after the construction contract is executed, five (5) copies of any requests for substitutions of named products shall be submitted, complete with any and all catalogue "cut sheets", and a list of successful past applications, as outlined in Section 3 above of these specifications, as requested by the lake engineer. Acceptance of such requests shall be at the sole discretion of the lake engineer. 3. Immediately upon completion of the construction work, the Lake Contractor shall provide the owner’s representative with a complete set of lake plans, with complete "red-line" mark-ups by the Lake Contractor, to indicate all re-routing of pipelines, relocations of equipment, and all other revisions and changes made in the field during the construction of the water features and related systems. 4. Immediately upon completion of the construction work, the Lake Contractor shall provide the Owner’s representative, with a minimum of three (3) copies each of a complete Operation and Maintenance Manual for the project; to include all required product data, catalogue "cut sheets", maintenance instructions, etc., as is necessary to properly instruct and train the Owner’s representative and/or his designated representative(s) in the adequate operation and maintenance procedures for all systems and components. This manual shall be properly bound and shall be subject to the approval of the lake engineer. 5. Acceptance of any Lake Contractor submittals by the Owner’s representative shall not relieve the Lake Contractor of any obligations as required by the lake plans, project drawings, specifications, or any other valid project documents. C. Piping Pipe shall meet the following conditions: 1. Rigid Poly Vinyl Chloride compound plastic (PVC) pipe and fittings shall be permitted in outdoor applications, (in underground pipe trenches); and within pump vaults, as shown in the design drawings. a) The PVC plastic material shall conform to ASTM D-2241, Section 7.5, Type 1, Grade 1 PVC, Cell Classification 12454-B, and shall conform to ASTM D-1784. b) The pipe and fittings shall conform to National Sanitation Foundation (NSF) Standard 14. c) PVC pipe and fittings shall be of the following schedule classifications: 1. All PVC fittings shall be Schedule 40, unless otherwise noted on the lake plans. Schedule 40 PVC plastic fittings shall conform to ASTM D-2466. 2. PVC pipe fittings, which are specified in the lake plans as socket-type Schedule 80, shall conform to ASTM D-2467. 3. PVC pipe fittings, which are specified in the lake plans as threaded, Schedule 80, shall conform to ASTM D-2464. Technical Specifications 4000-35 d) All PVC pipe shall be of the class, schedule or pressure rating as called out on the lake plans. e) PVC pipe and fittings shall be joined with PVC solvent cement, to adequately bond water-tight joints, unless joints are of the threaded type, as shown in the lake plans. 1. Where required, solvent cementing of piping joints shall be made per the requirements of ASTM D-2855, (including the use of a PVC primer), and per the recommendations and directions of the solvent cement manufacturer. 2. PVC solvent cement shall be suitable on all type I and II PVC pipe and fittings, and shall conform to the requirements of ASTM D-22564. The solvent cement shall be IAMPO-UPC listed, and NSF approved. 3. The particular grade of solvent cement (i.e., medium-bodied, heavy-bodied, etc.) to be utilized is determined by the pipe and fitting sizes, schedules, and classes utilized, and shall be per the recommendations of the solvent cement manufacturer. 2. All copper pipe and fittings shall be as specified below: a) All copper pipe shall be Type L, hard drawn, Copper Tube, in conformance with ASTM B88 and WWT-799. b) Pressure solder fittings shall be wrought copper, conforming to ANSI B16.22, or cast, conforming to ANSI B16.18. c) Pipe connections for copper pipe fittings shall be made with 95-5 solder, per ASTM B32-66T, Grade 5A. 3. All threaded bronze fittings shall be standard cast, allowing maximum pressures of 125 psi working steam pressure, and 200 psi non-shock cold water, oil or gas. Threaded cast bronze fittings shall conform to ANSI Standard B16.15. 4. All carbon steel pipe and fittings shall be Schedule 40, standard black, conforming to ASTM A 120 and A 36; and shall be epoxy coated (all inside and outside surfaces) with Skotchkote 134 fusion bonded epoxy to a thickness of 10 mils; unless otherwise noted on the plans. All carbon steel pipe and fittings, which are not epoxy-coated, shall be hot-dipped galvanized. 5. Cast iron fittings and flanges shall have a minimum rating of Class 150, and shall be epoxy coated as described above unless otherwise noted on the plans. 6. Gaskets shall be supplied and installed for all flanged connections, per the recommendations of the flange and/or flange fitting(s) manufacturer(s), such that no leakage occurs at said connections. 7. All connections between dissimilar metals shall be made with dielectric fittings, per the approval of the lake engineer. D. All valves not otherwise noted shall have a minimum rating of Class 125. Technical Specifications 4000-36 E. All piping shall be installed with a minimum number of fittings. However, a sufficient number of unions of flanges shall be provided to allow easy removal of equipment where maintenance will be required. F. All underground piping locations as shown on the lake plans by the lake engineer is schematic only, and is subject to minor relocation, as approved by the lake engineer. Pipelines shall be installed in the most direct route(s) possible from equipment to inlets / outlets. A complete, accurate set of drawings of as-built conditions shall be prepared and maintained on the job by the Lake Contractor and said set of drawings shall be delivered to the Owner’s representative when construction is completed. 1. Underground piping shall be installed in trenches in compliance with federal and state O.S.H.A. requirements, and/or all other governmental/jurisdictional requirements, laws, codes, and ordinances. 2. Underground piping shall be installed in the most uniform grades possible and shall have no local high or low points. Where high points in water lines are unavoidable, air release valves shall be installed. The lake engineer will provide a detail for the air release valve if required in the field. 3. All underground horizontal pipe runs shall be at least thirty-six inches (36") below finished grade unless otherwise shown on the lake plans or unless otherwise approved by the lake engineer. a) Excavations five feet (5') deep or more shall be properly shored, sloped, benched, or otherwise treated so as to adequately protect the workers. b) Excavated material shall be placed a sufficient distance away from the trench edge, so that it does not re-enter the trench. For trenches which are five feet (5') deep or more, the spoil shall be placed a minimum of two feet (2') from the trench edge. 4. Multiple pipes in trench. 1. For trenches with multiple water pipelines, the pipelines shall be placed adjacent to one another, with no vertical "stacking", with the pipelines spaced according to the formula: {[(D1 + D2)/2] + 9”}, center-to-center spacing. a) D1 and D2 are the diameters of adjacent pipes, in inches. b) The trench width at the top level of the pipes shall be the sum of the required pipe spacings (as stated above), the pipe radii of the outside pipelines, plus twelve inches (12") maximum clear spaces at both sides of the trench, (between the outside pipelines and the trench walls). 5. The trench bottoms shall be as uniform and continuous as possible, to provide uniform, continuous support of the pipe lengths. Technical Specifications 4000-37 1. The trench soil conditions shall be sufficiently firm and stable, to properly and adequately support the pipelines. If said soil conditions are not sufficiently firm and stable, (as with soft "mucky" soils, dry "lumpy" soils, etc.) work shall not proceed until the project soils lake engineer designs proper pipe support measures, and said design is followed. 2. Pipe bell holes shall be dug in the trench bottoms, as required, to provide a minimum clearance of two inches (2") below the couplings. 3. The trench bottoms shall be straight, free from "bumps" or hollows, and shall be at the correct grades. As the pipe is laid, any irregularities in the trench bottom shall be leveled of (i.e., by hand shovel), or shall be filled in with tamped soil. 4. Trench bottoms which are extremely hard (e.g., shale, ledge, hard pan, etc.), or which are loose and rocky (where the pipe may be subjected to point loads), shall be excavated a minimum of six inches (6") below trench grade, and then shall be brought back to grade with selected, tamped soil; subject to approval of the project soils lake engineer. 6. All backfill for pipe trenches shall be placed and compacted to at least 90% of maximum relative density, per the direction of the soils lake engineer, or project lake engineer. 1. The backfill material shall be free of excessively large, or excessively large amounts of, rocks and foreign material. If the excavated material is not suitable, as determined by the Owner’s representative's designated representative(s) and/or project soils lake engineer, other approved material (e.g., sand) shall be supplied by the Lake Contractor for the trench backfill material. 2. Initial backfilling of the pipe trenches shall be accomplished by hand-placing approved material to a level of at least twelve inches (12") above the top of pipe. a) The initial backfill shall be placed by hand; by shoveling it in evenly along both sides of the pipe, in four-inch (4") lifts. b) An approved tamping bar shall be used to properly consolidate each four-inch (4") lift of backfill material, so that said backfill is properly compacted beneath the pipe and couplings, along the sides of the pipelines, and above the pipe, until the backfill attains a minimum of twelve inches (12") above the top of the pipe. c) Water tamping of the initial backfill may be used in soils which permit quick draining of water, and which compact well by use of water. Backfill shall be hand-placed to a maximum level of the top of the pipe. The water shall be flushed into the trench, but care shall be taken to avoid placing excessive water in the trench, which could cause lifting of the pipe, due to the effects of buoyancy (floating). 3. The balance of the backfilling of the pipe trenches may be placed by machine. g) All piping shall be adequately, structurally supported by pipe support hangers and / or pedestals / blocking, per the lake plans and / or local codes and ordinances, and per standard, sound lake engineering practice, per approval of the Lake Engineer. Technical Specifications 4000-38 h) All pressure water piping shall be tested to at least 50 psi for twenty-four (24) hours before backfilling the pipe trench(es), (where applicable), to demonstrate water-tightness. There shall be a maximum pressure loss of three (3) psi. over that 24-hour period. 1. The Lake Contractor shall provide all equipment for the pressure test. 2. Before testing underground piping, the pipeline trench shall be backfilled to the initial backfill (twelve inches (12") above the top of pipe) with proper tamping/compaction having been accomplished. All concrete anchor/thrust blocks shall have properly cured, in order to develop adequate strength to resist the pipeline thrust which will be developed during testing. 3. Before testing, all piping runs shall have been filled with water for at least 24 hours, and provisions shall be made for thoroughly bleeding the line of air, by use of air release valves, or other outlets, or by taps in high points of the pipelines. Said taps shall be thoroughly plugged for testing. A pressure gauge shall be installed at the lowest elevation of the pipe system. 4. All leaks or defective pipe shall be repaired or replaced, and the system shall be re-tested. This process shall be repeated until a water-tight test is achieved. 5. All tests shall be observed and approved in writing by the owner’s representative, unless other inspection requirements are mandated by applicable governmental/jurisdictional agencies, codes, and ordinances. All said requirements shall be met. 18.5 Concrete A. Unless otherwise shown on the lake plans, all concrete shall be as follows: 1. Concrete shall consist of Portland cement, aggregates and water in conformance with the latest adopted version of the California Building Code. 2. Cement for all concrete shall be Type I or Type II low alkali Portland cement conforming to ASTM C 150, unless otherwise specified. B. Unless otherwise noted in the lake plans, or if otherwise directed by the Owner’s representative, the coloring of concrete, masonry, rock and/or boulders surfaces, where required on the lake plans, shall be by staining. The stain shall be "Permeon" Colorization Systems Desert Varnish, or lake engineer approved equal. Rocks or other decorative boulders shall not be colored unless specifically called for in the lake plans. 1. The varnish coloring process shall be an artificially accelerated, single-step oxidation process to simulate natural varnish colors on concrete, masonry, rock and/or boulder surfaces. The coloration process, and the resultant colors, shall be under the direction of, and shall be subject to the approval of, the Owner’s representative, his designated representative(s), and the lake engineer. a) The varnish material shall be an aqueous solution containing salts of iron and manganese, and other trace elements, including copper and zinc. 1. The material shall be manufactured as a concentrate that can be diluted by as much as six parts water to one-part varnish material (6:1) to achieve the desired color intensity. Technical Specifications 4000-39 2. The material shall contain no caustic nor alkaline compounds. 3. The material shall be environmentally safe and shall not be toxic, as it shall contain no harmful residuals to humans or wildlife. 4. The material shall be water-soluble. b) The varnish material and process shall have a projected life of fifty (50) years on concrete, and one hundred (100) years on rock and boulders. c) Before applying the varnish material on the project surfaces, test sections shall be applied, under the direction of, and subject to the approval of, the Owner’s representative, his designated representative(s), and the project GCA. Approvals from the above individual(s) shall be given to the Lake Contractor before the Lake Contractor is to proceed with the application process on the project surfaces. d) The application process of the varnish material shall be as follows: 1. Prepare all surfaces so that they are free of all dirt, moisture, curing compounds, and all other foreign substances. 2. Shake the varnish material well and often before preparing the color solution. 3. Dilute the varnish concentrate material with water, as desired, to give the desired colors (as previously determined by test sections). 4. Apply the solution directly to the surfaces of the concrete, rock, etc., with a garden sprayer, back pack or power sprayer, as provided by the varnish material manufacturer and/or supplier. Application shall be achieved with a circular, over-lapping spray pattern. 5. Apply the varnish material only to wet the surface. Do not apply it excessively, so as to prevent runoff. 6. Repeat applications shall be made as directed by the Owner’s representative, in order to produce more intense colors for highlighting effects, as desired. Repeat applications may be made any time after the previous application has completely dried. 7. Full colors of the varnish shall develop in approximately seven (7) days after application - depending upon ambient temperature, humidity, sun exposure, etc. (the varnish material is colorless when initially applied). e) The varnish material manufacturer and supplier shall be: Advanced Concrete Technologies 11622 Newport Ave. Santa Ana, CA 92705 (714) 731-0906 or lake engineer approved equal. Technical Specifications 4000-40 18.6 Rocks and Boulders A. Rocks and boulders shall be of the type(s), quantity(ies), and size(s) and/or weight(s) as indicated in the lake plans, and/or as directed by the Owner’s representative. Representative samples of said rocks and boulders shall be presented to the Owner’s representative and/or his designated representative(s) for approval before ordering and installation of rocks and boulder may commence. B. The selection of natural and/or artificial rocks and boulders and locations of installation shall be at the discretion of the Owner’s representative and as shown on the plans. C. No rocks or boulders shall be placed directly upon the waterproofing liner, so that the liner shall not be damaged. D. Rocks and boulders shall not be dumped nor bulldozed into place, but shall be placed with a crane or "cherry-picker", carefully utilizing slings or tongs. E. Rocks and boulders shall be mortared in place such that sufficient anchorage is provided to prevent their shifting and movement, or of future cracking of said mortar anchorage. Any and all concrete, mortar, and/or grout splatter or spillage on rocks shall be removed immediately. F. Additional concrete pads, footings, and/or support thicknesses, and additional concrete steel reinforcement in the footings and pads, shall be provided as required, and/or as shown in the lake plans, to provide sufficient structural support for the weight and retention of rocks and boulders. 18.7 Impermeable Membrane Lining A. All lake/water feature lining system(s) construction and materials shall be in compliance with the lake plans and with these specifications, and with applicable requirements of governing authorities having jurisdiction. The lining shall completely seal the entire lake/water features from water seepage losses. B. Unless otherwise indicated on the lake plans, the liner material shall be a geomembrane synthetic liner, produced from both domestic and virgin materials. 1. The materials supplied under these specifications shall be first quality products designed and manufactured specifically for the purposes of this work as specified herein and which have been satisfactorily demonstrated by prior use to be suitable and durable for such purposes, to the satisfaction of, and as approved by the lake engineer. No used material shall be permitted. 2. All geomembrane liner and welding solvent shall be supplied by: Colorado Linings International, Inc. 1062 Singing Hills Road Parker, CO 80138 Telephone: (800) 524-5780 or lake engineer approved equal. 3. The Lake Contractor who installs the liner shall have minimum qualifications meeting the following criteria: Technical Specifications 4000-41 a) The manufacturer and installer of liner shall have demonstrated by previous experience ability to do the work. b) The liner shall be installed by crews experienced in making lining installations. The immediate field supervisor of the installation crew shall have installed at least ten (10) comparably-sized geomembrane liner installations as this project. 4. Prior to ordering, furnishing, and installing the liner, the Lake Contractor shall submit the following to the lake engineer, for his approval: a) Samples of liner material and field seams for visual inspection and testing. b) Certificates of compliance with the requirements of standards specified herein for the liner and its installation. c) Installation data and schedule. d) Maintenance and repair requirements. e) Manufacturer's standard guarantee. f) The name of the lining fabricator and an affidavit from the manufacturer that guarantees the performance requirements specified herein. 5. Shipping, delivery, and handling (and short-term storage, if any) shall be done in strict accordance with the manufacturer's instructions. Storage on-site shall be kept to an absolute minimum and shall be done only as approved in writing by the manufacturer. Written manufacturer's approval shall be submitted at least sixty (60) days prior to the scheduled start of any storage. 6. The liner shall be placed over the prepared surfaces as specified herein, and at the elevations shown in the design drawings. The surface of the complete subgrade upon which the liner is to be installed shall be smooth, uniform, free from sudden changes in grade, and shall be prepared as shown in the lake plans and specifications, except that the Lake Contractor shall perform final adjustment of the subgrade as required by the project lake engineer. If the subgrade is excessively rocky (i.e., containing excessive pebbles, cobbles, boulders, etc.) or consists of other materials which can damage the lining (eg., due to puncture), the subgrade shall be over excavated by a minimum depth of twelve inches (12") below finished subgrade. The area shall then be properly backfilled and compacted to approved grade with materials selected and approved by the soils lake engineer and project lake engineer. 7. The liner and other materials shall be installed substantially as shown in the lake plans and these specifications, specified to form a complete, liquid-retaining layer resistant to abuse as noted herein. a) Each panel of liner shall be laid out and installed in accordance with the lake plans. The layout shall be designed and positioned in order to minimize the number and length of field joints, consistent with proper methods of liner installation. Technical Specifications 4000-42 b) Field joints shall be made by overlapping adjacent sheets and joining the overlapped sheets as shown on the lake plans: 1. Prior to joining the liner panels, all areas that are to become joint interfaces shall be thoroughly cleansed of all dust and dirt. 2. Joints between liner sheets shall be lap joints to seal the factory fabricated geomembrane panels together in the field. All field joints between sections of lining shall be made as detailed on the lake plans. 3. Joining of the geomembrane liner panels shall not take place unless the sheet is dry and shall not be attempted when the ambient temperature is below 45 degrees F, or above 90 degrees F, unless otherwise approved by the lake engineer. c) The seal between the penetrating pipes and the sheet lining shall be made by installing an assembly consisting of a geomembrane pipe sleeve (boot) and lining sheet over both the penetrating pipe and the previously made attachment of the base lining sheet to the concrete (where applicable). The pipe sleeve assembly and the base-lining sheet shall be sealed together as described in the lake plans. d) Where pipe and structural details shown on the plans and design drawings require modification and/or additional work to allow for a satisfactory seal for the liner furnished, the Lake Contractor shall make changes at no extra cost to the Owner’s representative and shall present a certificate from the manufacturer that it (they) is (are) an acceptable method(s). e) The anchor trench(es) for the liner, if shown in the lake plans, shall be constructed as shown, or as modified by shop drawings, which are to be approved by the lake engineer. f) All concrete shall be thoroughly cleaned and smoothed before anchoring of the liner is to take place. 8. If requested by the lake engineer, and at no additional cost to the owner, a representative of the liner manufacturer shall be present during the entire installation procedure and shall provide technical assistance for, and inspection of, the installation of the liner. a) The inspection of the installation of the liner shall include the following: 1. Inspection and written approval of the sub-base upon which the liner is to be installed. Installation of the liner shall not start until this approval is issued. 2. All field joined seams shall be visually examined and probed for voids, imperfect bonds, and defects; including internal cracks, unjoined interfaces, voids, cavities, gravel inclusions, and other foreign particles above 1 mm (0.04 inch) in size. Technical Specifications 4000-43 3. All If requested by the lake engineer, and at no additional cost to the owner, all joined seams shall also be tested by a nondestructive air lance test method, whereby a stream of air is forced through a nozzle at the end of a hollow metal tube to determine seam continuity and tightness of the seam and liner. The test shall comply with the recommendations of Watersaver Company, Inc. The Lake Contractor shall furnish the lake engineer with a copy of the test results coordinated with the seam pattern shown on the approved shop drawings. a) The nozzle shall be 3/32" inside diameter and shall be held at a 45-degree angle to the field seam, approximately two inches (2") from the edge of the liner material. b) The air pressure in the nozzle shall be a minimum of 30 psi, and a maximum of 45 psi. gauge pressure. c) The air shall be directed toward the seam edge, upper edge, and surface to detect loose edges. d) Riffles indicating unbonded areas within the seam, or other undesirable seam conditions, shall be patched using care to extend the patch a minimum of three inches (3") beyond all affected areas. The patching shall comply with these seaming specifications, and per the liner manufacturer's recommendations. e) The patches shall all be tested using the same air lance test method. 4. The Lake Contractor shall supply daily to the lake engineer, or as requested, seam samples for testing, cut from that day's liner installation. The lake engineer shall determine the number and sizes of the samples. The seam samples may be tested to determine strength and durability. The Lake Contractor at no additional expense to the Owner shall repair any seams not meeting the requirements specified herein. 5. The Lake Contractor shall repair all areas damaged by sampling immediately after the sample is taken. The repairs shall be made at no additional expense to the Owner’s representative. b) All defects and damages found during the testing of the liner and its installation shall be repaired and re-tested. Such tests and adjustments shall be repeated until, in the opinion of the lake engineer, the repairs are complete. All repairs shall be made by the Lake Contractor at no additional expense to the Owner. 9. After installation of the liner, care and/or treatment of the liner shall be as follows: a) The liner material shall be cleaned of all debris and materials which may negatively affect the performance of the liner system. Technical Specifications 4000-44 b) The Lake Contractor shall take all necessary measures to prevent excess ponding on the lined surfaces. c) The geomembrane liner shall be covered with materials as shown in the lake plans. Damage to the liner occurring during the placement of cover material shall be repaired immediately by the Lake Contractor at no additional expense to the Owner’s representative, in conformance with requirements of these specifications. 10. Upon completion of the installation of the lining system(s), the Lake Contractor shall dispose of all trash and waste material and shall leave the lake/water features in a neat and acceptable manner. 11. Upon completion of the work, the liner installation shall be subjected to a final inspection. All work in the system therein being tested shall be complete, cleaned, and ready for use. All work shall meet the requirements as to line, grade, cleanliness, and workmanship. All discrepancies shall be noted and repaired by the Lake Contractor at no additional expense to the Owner’s representative. 12. The following liner manufacturer warranty and Lake Contractor guarantee shall apply for the liner material and installation, respectively: a) The liner manufacturer and the geotextile manufacturer shall warrant the material against manufacturing defects and material degradation in the outdoor exposure for a period of at least twenty (20) years from the date of final acceptance of the installation. The manufacturer shall replace any material which fails from the above causes within the warranty period. The manufacturer shall furnish the Owner’s representative with a written warranty covering the requirements of this paragraph. b) The Lake Contractor shall guarantee the liner system against defects in installation and workmanship for a period of ten (10) years, commencing with the date of final acceptance of the installation. The guarantee shall include the services of qualified service technicians, and all materials required for the repairs. 18.8 Tools and Spare Parts All tools, equipment, keys, special wrenches, etc., necessary for the operation and/or maintenance of the water feature system(s) shall be supplied to the owner’s representative by the Lake Contractor, in conformance with the lake plans and these specifications; and to the satisfaction of the owner’s representative and/or his designated representative(s), and the design lake engineer. The Lake Contractor, at no additional cost to the Owner, shall supply these tools and spare parts to the owner’s representative. 18.9 Electrical Installation A. The Owner’s representative shall supply the main electrical transformer(s), including the main electrical breaker(s) / disconnect switch(es), and the electrical power supply wiring and conduit(s) to inside the aeration/pump/equipment enclosure(s) and/or room(s) and shall coil approximately 10’ of conductor for connection to the lake control panel by the Lake Contractor or his electrical sub-Lake Contractor. Technical Specifications 4000-45 B. The Lake Contractor is responsible for the following: 1. Provision and installation of all conduit and wiring to connect the main electrical power supply wiring (as mentioned above), to the required electrical panel(s) in the pump/equipment vault(s) and/or room(s). 2. Provision and installation of all necessary electrical control panels for the water feature system(s), to include: a) Phase failure, phase reversal relay, to be connected in series with, and before, the magnetic starter circuits branch. b) Under voltage/over voltage relay, to be connected in series with, and before, the magnetic starter circuits branch. c) A combination magnetic starter for each and every electrical motor required (as shown in the lake plans). The starters are to each include: 1. Circuit breaker disconnects. 2. Circuit transformer(s), as required. 3. Time-inverse circuit breaker. 4. Waterproof, lockable NEMA-4 enclosure. d) Solid state electronic time clock/controller to operate all air compressor(s), and butterfly valve actuator(s). 1. 14-day programming cycle. 2. Station timing of 0 to 24 hours, in 15-minute increments. e) Hand/off/automatic (HOA) selector switch, with automatic reset, to be mounted in the panel door. f) All circuits and related equipment (i.e., switches, relays, circuit breakers, transformers, wiring and conduits, etc.) as necessary, to operate: 1. 110 V automatic light switch, with vault lights. 2. Lake aeration system(s). 3. Additional electrical valve actuator(s), as required. g) Electrical control panel enclosure (box). 1. NEMA IV waterproof enclosure. 2. Lockable. 3. Dead front construction. 4. Wall mount type. h) 110 V duplex electrical receptacles, in the aeration system enclosures. Technical Specifications 4000-46 i) Connections of all main disconnect switches to the motor control panel(s), and to all necessary electrical equipment; with all necessary wiring and conduit. j) The Lake Contractor shall verify the power requirements, voltage, phase, frequency (in Hz.), etc., of all electrical equipment before ordering said equipment. The Lake Contractor shall also verify the project site electrical power voltage and phase availability. Any discrepancies shall be brought to the attention of the lake engineer before proceeding with work and equipment purchases. k) Complete electrical circuitry drawings and electrical panel shop drawings shall be submitted to the lake engineer, and also to project electrical engineer for approval before construction and installation of said items and systems. C. All electrical components, equipment, and systems shall bear Underwriters Laboratory (U.L.) labels, where such approvals apply. 18.10 Testing of Systems, Start-Up, and Clean-Up A. Upon completion of all water feature system construction, tests shall be conducted of all mechanical and electrical systems, and system equipment and components, to the satisfaction of the owner’s representative and/or his designated representative(s), and of the lake engineer. Tests shall determine the conformity of all systems and system components to the project lake plans and specifications; and of compliance with equipment manufacturer instructions and recommendations. Tests shall be conducted in all possible modes of operation for all systems and equipment. B. Testing shall be performed under the direction of the owner’s representative, who shall determine the scope of testing required. The project lake engineer shall supervise and inspect all testing. C. The Lake Contractor shall prepare a written test record and report, of the date and time of all tests, data and results, and all other pertinent information as required by the lake engineer. Such report(s) shall be submitted to, and reviewed by, the project lake engineer. If fully satisfied with all systems and system equipment and component operation, and with said report(s), the lake engineer shall give written approval of the water feature systems. Upon said approval, and upon satisfaction by the owner’s representative, the owner’s representative shall issue a written document of final acceptance of the water feature system(s) installation. Such acceptance shall not relieve the Lake Contractor of his responsibility to satisfy all of the requirements of the lake plans and specifications, or of the one (1) year guarantee, per the following section of these specifications. D. The Lake Contractor shall provide all labor, equipment, and supplies that are necessary to perform all said tests, at no additional cost to the Owner’s representative. E. Any systems, components, and equipment which do not perform in conformance with the project lake plans and/or specifications are subject to rejection, and must be fully repaired or replaced, to the satisfaction of the Owner’s representative and project lake engineer, and at no additional cost to the Owner’s representative. Technical Specifications 4000-47 F. Water for the water features, as well as electrical power for the systems and components, shall be supplied by the Owner’s representative, by the time of completion of work by the Lake Contractor. These shall be available for system start-up and testing purposes. G. Debris, dirt, foreign materials, "left-over" unnecessary materials, etc., shall be completely removed throughout all water feature areas, pump vault(s)/equipment room(s), valve box(es), etc., to the satisfaction of the owner’s representative, and/or his designated representative(s). H. Lake Contractor shall provide a complete and comprehensive operations and maintenance manual subject to written approval by the lake engineer. The Lake Contractor shall also provide a minimum of 8 hours of instruction for pump / water maintenance personnel. 18.11 Guarantee of Water Feature Systems Performance A. All water feature systems, components, equipment, and Lake Contractor workmanship in said installations, shall be unconditionally guaranteed by the Lake Contractor to operate satisfactorily, and in conformance with the project lake plans and specifications, for a period of one (1) full year after the date of issuance of final system(s) acceptance by the Owner’s representative. Any and all systems, components, equipment, site improvements, and workmanship found defective, impaired, deficient, improperly settled, or otherwise not in conformance with the lake plans and specifications, shall be subject to adjustment, repair, restoration, or replacement, to the satisfaction of, and at no further cost to, the Owner’s representative. Such adjustments, repairs, restorations, and replacements shall also apply to any and all site improvements which are not included in the scope of the water feature work, but which have been detrimentally affected by the water feature Lake Contractor; either directly or indirectly. Such adjustments, repairs, restorations, and replacements shall be made to the satisfaction of, and at no further cost to, the Owner’s representative; even if the impairments, deficiencies, improper settlements, and/or other non-conformances with the lake plans and specifications were present (and not detected) at the time of the issuance of the final system(s) acceptance by the Owner’s representative. B. The terms and conditions of the construction contract; the Lake Contractor's warranty and guarantee; and adjustments, repairs, restorations, and/or replacements of defective workmanship, systems, components, equipment, and site improvements shall also be subject to the Standard General and Special Conditions of the Construction Contract. The water feature(s) shall be completely filled with water to design elevation(s) during final installation, for acceptance by the Owner’s representative. The entire system(s) shall be observed for measurable water seepage losses for a minimum time period of one (1) month. Measurable water losses, in excess of calculated applicable evaporative losses for that time period by the lake engineer, shall indicate leakage(s) which shall be completely repaired by the Lake Contractor, at no additional expense to the Owner’s representative. If, in making such necessary repairs, it is necessary to drain water from the water feature(s), the Lake Contractor shall also be responsible for re-filling the water feature(s) with water to the design water surface elevation(s), at no additional expense to the Owner’s representative. The Lake Contractor shall guarantee the water feature(s), and related system(s), against leaks for a period of one (1) year after the date of issuance of final system(s) acceptance by the Owner’s representative. 19.0 SITE FURNISHINGS (Base Bid Items 49-51) 19.1 Related Documents Technical Specifications 4000-48 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 19.2 Summary A. Section Includes: 1. Seating 2. Drinking Fountains 3. Bike Racks B. Related Requirements: 1. Section 206 (Miscellaneous Metal Items) and 303 (Concrete and Masonry Construction) for installing anchor bolts and pipe sleeves cast in concrete footings. 2. Section 300 (Earthwork) for excavation for installing concrete footings. 19.3 Action Submittals A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. C. Samples for Initial Selection: For units with factory-applied finishes. D. Samples for Verification: For each type of exposed finish, not less than 6-inch long linear components and 4-inch square sheet components. E. Product Schedule: For site furnishings. 1. Benches with back 2. Drinking Fountains 3. Bike Racks 19.4 Closeout Submittals A. Maintenance Data: For site furnishings to include in maintenance manuals. 19.5 Products A. Prefabricated Furnishings B. Benches and Bike Racks: By Quickcrete 1. Model No’s. Per plan D. Drinking Fountain: By Most Dependable Fountains Contact David Bang and Associates 1-800-669-2585 1. Model No. Per plan 2. Color: Per plan Technical Specifications 4000-49 19.6 Execution A. Examination 1. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance of the Work. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 19.7 Installation A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. B. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. C. Install site furnishings level, plumb, true, and positioned at locations indicated on Drawings. D. Post Setting: 1. Set cast-in support posts in concrete footing with smooth top, shaped to shed water. Protect portion of posts above footing from concrete splatter. Verify that posts are set plumb or at correct angle and are aligned and at correct height and spacing. Hold posts in position during placement and finishing operations until concrete is sufficiently cured. 2. Posts Set into Voids in Concrete: Form or core-drill holes for installing posts in concrete to depth recommended in writing by manufacturer of site furnishings and larger than OD of post. Clean holes of loose material, insert posts, and fill annular space between post and concrete with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions, with top smoothed and shaped to shed water. 3. Retain "Pipe Sleeves" Paragraph below if site furnishings are installed in pipe sleeves. 4. Pipe Sleeves: Use steel pipe sleeves preset and anchored into concrete for installing posts. After posts have been inserted into sleeves, fill annular space between post and sleeve with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions, with top smoothed and shaped to shed water. 20.0 LIGHTING/ELECTRICAL (Base Bid Items 58-68) Provide Lighting/Electrical System - Work includes, but is not limited to, furnishing and installing all electrical components to provide a complete lighting and electrical system per plans, specifications and bid schedule. This item shall include all labor, materials, tools, equipment, transportation, and incidentals for performing the work All equipment and materials shall comply with the requirements of the governing code and the serving utility and shall be approved and identified by Underwriters Laboratories, Inc. (UL). Technical Specifications 4000-50 Work includes, but is not necessarily limited to the following: a) Providing new electrical system and lighting as shown on the plans. At no time shall the placement of equipment or devices create a condition that is not allowed by the California Electrical Code or local jurisdiction. In the event changes of locations for equipment or devices are necessary due to field conditions the change shall be made without cost. This assumes that the change is ordered before modifications are made and work directly connected to same is modified and no extra materials are required. The contractor shall coordinate the location of all pull boxes with the Landscape Architect and City prior to construction. Coordinate and cooperate in every way with other trades in order to avoid interference and assure a satisfactory job. Prior to starting any underground work, the contractor shall notify DIGALERT at 811 and request an underground infrastructure search and identify report. 20.1 Lightpoles and Standards General A. RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. SUMMARY Section Includes: Poles and accessories for support of luminaires. Lights shall be placed as shown on plans and written plan specifications. C. DEFINITIONS Refer to plans. D. ACTION SUBMITTALS Product Data: Refer to plans E. INFORMATIONAL SUBMITTALS – Refer to plans F. CLOSEOUT SUBMITTALS – Refer to plans G. QUALITY ASSURANCE Testing Agency Qualifications: Qualified according to ASTM C 1093 for foundation testing. H. DELIVERY, STORAGE, AND HANDLING – refer to plans I. WARRANTY – Refer to plans Products Technical Specifications 4000-51 A. PERFORMANCE REQUIREMENTS – Refer to plans B. LED LUMINAIRE - Refer to plans C. SYSTEM ELECTRONICS – Refer to plans D. GENERAL FINISH REQUIREMENTS 1. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 2. Appearance of Finished Work: Noticeable variations in same piece are unacceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. Execution A. EXAMINATION 1. Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 2. Examine poles, luminaire-mounting devices, lowering devices, and pole accessories before installation. Components that are scratched, dented, marred, wet, moisture damaged, or visibly damaged are considered defective. 3. Examine roughing-in for foundation and conduit to verify actual locations of installation. 4. Proceed with installation only after unsatisfactory conditions have been corrected. B. POLE FOUNDATION 1. Coordinate "Concrete Pole Foundations," "Pre-Cast Foundations," "Power-Installed Screw Foundations," "Direct-Buried Foundations," and "Direct-Buried Poles with Concrete Backfill" paragraphs below with Drawings to match foundation type. 2. Concrete Pole Foundations: Cast in place, with anchor bolts to match pole-base flange. Structural steel complying with ASTM A 36/A 36M and hot-dip galvanized according to ASTM A 123/A 123 M; and with top-plate and mounting bolts to match pole-base flange and strength required to support pole, luminaire, and accessories. Concrete, reinforcement, and formwork are specified in Section 033000 "Cast-in- Place Concrete." 3. Cure concrete a minimum of 72 hours before performing work on pole. 4. Anchor Bolts: Install plumb using manufacturer-supplied template, uniformly spaced. C. POLE INSTALLATION D. FIELD QUALITY CONTROLS 1. Inspect poles for nicks, mars, dents, scratches, and other damage. Technical Specifications 4000-52 2. System function tests. This item shall be paid for on a lump sum (LS) to provide a complete and fully operational electrical lighting system including pullboxes, conduit, etc., as indicated on the plans and in the specifications. 21.0 LANDSCAPE AND IRRIGATION (Base Bid Items 7, 15, 56-57, 69-78) Landscape and irrigation shall conform with Section 800 “Landscape and Irrigation Materials,” and Section 801 “Landscape and Irrigation Installation,” of the Standard Specifications and these Special Provisions. 800-1 LANDSCAPE MATERIALS Material lists and submittals to be approved by City. Nursery visit for approval by City. 800-1.2.3 Commercial Fertilizer [add the following] Commercial fertilizer will bear the manufacturer’s guaranteed statement of analysis and will meet the following minimum requirements: 16% nitrogen, 20% phosphoric acid, 20% potash, when used from October to March or, a slow release formulation like 16% nitrogen, 6% phosphoric acid, 8% potash or 15% nitrogen, 4% phosphoric acid, 6% potash when used from April to September. Fertilizers will be applied at the rate recommended by the manufacturer and agronomic soils test recommendations. 800-1.2.4 Organic Soil Amendments Specified as Type 1 800-1.2.5 Mulch. [Add subsection] Type 7 – Decomposed Granite Fines All planting areas to be covered with 3/8” crushed rock, 3/8” minus decomposed granite, or 6” minus cobble as per plan. Color for the 3/8" crushed rock shall be Apache Brown0 or approved equal; color for 6” minus cobble shall be Baja Cresta Rubble or approved equal; 3/8” minus with 20% fines will be Desert Gold. Available from Southwest Boulder and Stone, Phone (800) 540-1147 or equal. Contractor to submit one sample for approval prior to installation. 800-1.4 Plants. 800-1.4.1 General. [Add the following] All plants will be true to name, trees and plant species will be tagged with the name and size of plants in accordance with the standards of practice recommended by the American Association of Nurserymen. The root condition of plants furnished in containers will be checked. The City’s representative will check all plants of each species or variety from each source. All plants rendered unsuitable will be rejected and replaced at no additional cost. In case the sample plants are found to be defective, the entire lot or lots of plants represented by the defective samples may be rejected. All trees and shrubs shall be from nurseries in geographical areas with similar climates and transported covered. The specified standard height and diameter will be set by the American Standard for Nursery Stock. City will visit local nurseries or suppliers. Technical Specifications 4000-53 800-1.4.5 Sod and Stolons (turf grass). [Add the following] Grassed areas must be over seeded with rye grass if planted/installed in the winter season (commencing in October). Repair all disturbed turf areas prior to final acceptance with sod or seed as directed by the City. 800-1.5.2 Headers and Stakes. [Delete subsection and add the following] PermaLoc landscape edging - 3” height – color: black AsphaltEdge. Install per plan. Concrete header (mow curb) size, finish and color shall be as shown on the plans. Concrete mix design shall be 2500 psi minimum. Install per plans. 800-1.6 Boulders. [Add subsection] Size and quantity shall be as shown on the plans. Boulder surface to be free of cracks, disfragments, and broken or cracked edges. Boulder type shall be granite “Rustic Brown” as available from Southwest Boulder, Phone (800) 540-1147 or approved equal. Sample photos shall be submitted to Owner for approval or site visit will be performed by the City. 800-1.12 Certification and Submittals. [Add subsection] The following written certifications are required to be submitted to the City upon delivery of the respective materials to the job site: a) Total quantity of commercial fertilizers by type b) Total quantity of inorganic (Crushed Aggregate) and/or organic mulch c) Total quantity of Crushed Rock, Boulders by type d) Total quantity of plants by type All submitted products may only be used when approved by the City. Substitution of materials must receive prior, written authorization from the City before delivery to the site. 800-2 IRRIGATION SYSTEM MATERIALS 800 -2.1 Pipe and Fittings. 800-2.1.1 General. [Add the following] Irrigation lateral and pressure lines shall be placed in Schedule 40 PVC pipe sleeve 2 times the pipe size where occurs under streets or paving and as directed by the City. 800-2.1.3 Plastic Pipe for use with Solvent Weld Socket or Threaded Fittings. [Add the following] All pipe 3” and smaller shall be Schedule 40 PVC Type 1, Grade 1 pipe. All plastic pipes will bear the following markings: the manufacturer’s name, nominal pipe size or schedules. Main Line Fittings will be solvent welded using pipe primer ASTM F656 and pipe solvent ASTM D- 2564. All other fittings will be solvent welded with pipe solvent ASTM D-2564, NSF or approved equal. All plastic pipe shall bear the following markings: manufacturer's name, nominal pipe size, schedule or class, type of material, pressure rating in PSI, NSF seal of approval, and date of extrusion. Technical Specifications 4000-54 All plastic pipe fittings shall be standard weight schedule 40 and shall be injection molded of an improved PVC fitting compound. All threaded plastic fittings shall have injection molded threads. No cut threads will be accepted on PVC pipe and fittings. All tees and ells shall be manufactured in injection molds that are side gated. All threaded nipples shall be standard weight schedule 80 with molded threads. 800-2-1.4 Plastic Pipe for Use with Rubber Ring Gaskets. [Amend the first sentence] All rubber gasket PVC pipe, couplings, and fittings shall conform to ASTM D 2241 Type 1, Grade 1, 2000-PSI design stress; [Add the following to section] Couplings, rubber gaskets, and fittings shall be as approved by the pipe manufacturer. Ring-type rubber gasket couplings shall permit a five (5) degree deflection of the pipe at each coupling (2-1/2 degrees each side) without ex-filtration or infiltration, cracking or breaking. 800-2.5 Irrigation Booster Pump and Filter. [Add subsection] A simplex water pressure booster system as designed and fabricated by Barrett Engineered Pumps (619) 232-7867. The system shall be a completely prefabricated system with pump, piping, electrical and structural elements. The entire booster pump assembly shall be UL Listed and Approved. Pump shall be: (PACO Series) Single stage end suction close coupled centrifugal, cast iron bronze fitted construction, equipped with mechanical shaft seal, back pullout design. Impeller shall be threaded directly to the end of the shaft. Pump shaft shall be stainless steel with no sleeve. Pump shall be directly coupled to a C-face electric motor. Electric motor shall be of the squirrel cage induction type suitable for full voltage starting. Motor shall be ODP to aid in cooling. Electric motor shall be rated for continuous service. The motor shall have horsepower ratings such that the motor will carry the maximum possible load to be developed under the designed pumping conditions and not overload the motor beyond the nameplate rating of the motor. Motor shall have a 1.15 service factor. The motor shall conform to the latest NEMA Standards for motor design and construction. Pump Control Panel shall have a NEMA3R plain front non-metallic enclosure with padlock latches. This Includes power and control re-settable thermal circuit breakers, heavy duty magnetic starter with adjustable overload protection, Hand-Off-Auto switch to select mode of operation, and heavy duty numbered terminal strips for power and control wiring lead terminations. If 24V control started, a Metal oxide varistor protected pump start relay shall be incorporated in panel to start pump with signal from an irrigation controller. All system piping shall be Schedule 10S 304 stainless steel. All major fittings shall be 304 stainless steel with flanges to allow for system disassembly or major component removal. All instrumentation fittings shall be 304SS. Isolation valves shall be all stainless quarter turn ball valves with hard chrome ball on lines 2” and less. Isolation valves shall be lug style butterfly valves with Buna-N elastomeric seats, ductile iron nickel coated disc, and stainless steel stem with handle and 10 position galvanized memory plate on lines 2½” and greater. Gauges shall be 2½” diameter face, glycerin filled with stainless casing and brass internals. Technical Specifications 4000-55 Flow switch shall be a 316 stainless steel and solid-state thermal sensor designed to measure change in flow velocity and in temperature. The flow switch shall include an integrated bar graph with 10 LED lights and shall be capable of providing indication of flow (green), closed (orange), and open (red) conditions. Pump system shall be mounted on a structural aluminum skid with mounting flanges on front and back to allow for mounting of skid to concrete pad. Skid equipped with pipe support on suction and discharge piping. All nuts and bolts and washers shall be stainless steel on skid and piping. Skid shall include mounting hardware for integral aluminum enclosure. The system enclosure shall be vandal and weather resistant, marine grade aluminum alloy 5052-H32 construction with rectangular punch-outs for viewing and heat dissipation. The enclosure shall be low profile hinged top design with padlock provision. The cover shall be secured to the concrete pad with stainless steel hardware. The enclosure shall measure 42” D x 60W” x 48H” and concrete pad dimensions shall be 42” x 54” x 4”. The enclosure shall be as manufactured by V.I.T. Products, Inc. Pump Assembly shall include the following option(s): a) (PACT) Where specified by the System Design Parameters, the following items shall be provided to allow for stand-alone system pressure activation of pumping unit: b) Variable Frequency Drive system to receive feedback signal from system mounted stainless steel pressure transducer, and in conjunction with internal software driven PID control loop maintain customer adjustable constant system discharge pressure by varying the speed of the pump in response to varying system load. Variable Frequency Drive shall provide for on/off control of pumping unit via system pressure monitoring c) Bladder Style Pressure Storage Tank, piped to pump discharge, designed to maintain system pressure when pump is off and properly sized by the manufacturer to prevent short cycling of pumping system. d) Spring loaded wafer style disc check valve with cast iron body, bronze disc, and stainless- steel spring to maintain system pressure when pump is off. The services of a factory representative or trained service professional shall be made available on the job site to check installation and perform the startup and instruct the operating personnel. A startup report containing voltage and amperage readings, suction and discharge pressure readings, estimated flow conditions, and general operating characteristics shall be submitted to the Owner. One electronic set of operating and maintenance manual shall be provided to the owner after startup and shall include parts manuals for major components, performance curve for pump, general sequence of operation, and electrical schematic for control panel. The warranty period shall be a non-prorated period of 36 months from date of purchase. Filter shall be: Description: The Netafim Sandstorm™ media filter is an automatic self-cleaning filter using silica to achieve high filtration efficiency. The Filter arrives disassembled due to the multiple components. The filter is available with filtration grades (mesh or micron rating) of 120 mesh / 125micron or 150 mesh / 100micron. The Filter can consist of two 30” units; the size has been based on the design flow rates. Technical Specifications 4000-56 Construction: Sandstorm filters have inlet and outlet manifolds with grooved connection ends but can be ordered with a groove to flange adaptor for all inlet/outlet and backflush manifolds. The tanks and manifolds are constructed from high quality mild steel capable of continuous static pressure of 115psi. Tanks and manifolds are covered by high quality epoxy (polyester) coating for rust resistance. The backflush valves are made from steel and covered in epoxy (polyester) for rust resistance. Each backflush valve shall have a normally closed solenoid installed to its bonnet or on a common rail as per customer specification. Operation: The filter shall be capable of filtering suspended particles from water. The maximum operating pressure of the filter is 115psi. The minimum pressure required for backflush will be 30 psi during backflush. The minimum flow required depends on the specific unit size and configuration. The filter shall clean itself automatically when a pressure differential (PD) gauge triggers a backflush controller to initiate a backflush or when the programmed time requirement is met, per backflush controller setup. The optimum setting for the PD gauge is 7 psi. The backflush controller will transmit an electric pulse to the 24-volt solenoid that will command the backflush valves to change from filtration mode to backflush mode. During backflush, the tank being cleaned backflush valve will open to atmosphere in the backflush manifold allowing clean water from the other units to lift the media into suspension and floating debris out the backflush port of the valve. Essentially during backflush, the direction of flow is changed from top inlet manifold (filtration mode) to bottom outlet (backflush mode). The flushing time shall be 90 seconds or longer depending on debris level. During flush, filtered water will continue to be supplied downstream of the filter. The filters will flush one at a time sequentially. Warranty – Contractor shall contact Netafim regarding the inspection process to procure the maximum warranty allowed for the filtration system; the cost of the inspection process is to be factored into the overall cost of the system. See plans for additional details and specifications. 800-3.2 Conduit and Conductors. 800-3.2.3 Irrigation 2 Wire (Maxi) to Decoder Communication Path. [Add subsection] Communication wire between the SDI/LDI and the Decoder must utilize MAXI wire communication. Specifications shall be as follows: MAXI Wire, Hardwire Communications: the MAXI Type Communication wire for the Two-Wire paths shall be double jacketed, two-conductor cable intended for control of the Communications Signal and Feed-back Signal for the Rain Bird Central Computerized Control Systems. The cable shall be suitable for direct burial in the earth and also may be installed in ducts or conduits. Conductors: The Conductors shall be tin coated (for good mechanical bonding), soft drawn, annealed solid copper conforming to the requirements of ASTM-33. Each conductor shall be insulated with 4/64” (minimum) thick PVC conforming to the requirements of U.L. Standard #493 for thermoplastic insulated underground feeder cables (TYPE UF). The two (2) conductors shall be color coded with one conductor black and the other red. Both conductors shall be of the same size and shall be of sizes as specified and/or shown on the drawings and a required for the proper operation of the Satellite and Decoder units connected to it. The wire manufacturer (not the wire broker) shall certify in writing, for each shipment, that the insulated conductors have been tested for and meet the requirements of U.L. Standard #493 for thermoplastic-insulated, underground feeder cables (TYPE UF). He shall also certify in writing that the individual conductors have a minimum insulation thickness of 4/64” throughout the entire length of the cable and that the finished cable meets the following requirements of the same standard: Technical Specifications 4000-57 Dielectric Voltage Withstand Test: 5000V for 60 Seconds Tension and Elongation Test: 300 lbf, no separation Impact Test: 6000V after the impact Crushing Resistance Test: an average of no less than 4500 lbf flat Crushing Resistance Test: an average of no less than 1200 lbf edge Cold Bend Test: No Cracks Water Absorption: In addition, each shipment of cable shall include a current dated listing card from the Underwriters showing the MANUFACTURER’S U.L. IDENTIFICATION NUMBER - as evidence that the MANUFACTURER is approved to manufacture thermoplastic insulated underground feeder cable in accordance with the U.L. Standard #493. Outer Jacket: the two (2) conductors shall be laid parallel and covered with a Solid Color, HIGH DENSITY, sunlight resistant polyethylene outer jacket, of the color coding specified and conforming to the requirements of ICEA S-61-402 and NEMA WC 5. The MINIMUM jacket thickness, when measured at any point in contact with the PVC insulation of the copper conductor and to the outer surface of the outer jacket, shall be 3/64” thick. The outer jacket shall be PRESSURE EXTRUDED so as to COMPLETELY FILL the interstices between the two insulated wires. The polyethylene outer jacket shall conform to the following: The entire outer polyethylene jacket shall be of the color specified for easy identification of the Two- Wire path. Each Two-Wire Path on the system shall have a different color outer jacket for easy identification after installation and for easily distinguishing between the various Two-Wire paths on the system. Standard colors for the outer jacket color-coding shall be White, Red, Green, Blue, Yellow, Orange and Black. The MAXI® Type Cable SHALL be marked on the jacket as follows - MAXI TYPE COMMUNICATION CABLE - 2/C ## AWG, along with the manufacturer’s name and identification number (which is mandatory) and other designations, such as, voltage rating, etc., as may be appropriate. The wire shall not be marked with any other designation, except as noted above. The manufacturer shall also certify in writing that the POLYETHELENE outer jacket is of minimum thickness (3/64”) throughout the entire length of the cable and that it does meet and conform to the requirements of ICEA S – 61 – 402 and NEMA WC 5 as outlined above for both Electrical Properties and Physical Properties. The cable shall be shipped on non-returnable wood reels, in the lengths and color-coding outer jacket color as specified. The MAXI Type Communication Cable, for the Two-Wire Paths of the various Rain Bird control systems shall meet or exceed the above specifications in all respects and all written certifications from the manufacturer shall be supplied with the wire as outlined and called for in these specifications. Technical Specifications 4000-58 800-3.3 Controller Unit. [Add the following] The ESP-LXD Controller shall be of a hybrid type that combines electro-mechanical and micro- electronic circuitry capable of fully automatic or manual operation. The controller shall be housed in a wall-mountable, weather-resistant plastic cabinet with a key-locking cabinet door suitable for either indoor or outdoor installation. The controller shall have the ability to be programmed and operated in any one of six languages: English, Spanish, French, German, Italian, & Portuguese. The display shall show programming options and operating instructions in the chosen language without altering the programming or operation information. The controller shall have a base station capacity of 50 stations with two additional expansion slots capable of receiving ESPLXD-SM75 station modules to create a controller capacity of up to 200 stations. All stations shall have the capability of independently obeying or ignoring any weather sensor as well as using or not using the master valves. Station timing shall be from 0 minutes to 12 hours. The controller shall have a Seasonal Adjustment by program which adjusts the station run time from 0 to 300% in 1% increments. The controller shall also have a Monthly Seasonal Adjustment of 0 to 300% by month. Station timing with Seasonal Adjustment shall be from 1 second to 16 hours. The controller shall have 4 separate and independent programs which can have different start times, start day cycles, and station run times. Each program shall have up to 8 start times per day for a total of 32 possible start times per day. The 4 programs shall be allowed to overlap operation based on user-defined settings which control the number of simultaneous stations per program and total for the controller. The controller shall allow up to 8 valves to operate simultaneously per program and total for the controller including the master valves. The controller shall have a 365-day calendar with Permanent Day Off feature that allows a day(s) of the week to be turned off on any user selected program day cycle. (Custom, Even, Odd, Odd31, & Cyclical). Days set to Permanent Day Off shall override the normal repeating schedule and not water on the specified day(s) of the week. The controller shall also have a Calendar Day Off feature allowing the user to select up to 5 dates up to 365-days in the future when the controller shall not start programs. The controller shall incorporate a Rain Delay feature allowing the user to set the number of days the controller should remain off before automatically returning to the auto mode. The controller shall have Cycle+Soak water management software which is capable of operating each station for a maximum cycle time and a minimum soak time to reduce water run-off. The maximum cycle time shall not extend by Seasonal Adjustment. The controller shall incorporate a FloManager feature providing real-time flow, power, and station management. FloManager shall manage the number of stations operating at any point in time based on water source capacity, station flow rate, number of valves per station; user-defined simultaneous stations per program and for the controller. The controller shall provide station priorities to determine the order in which stations shall operate. The controller shall ignore the station number and instead operate the highest priority stations first and the lower priority stations last. The controller shall offer Water Windows for each program. This function sets the allowed start and stop time where watering is allowed. If the watering cannot be completed by the time the Water Window closes, the stations with remaining run time are paused and watering automatically resumes when the Water Window opens the next time. Technical Specifications 4000-59 The controller shall include an integrated Flow Smart Module with flow sensing functionality. The Flow Smart Module shall accept sensor decoder input from 1 - 5 flow sensors with no flow scaling device required. A FloWatch Learn Flow Utility which learns the normal flow rate of each station shall be included. Each time a station runs FloWatch compares the current real-time flow rate to the learned rate and takes user-defined actions if high flow, low flow, or no flow is detected. FloWatch shall automatically determine the location of the flow problem and isolate the problem by turning off the affected station(s) or master valve(s). FloWatch shall be compatible with both normally closed and open master valves. A Manual Master Valve Water Window shall be provided to coordinate daytime manual watering with the flow sensing. This Water Window shall offer programmable days of the week and manual watering additional flow rate. 22.0 LANDSCAPE AND IRRIGATION INSTALLATION 801-1 General [Add the following] Landscape and irrigation installation shall conform to the provisions of Section 308 of the Standard Specifications and their provisions. Contractor shall have appropriate licenses, bonds, insurance and City Business license. Contractor to coordinate with other trades. The CONTRACTOR shall visit the construction site and shall take all measurements and obtain any other information as may be necessary for a complete and conclusive bid. The work required is indicated on the drawings and includes but is not necessarily limited to: soil preparation; installing irrigation system; planting and staking trees; planting shrubs and ground cover, providing and placing decomposed granite, cobble, weed control and 180-day plant establishment period including guaranteeing plants and/or replacing plants (See Section 308-6). Landscape and irrigation workmanship and materials shall be of the highest standards and quality. All landscape materials and installations will be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of not less than 180 days, except all tree species (including palm trees), which shall be guaranteed for a period of 180 days. During the guarantee period, any material found to be dead, missing, or in poor condition will be replaced by the Contractor within five (5) days of written notification. The City’s representative will be the sole judge as to the condition of the material. Replacement will be made in accordance with these specifications and the plans. Material and labor involved in replacing plant material will be provided by the Contract at no expense. All header board and rock/cobble locations to laid out for approval prior to installation of irrigation lines and re-marked prior to placement of rock, cobble or other material. Layout shall be approved by City and/or Landscape Architect prior to installation of irrigation and/or material. 801-1.1 Inspections. [Add subsection] Inspections ensure compliance with the drawings and specifications. The Contractor will contact the City’s representative at least 48 hours (two working days) in advance of each inspection. An inspection is required at each of the following steps including but not limited to: a) Inspection of rough grade. Technical Specifications 4000-60 b) Acceptance of organic mulch and taking of soil samples. c) Inspection of soil amendment work. d) Inspection of plants at nursery and upon delivery to the project site. e) Layout and acceptance of cobble, crushed rock areas. f) Irrigation pressure test prior to backfill of trench. g) Irrigation coverage test. h) Irrigation main lines, valves, laterals, and wires before backfill or during irrigation installation. i) Layout of planting prior to installation. j) At the start of the establishment period. k) At the end of the plant establishment period, after final acceptance prior to maintenance period of the project. Project acceptance will be confirmed in writing. l) Completion of hardscape work. The Contractor is required to notify the City of work activity to be inspected. Give at least 48 hours’ notice for all work. No work will proceed until the City has inspected and verbally approved the work activity. 801-1.2 Soil Testing. [Add subsection] Soil testing is required to determine fertility of soil and required nutrient needs. The Contractor must obtain an agronomic soils test for all planting areas after soil preparation work but before planting. Tests will be performed by City approved agronomic soil testing laboratory and will include a fertility and suitability analysis with written recommendations for soil amendments including post plant fertilization needs. Results should contain a comparison between the bid/proposed amendments and the actual amendments required per the soils test. This comparison will be utilized for the evaluation of any proposed additional costs between the bid amendments and the actual amendments required. EC and SAR ratings shall be included. The soil report recommendations will take precedence over the minimum recommended amendment. A copy of the soil’s report will be submitted to the City for approval. Soil testing will be considered as included in other items of work and no additional payment will be made therefore. 801-1.3 Boulders. [Add subsection] Bury boulders 1/3 of boulder dimension so that they appear in natural state. Orientation of boulder shall expose most surface area possible set as approved by Engineer. 801-1.4 Crushed Rock. [Add subsection] Crushed rock will be an imported material 3/8” in diameter for Apache Brown, 3/8” minus diameter for Desert Gold, and 6” minus for Baja Cresta Rubble. Prior to placing crushed rock, fine grade area, removing rocks greater than 1” diameter, moisture condition, and compact sub-grade material. Spread crushed rock over the planting area to a 2” depth. Apply moisture after spreading and raking to compact and remove dust. (need to edit and check planting plan) Technical Specifications 4000-61 801-1.5 3/8” Minus Stabilized Decomposed Granite. [Add subsection] Decomposed Granite will be an imported material “Brimstone” screened to include stone particle 3/8” minus with Stabilizer Solutions Stabilizer Binder for Aggregate Pathways (or approved equal and over Class II base per plans). Prior to placing decomposed granite, fine grade area, removing rocks greater than 1” in diameter, moisture condition and compact sub-grade material. Install 3/8” minus with Stabilizer Solutions Stabilizer Binder for Aggregate Pathways according to manufacturer’s recommendations and per plan. Toll Free Phone number: 800-336-2468. Stabilizer® shall be thoroughly pre-mixed with aggregate at the rate of 15-lbs of Stabilizer® per 1-ton of aggregate. Verify with manufacturer correct Stabilizer® rate for climate. Drop spreading of Stabilizer over pre-placed aggregate or mixing by rototilling is not acceptable. Stabilizer shall be mechanically pre-mixed per manufacturer’s recommendations using an approved mechanical blending unit to adequately blend Stabilizer with aggregate (Bucket blending is not an approved blending apparatus). Always blend Stabilizer and aggregate dry. After pre-blending, place Stabilized Aggregate directly on prepared sub-grade. Level to desired grade and cross section. Water heavily for full-depth moisture penetration of profile. Water activates Stabilizer®. Apply 25 to 45-gallons of water per 1-ton to achieve saturation. Randomly test for depth using a probing device, which reaches full depth. Contractor shall wait a minimum of 6 – 72 hours or until such time that the Stabilized Aggregate is able to accept compaction from a 1 to 5-ton roller without separation, plowing or any other physical compromise of the aggregate. If surface aggregate dries significantly quicker than subsurface material, lightly mist surface before compaction. Compact Stabilized Aggregate to 85% relative compaction by equipment such as; a 2 to 5-ton double drum roller making 3 to 4 passes. Do not begin compaction for 6 hours after placement and up to 72 hours. DO NOT use a vibratory plate compactor or vibration feature on roller, as vibration separates large aggregate particles. If pumping or pancaking of surface occurs, surface is still too wet to roll. Take care in compacting surface when adjacent to planting and irrigation systems, use 8” or 10” hand tamp. Installation of Stabilized Aggregate more than 3” thick shall be installed in lifts. If 4” thick compacted (2) 2” lifts. If 5” thick compacted (2) 2.5” lifts. If Stabilized Aggregate is pre- moistened before installation entire 4” or 5” lift may be installed. Lightly spray surface area following compaction. Do not disturb aggregate surface with spray action. Finished surface shall be smooth, uniform and solid with no evidence of chipping or cracking. Cured and compacted pathway shall be firm throughout profile with no spongy areas. Loose material shall not be present on surface after installation, but may appear after use and according to environmental conditions. Pathway shall remain stable underneath loose granite on top with a “natural” look. Any significant irregularities in path surface shall be repaired to the uniformity of entire installation. Technical Specifications 4000-62 Contractor shall furnish and install construction fence around new surface to prevent public access. Fencing shall be maintained in place for a minimum of 72 hours after completion of installation, or as directed by the City. Drying period may take longer due to weather conditions. Contractor shall notify City that landscape irrigation shall be restricted near Stabilized Aggregate surface until drying period is complete. Standing water on surface and adjacent to path shall be restricted at all times. 801-2 EARTHWORK AND TOPSOIL PLACEMENT. 801-2.1 General. [Add the following] All grading, mounding and all weed control measures shall be completed prior to irrigation and planting. This work shall not commence until the agronomic soil test has been completed. Should 30 calendar days elapse between completion of soil preparation and commencement of planting, all areas will be prepared again. Remove rocks, sticks, grass and other undesirable objects unsuitable to plants. 801-2.2.2 Fertilizers and Conditioning Procedures. [Add the following] Fertilizers will be applied according to the manufacturer’s recommendation. 801-2.3 Finished Grading. [Add the following] All landscape areas will be graded to finish grades, reestablishing flow lines as approved prior to amending the soil. Finish grades will be inspected upon completion. The contractor will not proceed with planting work until finish grades have been inspected and accepted by the City. 801-2.4 Weed Control Measures. [Add the subsection] Apply a translocated herbicide and allow sufficient time to completely kill off all germinated weeds; herbicide to be reapplied as needed to completely eradicate all germinated weeds. Weed control shall be to the satisfaction of the City. Refer to plans. 801-4 PLANTING. 801-4.1 General. [Add the following] All planting holes shall be pre-soaked and backfill shall be as recommended by the soil test report. Plant locations with flags labeled with the designated plant/shrub/tree type are to be approved by the City representative. Finish grade of crushed rock to be 1” below hardscape. 801-4.5 Tree and Shrub Planting. [Add the following] The height of the trees will be measured according to ANSI Z60.1 standard. Grade out planting area prior to planting shrubs. All shrubs will be planted similarly to the trees, in pre-moistened planting holes, roots loosened and soil gently compacted around the root ball. Plant shrubs no closer than outside of the tree’s rootball. Immediately after planting, water plants. Technical Specifications 4000-63 Trees and shrubs in areas having crushed rock mulch shall be planted two inches (2”) high and decomposed granite will be installed in those areas the same day as planting. No decomposed granite / crushed rock is to be placed on or in the crown of trees or shrubs. Rake smooth these plant basins and cover root balls prior to final acceptance of 90-day maintenance period. 801-4.7 Ground Cover and Vine Planting. [Add the following] Grade out planting area prior to planting shrubs and ground cover. All shrubs and ground cover will be planted similarly to the trees, in pre-moistened planting holes, roots loosened and soil gently compacted around the root ball. Plant shrubs and ground cover no closer than 24 inches to tree trunks and palms. Immediately after planting, water plants. 801-4.8.3 Sod. [Add the following] Irrigate areas to be sodded prior to installation of sod. Soil shall be damp to a depth of 2”. Time limit and option in first paragraph below are requirements of TPI's "Guideline Specifications to Turfgrass Sodding." Lay sod within 48 hours of harvesting unless a suitable preservation method is accepted by Architect prior to delivery time. Do not lay sod if dormant or if ground is frozen or muddy. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to soil or sod during installation. Tamp and roll lightly to ensure contact with soil, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1” below sod. Trim sod to conform to shapes on Planting Plans. Irrigate thoroughly to provide good moisture penetration after sod is laid. Sod shall be smooth and flush with the finish grade of existing sidewalks, curbs, etc. A second rolling will be necessary if the first does not meet with these specifications. 801-4.9.5 Watering [Add the following] It will be the Contractor’s responsibility to maintain a balanced watering program to ensure all plants and grass areas receive proper amounts of water, well below the root system of plants. It is the contractor’s responsibility to water (by hand if needed) all plant material, already planted, and plants still in their containers. Any plant material that dies as a result of the contractor’s neglect shall be replaced by the contractor at no cost to the City. This includes any equipment needed, labor and materials. 801-5 IRRIGATION SYSTEM INSTALLATION. 801-5.1 General. [Add the following] The drawings are essentially diagrammatic. Minor adjustments may be required due to differences between the site and drawings. Technical Specifications 4000-64 Dig trenches and support pipe continuously on bottom of the ditch. Lay pipe to a level grade. Trenching excavation will follow layouts indicated on the drawings to the depth below finish grades as noted. Provide minimum cover of 24 inches for main pressure supply lines under pavement, 18 inches of cover if not under pavement, and 12 inches cover for all lateral lines. Provide minimum cover of 18 inches, maximum 24 inches for control wires. Excavation in areas where there are tree roots 2-inches in diameter and larger will be tunneled under and will be heavily wrapped with wet burlap to prevent scarring or dying. New wiring will occupy the same trench and will be installed along the same route as the pressure supply lines and will be located below the supply lines wherever possible. Where more than one wire is placed in a trench, the wiring will be taped together at Intervals of 12 feet and labeled with numbers at each end of the wire. Remote control wire will be direct-burial AWG-UF type, sized according to manufacturer specifications, and in no case smaller than 14-gauge. Connections shall be either epoxy-sealed packet-type or Penn-Tite connectors. Common wires for valves shall be white in color. Control wires shall be black and numbered. An extra numbered wire shall be installed from controller to each valve location and it shall be different (not white) in color. An extra valve control wire will be installed for every six (6) remote control valves. Each extra control wire will be of a different color, extended to last valve, and be looped into each valve box. 801-5.3 Irrigation Pipeline Installation. 801-5.3.3 Plastic Pipeline. [Add the following] All threaded plastic-to-plastic connections will have Teflon tape applied to the male threads of connection prior to assembly. The number of wraps of Teflon tape shall be per manufacturer’s recommendations or per industry standards. Connect all metal components to plastic pipe connections with a schedule 80 nipple, threaded one end, and a plastic slip coupling. Use Teflon tape on all male threads prior to assembly. 801-5.3.5 Sleeving [Add subsection] PVC Conduit Sleeves for irrigation piping and electrical conduit and conductors shall conform to the provisions in Section 800-2, “Irrigation System Materials,” of the Standard Specifications and these Special Provisions. Sleeves shall include two conduits for water line, electrical and sprinkler control crossovers. Sizes of the conduits shall be as shown on the plans or as specified in the special provisions. The estimated quantity of conduit listed on the plan represents the total length of a unit run times two conduits. The length of each individual run is noted on the construction plan sheets. Conduits shall be installed not less than 1.5 feet below the top of curb grade in sidewalk areas and not less than 24 inches below finished grade in all other areas measured to the top of the conduit. Conduits shall extend 5 feet beyond all paving and curbs unless otherwise shown on the plans. Technical Specifications 4000-65 Where conduits are installed in open trenches, excavation and backfill shall conform to the provisions in Section 306, “Open Trench Conduit Construction,” of the Standard Specifications and these specifications. The bottom of the trench shall be graded and prepared to provide a firm and uniform bearing throughout the entire length of the conduit. During backfilling operations, the conduit shall be rigidly supported so that no movement of, or damage to, the conduit or joints will result. Couplings for conduits shall be installed in conformance with the manufacturer's written instructions; a copy of which shall be furnished to the Inspector prior to installation Conduits shall be schedule 40 PVC pipe. Couplings and fittings shall be as recommended by the pipe manufacturer. Nylon pull rope shall be placed in conduit for the full length of the conduit. Each end of the irrigation sleeve shall be terminated, capped and a 1” by 24” iron pipe shall be embedded at the pipe end for future locating as noted in the plans. Irrigation sleeves shall be measured and paid for at the contract unit price per Lineal Foot per each sleeve pair and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in placing the irrigation sleeves and end markers per the plans and no additional compensation will be allowed therefore. If new sleeving is required, install per plan. 801-5.5 Sprinkler Head Installation and Adjustment. 801-5.5.2 Location, Elevation, and Spacing [Add the following] Sprinkler heads and drip emitters will be installed as designated on the drawings and per City Standards. Spacing of the sprinkler heads will not exceed maximum indicated on the drawings. Drip emitters will be placed 9”-12” up-slope from plants. 801-5.6 Automatic Control System Installation [Add the following] Surge Protection for the Two-Wire Path An MSP-1 Surge Arrestor shall be installed on the 2-wire communication path at each ESP-LXD controller location. The MSP-1 shall detect and transfer voltage surges of 60 volts or higher traveling along the 2-wire path to a local grounding system via the dedicated grounding wires provided at each end of the device. The MSP-1 Surge Arrestor shall be mounted in the stainless- steel mounting bracket in the pedestal of the satellite unit or other suitable location. An optional MGP-1 mounting plate is available for mounting MSP-1 to a local ground rod. A local grounding system (ground rods, plates, cables, or combination) with a ground resistance of ten (10) ohms or less shall be provided at each MSP-1 location. The surge arrestor shall be as manufactured and furnished by Rain Bird Corporation. Grounding Rain Bird warranties ESP-LXD controllers, decoders and ancillary products used on a two-wire path only when connected to a grounding system with a ground resistance of ten (10) ohms or less. Technical Specifications 4000-66 801-5.7 Flushing and Testing. 801-5.7.1 General. [Add the following] Irrigation design is based on available water pressure as indicated by CVWD. The Contractor will verify working water pressure prior to construction. Should a discrepancy exist, notify the City prior to beginning Construction. Connections to the installation of the water supply will be at the location shown on the drawings. Minor changes caused by actual site conditions will be made at no additional cost to the City. If the water meter and backflow unit is existing refer to Irrigation plans. Contractor shall run mainline pipe to the as indicated on the plans. Prior to installation of irrigation heads, the valves will be opened and full head of water used to flush out the lines and risers. Sprinkler heads shall not be installed until flushing the system has been completed. 801-5.7.2 Pipeline Pressure Test. [Add the following] The main line will be tested for no less than six (6) hours and hold a static pressure of 125 psi. Lateral lines will be tested for two (2) hours and hold a static pressure test of 100 psi. 801-6 Maintenance and Plant Establishment. 801-6.1 General. [Add subsection] The Contractor shall maintain all landscaped areas for a minimum plant establishment period of not less than ninety (90) days from the date of written acceptance of the project. The plant establishment period will not start until the project receives Final, Formal Acceptance by the City Council. Projects will not be segmented into phases or accepted in phases. Written acceptance from the Owner must be obtained to start the plant establishment period. If the project maintenance fails to continuously meet standards required, the plant establishment period will be suspended and will not re-commence until Contractor has corrected all deficiencies. 801-6.2 Maintenance Tasks. [Add subsection] During the contract period the Contractor shall maintain the planted areas which are within the work limits of the contract including, but not limited to weekly: 1) watering; weekly mowing; weeding; fertilizing and cultivating; and spraying to keep the plants in a healthy, growing condition and keeping the planted areas neat and attractive; 2) removing trash a minimum of once a week; 3) checking and repairing irrigation systems weekly; 4) pruning trees and shrubs planted under the contract only removing dead, dying or broken branches; 5) removing wilted flowers ;6) pest and vermin control; 7) and all gravel and non-stabilized decomposed granite areas shall be raked weekly to the satisfaction of the City. Note: Do not prune trees or shrubs without first advising the City. 801-6.3 Replacement Plantings. [Add subsection] After planting and during the plant establishment period in the event any plant should die, is missing, weak or displays the appearance of necrosis, the plant will be immediately removed and replaced at the Contractor’s expense. All replacements must occur within five (5) days of notice. At the end of the establishment period, all plants will be in a healthy, growing condition and located as indicated on the plan or as approved by the City. Technical Specifications 4000-67 801-6.4 Fertilizing. [Add subsection] For non-arid plant material, the Contractor will fertilize the plants one (1) month prior to the end of the establishment period. Follow manufacturer’s application rate guide and water into planting immediately after applying fertilizers. Arid plant material will not be fertilized. 801-6.5 Weekly Reports. [Add subsection] The Contractor, as part of this contract, shall submit reports and schedules as requested. Failure to submit reports and schedules in the time specified may result in a Performance Deficiency Deduction. The City will supply the format for these forms. Such reports must be filled out in detail. The following is a breakdown of required forms and schedules. The contractor shall submit these reports as they are completed. Weekly reports shall be filled out by Friday of every week. Payments due shall not be disbursed unless all reports have been submitted to the City. 801-6.5.1 Schedule of Weekly Maintenance. [Add subsection] a) Contractor shall provide a schedule of weekly maintenance identifying areas to be maintained and a breakdown of when each function shall be performed. b) The City will assume that the Contractor will adhere to the schedule. The City must receive notification of changes at least 12 hours in advance. 801-6.5.2 Weekly Irrigation Inspection Report. [Add subsection] This will be turned in every Friday. 801-6.5.3 Weekly Activity Report. [Add subsection] Indicating the following: a) Litter pickup b) Weed control c) Chemical maintenance - herbicides and pesticide applications d) Incident/Accident 801-6.5.4 Landfill Diversion Report. [Add subsection] 801-6.5.5 Fertilization. [Add subsection] 801-6.6 Performance Deficiencies and Reduction in Payments Due. [Add subsection] The City of La Quinta has set up very specific criteria in which to evaluate the performance of the Contractor on a weekly basis. If performance by the Contractor is deficient, the City reserves the right to subtract costs from the monthly billing and/or hire another contractor to provide the service and deduct the expense from the contract retention. Since it is difficult to quantify and assess a value to every aspect of the work, the City shall implement a standard $100 cost per incident. The following describes deficiencies: a) Lack of compliance to specifications (i.e., failure to adequately mow, edge, pick up litter, sweep/rake, weed, prune, remove dead plant material, etc.) Technical Specifications 4000-68 b) Failure to provide specified reports or to falsify reports. c) Failure to supply adequate equipment, labor or supervision. d) Failure to repair irrigation deficiencies in the allotted time frame. e) Failure to comply with schedules. Variances may be approved by request. Delays in part acquisition or adverse weather conditions will be taken into consideration. f) Failure to protect public health and safety. The City reserves the right to cancel and/or assume maintenance duties and remaining contract amounts shall be deducted from remaining fiscal commitment. 801-6.7 End of Establishment Period. [Add subsection] Approximately one week prior to the end of the establishment period, the City will conduct a walk- through of the area, noting deficiencies and problems to be resolved. The Contractor will be required to resolve all noted items. If the items cannot be resolved within the time remaining, the establishment period will be extended, without cost to the City, until the items are corrected. Measurement and Payment – Landscape and Irrigation Items: Base Bid Item 7, 15 – Furnish and Install 3/8” Minus Stabilized Decomposed Granite This item shall be paid for on a square foot (SF) basis and shall include furnishing all labor, equipment, tools and materials necessary for placement of stabilized decomposed granite per direction of City, quantity shown in bid schedule. The price of this item shall also include any incidentals for doing the work involved in placing the stabilized decomposed granite as defined in the SSPWC and the Special Provisions. No further compensation will be allowed therefore. Base Bid Item 56 – Furnish and Install Concrete Mow Curb per plans. This item shall be paid for on a linear foot (LF) basis and shall include furnishing all labor, equipment, tools and materials necessary for placement of concrete mow curb header per direction of City, quantity shown in bid schedule. The price of this item shall also include any incidentals for doing the work involved in placing the concrete mow curb header as defined in the SSPWC and the Special Provisions. No further compensation will be allowed therefore. Base Bid Item 57 – Furnish and Install PermaLoc AsphaltEdge Header This item shall be paid for on a linear foot (LF) basis and shall include furnishing all labor, equipment, tools and materials necessary for placement of PermaLoc header per direction of City, quantity shown in bid schedule. The price of this item shall also include any incidentals for doing the work involved in placing the PermaLoc header as defined in the SSPWC and the Special Provisions. No further compensation will be allowed therefore. Base Bid Items 69-73 – Construct Landscaping/Irrigation These items shall be paid for on a lump sum (LS) basis and shall include furnishing all labor, equipment, tools and materials necessary for construction of landscaping per approved plans. The price of this item shall also include protecting electrical in place, exporting soil, grading, providing and installing trees, shrubs, irrigation system, irrigation controller, filter, pump, concrete pads, and any incidentals for doing the work involved in constructing landscaping per City Standards and project plans and specifications. Technical Specifications 4000-69 Base Bid Item 74 – Furnish and Install Boulders This item shall be paid for on an each (EA) basis and shall include furnishing all labor, equipment, tools and materials necessary for construction of boulders per direction of City, quantity shown in bid schedule. The price of this item shall also include any incidentals for doing the work involved in placing boulders as defined in the SSPWC and the Special Provisions. No further compensation will be allowed therefore. Base Bid Item 75-77 - Furnish and install 3/8” minus, 3/8" diameter crushed rock and 6” minus rock, in accordance to landscaping plans. These items shall be paid for on a square foot (SF) basis and shall include furnishing all labor, equipment, tools and materials necessary for placement of crushed rock and bark nuggets per direction of City, quantity shown in bid schedule. The price of this item shall also include any incidentals for doing the work involved in placing the rock/decomposed granite as defined in the SSPWC and the Special Provisions. No further compensation will be allowed therefore. Base Bid Item 78 – 90 Day Maintenance and Plant Establishment This item shall be paid for on a lump sum (LS) basis and shall include furnishing all labor, equipment, tools and materials necessary for maintenance and plant establishment of constructed landscaping per approved plans. The price of this item shall also include any incidentals for doing the work involved in maintaining and establishing constructed landscaping as defined in the project plans and specifications. APPENDIX A ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION (3 PAGES) Appendix A Page 1 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of La Quinta whose address is 78-495 Calle Tampico, La Quinta, California, 92253, hereinafter called City, and , hereinafter called Contractor whose address is , and hereinafter called Escrow Agent whose address is: . For the consideration hereinafter set forth, the City, Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, Contractor has the option to deposit securities which meet the requirements set forth in said Section 22300, with Escrow Agent, as a substitute for retention earnings required to be withheld by City pursuant to the Construction Contract entered into between City and Contractor for Project No. 2016-08, La Quinta SilverRock Park Venue, in the amount of Dollars, dated hereinafter referred to as the Contract. When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the name of City of La Quinta and shall designate the Contractor as the beneficial owner. 2. City shall make progress payments to Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. Alternatively, City may make payments directly to Escrow Agent in the amount of retention for the benefit of the City until such time as the escrow created hereunder is terminated. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses and payment terms shall be determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. Appendix A Page 2 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to Sections (4) to (6), inclusive, of this Agreement, and City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: On Behalf of City: On Behalf of Contractor: Title Title Name Name Signature Signature Address Address Appendix A Page 3 On Behalf of Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. CITY: CONTRACTOR: Title Title Name Name Signature Signature APPENDIX B STANDARD PLANS W-34ADRAWING NUMBER: DETAIL OF WET BARREL TYPE FIRE HYDRANT INSTALLATION UNIMPROVED STREET FOR DUCTILE IRON PIPE Approval Date: Draft 09/18