Loading...
HomeMy WebLinkAboutItem 12 - Council Reading File - Special Provisions SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO LOS OSOS VALLEY ROAD / U.S. 101 INTERCHANGE LANDSCAPING Specification No. 91435 JUNE 2018 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 LOS OSOS VALLEY ROAD / U.S. 101 INTERCHANGE LANDSCAPING Specification No. 91435 Approval Date: JUNE 6, 2018 <<Signature Date>> TABLE OF CONTENTS NOTICE TO BIDDERS ................................................................................................... IV  BID SUBMISSION .................................................................................................................................... IV  BID DOCUMENTS .................................................................................................................................... V  PROJECT INFORMATION........................................................................................................................ V  QUALIFICATIONS .................................................................................................................................... VI  AWARD ................................................................................................................................................... VII  ACCOMMODATION ............................................................................................................................... VIII  BID FORMS .................................................................................................................... A   BID ITEM LIST FOR: LOS OSOS VALLEY ROAD / U.S. 101 INTERCHANGE LANDSCAPING, SPECIFICATION NO. 91435 .................................................................................................................... A  LIST OF SUBCONTRACTORS ................................................................................................................. B  PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. C  PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... C  PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. C  LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... C  NON-COLLUSION DECLARATION .......................................................................................................... E  BIDDER ACKNOWLEDGEMENTS ........................................................................................................... F  QUALIFICATIONS .................................................................................................................................... G  ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................. H  SPECIAL PROVISIONS .................................................................................................. 1  DIVISION I GENERAL PROVISIONS ....................................................................................................... 1  1 GENERAL ........................................................................................................................................... 1  2 BIDDING ............................................................................................................................................. 1  3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1  4 SCOPE OF WORK ............................................................................................................................. 2  7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2  8 PROSECUTION AND PROGRESS ................................................................................................... 2   DIVISION II GENERAL CONSTRUCTION ............................................................................................... 2  12 TEMPORARY TRAFFIC CONTROL ................................................................................................ 2  DIVISION III EARTHWORK AND LANDSCAPE ....................................................................................... 3  20 LANDSCAPE .................................................................................................................................... 3  DIVISION X ELECTRICAL WORK .......................................................................................................... 18  87 ELECTRICAL SYSTEMS ............................................................................................................... 18  APPENDIX A - FORM OF AGREEMENT ....................................................................... 1  NOTICE TO BIDDERS NOTICE TO BIDDERS iv NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, California 93401, until 2:00 p.m. on <<June XX, 2018>> at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: LOS OSOS VALLEY ROAD / U.S. 101 INTERCHANGE LANDSCAPING, Specification No. 91435 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. NOTICE TO BIDDERS NOTICE TO BIDDERS v BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals A printed copy may be obtained at the office of the City Engineer by paying a non- refundable fee of: 1. $25.00 if picked up in person, or 2. $45.00 if by mailing to the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: 919 Palm Street San Luis Obispo, CA 93401 Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents A printed copy may be obtained by paying a non-refundable fee of: 1. $16.00 if picked up in person, or 2. $21.00 if by mailing to the office of the City Engineer You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Shelsie Kloepper at (805)783-7735 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project consists of the installation of irrigation and vegetation within the vicinity of the Los Osos Valley Road / U.S. 101 Interchange. NOTICE TO BIDDERS NOTICE TO BIDDERS vi The project estimated construction cost is $400,000 Contract time is established as 70 working days, and the Plant Establishment Period is three years following the completion of working days. The fixed liquidated damages amount is established at $1000 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A or C27 Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. All of the referenced projects must have included landscaping, and at least one must have included landscaping on the State Highway System. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge NOTICE TO BIDDERS NOTICE TO BIDDERS vii 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. NOTICE TO BIDDERS NOTICE TO BIDDERS viii You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation. BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR: LOS OSOS VALLEY ROAD / U.S. 101 INTERCHANGE LANDSCAPING, SPECIFICATION NO. 91435 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 3 COMPLIANCE WITH CALTRANS ENCROACHMENT PERMIT LS 1 2 20 IRRIGATION LS 1 3 20 2-1/2” PLASTIC PIPE (CLASS 315) (SUPPLY LINE)LF 3000 4 20 PLANTING LS 1 5 20 MULCH CU YD 870 6 20 THREE-YEAR PLANT ESTABLISHMENT PERIOD QUARTER 12 7 73 SIDEWALK SQ FT 1450 Bid Total $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS BID FORMS B LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. BID FORMS BID FORMS C PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS BID FORMS D under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS BID FORMS E NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ BID FORMS BID FORMS F BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date BID FORMS BID FORMS G QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include landscaping? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include landscaping? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include landscaping? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ BID FORMS BID FORMS H ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) SPECIAL PROVISIONS 1 SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 GENERAL: The work must be done in compliance with the City of San Luis Obispo, Department of Public Works: 1. Los Osos Valley Road / U.S. 101 Interchange Landscaping Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2018 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition In case of conflict between documents, governing ranking must comply with section 5- 1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Add Section 3-1.18B CONTRACT EXECUTION, Caltrans Encroachment Permit: SPECIAL PROVISIONS SPECIAL PROVISIONS 2 Compliance with Caltrans Encroachment Permit/Traffic Control must conform to the provisions of section 12 “Temporary Traffic Control”, of the Standard Specifications and these Special Provisions. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Section 3, 20, and 73 for general, material, construction, and payment specifics. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan: Work hours are restricted to 7 a.m. to 4 p.m. on Los Osos Valley Road. Work hours are restricted to night work if a lane closure is required. Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph of Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. DIVISION II GENERAL CONSTRUCTION 12 TEMPORARY TRAFFIC CONTROL Add to the beginning of Section 12-3.32C PORTABLE CHANGEABLE MESSAGE SIGNS, Construction: Place Portable Changeable Message Signs (PCMSs) at the locations shown and in advance of the 1st warning sign for each: 1. Stationary lane closure SPECIAL PROVISIONS SPECIAL PROVISIONS 3 2. Off-ramp closure 3. Shoulder closure Add between the 5th and 6th paragraphs of Section 12-3.32C PROTABLE CHANGEABLE MESSAGE SIGNS, Construction: Start displaying the message on the sign 15 minutes before closing the lane or shoulder or when directed by the Engineer. Add to the end of Section 12-4.02C(1) TRAFFIC CONTROL SYSTEMS, Construction – General: Keep the full width of the traveled way open to traffic when no active construction activities are occurring in the traveled way or within 6 feet of the traveled way and on: 1. Friday after 3:00 p.m. 2. Saturday 3. Sunday 4. Designated city or state holiday 5. Special days as directed by the engineer Add to the end of Section 12-4.02C(7)(a) TRAFFIC CONTROL SYSTEMS, Construction – Traffic Control System Requirements – General: Except where prohibited, use an impact attenuator vehicle: 1. To follow behind equipment and workers who are placing and removing components of a closure. Operate the flashing arrow sign in the arrow or caution mode during this activity, whichever applies. Follow at a distance that prevents intrusion into the work space from passing traffic. 2. As a shadow vehicle in a moving lane closure. After placing components of a stationary traffic control system, you may place the impact attenuator vehicle in advance of the work area or at another authorized location to protect traffic and workers. Delete Section 12-4.05 BRIDGE CLEANING AND PAINTING ACTIVITIES. Delete Section 12-4.06 TOLL BRIDGES. Delete Section 12-6 TEMPOARY PAVEMENT DELINEATION. Delete Section 12-7 TEMPORARY PAVEMENT DELINEATION FOR SEAL COATS. DIVISION III EARTHWORK AND LANDSCAPE 20 LANDSCAPE SPECIAL PROVISIONS SPECIAL PROVISIONS 4 Replace the 1st through 5th paragraphs of Section 20-1.02C MATERIALS, Pesticides with: Do not use pesticides. Add to Section 20-1.02C MATERIALS, Pesticides: Select herbicides from the following table: HERBICIDES Herbicide name Herbicide type Preemerent (granular) Preemergent (non granular) Post- emergent Selective Non- selective Systemic Aminopyralid -- ----X -- -- Chlorsulfuron -- ----X -- -- Clopyralid MEA -- ------ X -- Diquat dibromide -- ------ X -- Dithiopyr -- X ---- -- -- Fluazifop-P-Butyl -- ----X -- -- Flumioxazin -- ----X -- -- Glyphosate -- --X -- -- X Imazapyr -- ------ X -- Isoxaben -- X ---- -- -- Oryzalin -- X ---- -- -- Oxadiazon X X ---- -- X Oxyfluorfen (odorless) -- X X -- -- -- Pendimethalin X X X -- -- -- Prodiamine -- X ---- -- -- Rimsulfuron -- ----X -- -- Sethoxydim -- --X X -- -- Sulfentrazone -- ------ X -- Sulfometuron-methyl -- ------ X -- Sulfosulfuron -- ------ X -- Triclopyr -- ------ -- X Delete the 4th paragraph of Section 20-1.03A CONSTRUCTION, General. Delete the 5th paragraph of Section 20-1.03A CONSTRUCTION, General. Add to Section 20-1.03C(3) CONSTRUCTION, Roadside Clearing – Weed Control: Control weeds within the highway including medians and surfaced areas such as new and existing pavement, curbs, and sidewalks. Control weeds within the highway. In the median and surfaced areas such as new and existing pavement, curbs, and sidewalks, weeds do not need to be controlled. In groundcover areas and within the area extending beyond the outer limits of the groundcover to the adjacent edges of shoulders, dikes, curbs, sidewalks, walls, existing SPECIAL PROVISIONS SPECIAL PROVISIONS 5 planting, and fences, control weeds with herbicides or by hand pulling. Where groundcover areas are 12 feet or more from the adjacent edges of shoulders, dikes, curbs, sidewalks, walls, and fences, control weeds within the groundcover areas and 6 feet beyond the outer limits of the groundcover areas. In mulched areas and within the area extending beyond the outer limits of the mulched areas to the adjacent edges of shoulders, dikes, curbs, sidewalks, walls, existing planting, and fences, control weeds with herbicides or by hand pulling. Where mulched areas are 12 feet or more from the adjacent edges of shoulders, dikes, curbs, sidewalks, walls, and fences, control weeds within the mulched areas and 6 feet beyond the outer limits of the mulched areas. Within 2 feet of the edges of paved shoulders, dikes, curbs, and sidewalks, control weeds with herbicides or by hand pulling. In areas where plants are to be planted in groups or rows 15 feet or less apart, control weeds within the planting area and the area extending 6 feet beyond the outer limits of the groups or rows of plants with herbicides or by hand pulling. Where the plants are to be planted more than 15 feet apart and are located outside of groundcover areas, control weeds with herbicides or by hand pulling within an area 6 feet in diameter centered at each plant location. Control weeds under guard rails, from within asphalt concrete surfacing, concrete surfacing, rock blankets, gravel mulch or decomposed granite areas, and unpaved gore areas between the edge of pavement and planting areas with herbicides or by hand pulling. Where pavement, dikes, curbs, sidewalks, walls, and fences are located 12 feet or more beyond mulched areas, plant basins, and groundcover areas, limit mowing to 6 feet beyond these areas. Delete the 2nd paragraph of Section 20-1.03C(4) CONSTRUCTION, Roadside Clearing – Disposal of Removed Groundcover, Weeds, and Mowed Material. Replace Reserved in Section 20-1.03E CONSTRUCTION, Weed Germination with: Do not perform planting work in cultivated areas for a period of 14 days after: 1. Cultivation is complete 2. Irrigation systems have been installed For cultivated areas, keep the soil sufficiently moist to germinate weeds. Weeds that germinate must be controlled by the use of herbicides. Do not perform planting work in weed germination areas for a period of 14 days after irrigation systems have been installed. SPECIAL PROVISIONS SPECIAL PROVISIONS 6 For weed germination areas, keep the soil sufficiently moist to germinate weeds. Weeds that germinate must be controlled by the use of herbicides. Replace the 1st paragraph of Section 20-2.01A(3)(b) GENERAL, General – Submittals – Manufacturer’s Instructions with: Submit the manufacturer's installation instructions as an informational submittal at least 15 days before installing: 1. Couplings for conduits used for irrigation conduits 2. Plastic pipe and fittings 3. Solvent cement for plastic pipe and flexible hose 4. Sprinklers 5. Remote control valves Replace the 3rd paragraph of Section 20-2.01A(4)(b)(i) GENERAL, General - Quality Assurance - Pressure Testing - General with: Perform pressure testing using Method B to test supply lines (1) located on the discharge side of the valve, (2) installed by trenching and backfilling, or (3) completely visible after installation. Delete Section 20-2.01B(2) GENERAL, Materials - Garden Valves. Delete Section 20-2.01B(8) GENERAL, Materials - Wye Strainers. Delete the 3rd paragraph of Section 20-2.01C(2) GENERAL, Construction - Trenching and Backfilling. Replace the 8th paragraph of Section 20-2.01C(2) GENERAL, Construction - Trenching and Backfilling with: Trenches for irrigation supply lines and conduits 3 inches and larger in diameter must be a minimum of 18 inches below the finished grade, measured to the top of the installed pipe. Delete item 1 in the list in the 12th paragraph of Section 20-2.01C(2) GENERAL, Construction - Trenching and Backfilling. Replace item 2 in the list in the 12th paragraph of Section 20-2.01C(2) GENERAL, Construction - Trenching and Backfilling with: Groundcover, replacement of groundcover that is removed or rototilled is not required. Add to Section 20-2.01C(2) GENERAL, Construction – Trenching and backfilling: SPECIAL PROVISIONS SPECIAL PROVISIONS 7 Apply 1 application of a preemergent herbicide to trenched areas in existing ground cover areas and to trenched areas adjacent to fences, curbs, dikes and shoulders. The Engineer determines when the preemergent herbicide must be applied. Replace the 1st paragraph of Section 20-2.01C(3) GENERAL, Construction - Pull Boxes with: Install pull boxes at the following locations: 1. At all conductor splices except splices made in valve boxes 2. Within 5 feet of irrigation controllers 3. At ends of electrical conduits 4. At other locations shown on the plans 5. As directed by the engineer Delete Section 20-2.01C(6) GENERAL, Construction – Garden Values. Delete Section 20-2.02 BACKFLOW PREVENTER ASSEMBLIES. Delete Section 20-2.03 CAM COUPLER ASSEMBLIES. Replace the 1st and 2nd paragraphs of Section 20-2.04A(4) CONTROL AND NEUTRAL CONDUCTORS, General - Quality Assurance with: Perform conductors test. The test must comply with the specifications. Where the conductors are installed by trenching and backfilling, perform the test after a minimum of 6 inches of backfill material has been placed and compacted over the conductors. Add to Section 20-2.04B CONTROL AND NEUTRAL CONDUCTORS, Materials: You may use conductors that are not armor-clad if installed in a conduit. Replace the words “Section 86” in the 1st and 2nd paragraph of Section 20-2.04B Control and Neutral Conductors, Materials with: Section 87 Replace the 1st paragraph of Section 20-2.04C(4) Control and Neutral Conductors, Construction – Splicing with: Splice low voltage control and neutral conductors, using Method B. Delete Section 20-2.05 FLOW SENSORS. Delete Section 20-2.06 IRRIGATION CONTROLLERS. SPECIAL PROVISIONS SPECIAL PROVISIONS 8 Replace Section 20-2.07B(5) IRRIGATION CONDUIT, Materials - PVC Pipe Conduit with: 20-2.07B(5) PVC Pipe Conduit Sleeve PVC pipe conduit sleeves must be schedule 40 complying with ASTM D1785. Fittings must be schedule 80. Delete Section 20-2.07C(2)(a) IRRIGATION CONDUIT, Construction – Welded Steel Pipe Conduit – General. Replace Section 20-2.07C(3) IRRIGATION CONDUIT, Construction - Schedule 40 PVC Pipe Conduit with: 20-2.07C(3) PVC Pipe Conduit Sleeve Where PVC pipe conduit sleeves 2 inches or less in outside diameter is installed under surfacing, you may install by directional boring under section 20-2.07C(2)(b). For sleeves 2 inches or less in diameter, the top of the conduit must be a minimum of 18 inches below surfacing. Extend sleeves 6 inches beyond surfacing. Cap ends of conduit until used. Add to Section 20-2.07D IRRIGATION CONDUIT, Payment: As shown on the bid item list, the 2 ½ inch plastic pipe supply line (class 315) will be paid by linear feet for all work shown on the plans. The price paid for the 2 ½ inch plastic pipe supply line (class 315) includes all of the work required to install the pipe as shown on the plans, as specified in the Standard Specifications, and these special provisions. Delete the 3rd paragraph of Section 20-2.08C(1) IRRIGATION SUPPLY LINE, Construction - General. Delete the 3rd paragraph of Section 20-2.08C(3) IRRIGATION SUPPLY LINE, Construction - Drip Irrigation Tubing. Add to Section 20-2.08C(4) IRRIGATION SUPPLY LINE, Construction - Plastic Pipe Supply Line: Install plastic pipe supply lines downstream from the remote control valves for a sprinkler assembly not less than 12” inches below finished grade measured to the top of the pipe. Replace Section 20-2.09B(1) SPRINKLER ASSEMBLIES, Materials - General with: 20-2.09B(1) General Swing joints must match the inlet connection size of the riser. SPECIAL PROVISIONS SPECIAL PROVISIONS 9 Where shown, a sprinkler assembly must include a check valve. Threaded nipples for swing joints and risers must be schedule 80, PVC 1120 or PVC 1220 pipe, and comply with ASTM D1785. Risers for sprinkler assemblies must be UV resistant. Fittings for sprinkler assemblies must be injection-molded PVC, schedule 40, and comply with ASTM D2466. Flexible hose for sprinkler assemblies must be leak-free, non-rigid and comply with ASTM D2287, cell Type 6564500. The hose must comply with ASTM D2122 and have the thickness shown in the following table: Nominal hose diameter (inch) Minimum wall thickness (inch) 1/2 0.127 3/4 0.154 1 0.179 Solvent cement and fittings for flexible hose must comply with section 20-2.08B(5). Delete Section 20-2.09B(2) SPRINKLER ASSEMBLIES, Materials – Pop-up Sprinkler Assemblies. Replace Section 20-2.09B(3) SPRINKLER ASSEMBLIES, Materials - Riser Sprinkler Assemblies with: Each riser sprinkler assembly must include a body, flexible hose, threaded nipple, nozzle, swing joint (except for a Type V riser), pressure reducing device, fittings, and riser support where shown. Replace Section 20-2.09B(4) SPRINKLER ASSEMBLIES, Materials – Tree Well Sprinkler Assemblies with: 2.09B(4) Tree Well Sprinkler Assemblies Each tree well sprinkler assembly must include a threaded nipple, nozzle, swing joint, fittings, perforated drainpipe, and drain grate. Gravel for filling the drainpipe must be graded such that 100 percent passes the 3/4-inch sieve and 100 percent is retained on the 1/2-inch sieve. The gravel must be clean, washed, dry, and free from clay or organic material. Replace Section 20-2.09C SPRINKLER ASSEMBLIES, Construction with: 2.09C Construction SPECIAL PROVISIONS SPECIAL PROVISIONS 10 Where shown, install a flow shut-off device under the manufacturer's instructions, unless you use equipment with a preinstalled flow shut-off device. Where shown, install a pressure reducing device under the manufacturer's instructions, unless you use equipment with a preinstalled pressure reducing device. Install pop-up and riser sprinkler assembly: 1. From 6-1/2 to 8 feet from curbs, dikes, and sidewalks 2. At least 10 feet from paved shoulders 3. At least 3 feet from fences and walls If sprinkler assembly cannot be installed within these limits, the location will be determined by the Engineer. Set sprinkler assembly riser on slopes perpendicular to the plane of the slope. Replace Section 20-2.10B(2) VALVES, Materials – Ball Valves with: Each ball valve must be PVC or chlorinated PVC and must comply with the requirements shown in the following table: Quality characteristic Requirement Nonshock working pressure for 3/4 to 4 inch valves (min, psi) 235 Nonshock working pressure for 6 inch valves (min, psi) 150 Seats PTFE O-ring seals EPDM or fluoroelastomer Replace Section 20-2.10B(3) VALVES, Materials – Check Valves with: Each check valve must be one of the following: 1. Schedule 80 PVC with a factory setting to withstand a minimum 7-foot head on risers 2. Class 200 PVC if used on a nonpressurized plastic irrigation supply line 3. Internal to the sprinkler body with a factory setting to withstand a minimum 7-foot head Delete Section 20-2.10B(5) VALVES, Materials – Garden Valve Assemblies. Delete Section 20-2.10B(8) VALVES, Materials – Pressure Relief Valves. Delete Section 20-2.10B(9) VALVES, Materials - Quick Coupling Valves. Replace Section 20-2.10B(10)(a) VALVES, Materials - Remote Control Valves - General with: Each remote control valve must: SPECIAL PROVISIONS SPECIAL PROVISIONS 11 1. Be normally closed type. 2. Be glass-filled nylon, stainless steel, or brass. 3. Be completely serviceable from the top without removing the valve body from the system. 4. Be equipped with a device that regulates and adjusts the flow of water and be provided with a manual shut-off. The manual shut-off for valves larger than ¾ inch must be operated by a cross handle. 5. Have solenoids compatible with the irrigation controller. 6. Have a manual bleed device. 7. Be capable of withstanding a pressure of 200 psi. 8. Have replaceable compression discs or diaphragms. 9. Have threaded fittings for inlets and outlets. 10. Have DC latching solenoids if used with solar or battery controllers. Solenoids must operate on 3.5 V. 11. Be bottom, angled, or straight inlet configuration. 12. Be designed for recycled water if used in recycled water irrigation systems. 13. Be equipped with a self-flushing feature for recycled water. 14. Not have external tubing. Delete Section 20-2.10B(10)b VALVES, Materials – Remote Control Valves – Remote Control Valves with Flow Sensor. Delete items 2 and 3 from the 1st Paragraph of Section 20-2.10C(1) VALVES, Construction – General. Replace the 1st paragraph of Section 20-2.10C(3) VALVES, Construction - Check Valves with: Install check valves as necessary to prevent low-head drainage. Delete Section 20-2.10C(4) VALVES, Construction – Garden Valve Assemblies. Delete Section 20-2.10C(7) VALVES, Construction – Quick Coupling Valves. Delete Section 20-2.11 WYE STRAINER ASSEMBLIES. Delete Section 20-2.13A(2)(b) SUPPLY LINE ON STRUCTURES, General - Materials - Air Release Valve Assemblies. Delete item 6 of the 1st paragraph of Section 20-2.13B(1)(c) SUPPLY LINE ON STRUCTURES, Supply Line on Structures, Less than 4 Inches - General - Submittals. Delete Section 20-2.13C SUPPLY LINE ON STRUCTURES, Supply Line on Structures, 4 Inches and Large. SPECIAL PROVISIONS SPECIAL PROVISIONS 12 Add Section 20-2.15 IRRIGATION PAYMENT: As shown on the bid item list, the irrigation will be paid in lump sum for all work shown on the plans. The lump sum price paid for the irrigation system includes all of the work involved in installing the irrigation system. The lump sum price includes all work shown on the plans, as specified in the Standard Specifications, and these special provisions including but not limited to the following items: 1. 1” Plastic Pipe (Schedule 40) (Supply Line) 2. 1 ½” Plastic Pipe (Schedule 40) (Supply Line) 3. ¾” Drip Irrigation Tubing 4. Tree Well Sprinkler Assembly 5. Riser Sprinkler Assembly 6. Pressure Regulating Valve 7. 1” Remote Control Valves 8. 1 ½” Remote Control Valve 9. Drip Valve Assembly 10. 2 ½” Gate Valves 11. Ball Valves 12. 4” Plastic Pipe (Class 315) (Supply Line) 13. Control and Neutral Conductors 14. Roadside signs 15. Maintain Existing Irrigation Facilities Replace 60 days in the 1st paragraph of Section 20-3.01A(3)(b) GENERAL, General - Submittals - Vendor Statements with: 30 days Add to Section 20-3.01A(3)(b) GENERAL, General - Submittals - Vendor Statements: Some plants required may not be readily available and must be grown specifically for this project. Submit a statement within 30 days after Contract approval from the vendor that the order to grow the plants, including inspection plants and replacement plants, has been received and accepted by the vendor. The statement from the vendor must include the plant names, sizes, and quantities and the anticipated delivery date. Notify the Engineer when the vendor has started growing the plants. Replace the 1st paragraph of Section 20-3.01A(3)(c) GENERAL, General - Submittals – Certificates of Compliance with: Submit a certificate of compliance for soil amendment. SPECIAL PROVISIONS SPECIAL PROVISIONS 13 Replace Section 20-3.01B(2)(b)(ii) GENERAL, Materials - Plants - Cuttings - Carpobrotus and Delosperma Cuttings with: 20-3.01B(2)(b)(iii) Willow Cuttings Take willow cuttings from areas shown or designated by the Engineer. Willow cuttings must be: 1. Reasonably straight 2. 36 inches in length 3. From 3/4 to 1-1/2 inch in diameter at the base of the cutting Cut the top of each willow cutting square above a leaf bud. Cut the base below a leaf bud at approximately a 45 degree angle. Trim off leaves and branches flush with the stem of the cutting. Delete Section 20-3.01B(2)(b)(iv) GENERAL, Materials – Plants – Cuttings – Cottonwood Cuttings. Delete Section 20-3.01B(2)(c) GENERAL, Materials – Plants – Cuttings – Sod. *Replace the 1st paragraph of Section 20-3.01B(3) GENERAL, Materials - Soil Amendments with: Soil amendment must comply with the provisions in the Food & Agri Code. Soil amendment must be nitrolized fir bark. Add to Section 20-3.01B(3) GENERAL, Materials – Soil Amendments: Iron sulfate must be ferrous sulfate in pelleted or granular form containing not less than 18.5 percent iron expressed as metallic iron. Iron sulfate must comply with the Food & Agri Code. Delete Section 20-3.01B(6) GENERAL, Materials – Plaster Sand. Delete Section 20-3.01B(7) GENERAL, Materials – Root Barrier. Replace the 3rd paragraph of Section 20-3.01B(9) GENERAL, Materials - Foliage Protectors with: Support stakes must be 2-inch nominal diameter or 2-by-2 inch nominal size wood stakes a minimum of 5 feet long. Wood stakes must be straight. Replace the 1st and 2nd paragraphs of Section 20-3.01B(10) GENERAL, Materials – Wood Plant Stakes with: SPECIAL PROVISIONS SPECIAL PROVISIONS 14 Each plant stake for trees must be nominal 2 by 2 inches or nominal 2 inches in diameter and long enough to keep the tree in an upright position. Replace the 1st paragraph of Section 20-3.01B(11) GENERAL, Materials – Plant Ties with: Each plant tie for trees must be a (1) minimum 3/4-inch-wide, UV-resistant, flexible vinyl tie complying with ASTM D412 for tensile and elongation strength, or (2) lock-stitch, woven polypropylene with a minimum 900 lb tensile strength. Add to the 1st paragraph of Section 20-3.01C(1) GENERAL, Construction – General: Apply root stimulant to cuttings. Add to Section 20-3.01C(5) GENERAL, Construction - Maintain Plants: The Contract will not be accepted unless plants including transplanted trees have been satisfactorily maintained for at least 3-years after planting. Delete the 4th, 5th, 10th, and 11th paragraphs of Section 20-3.02C(3)(a) PLANTING WORK, Construction – Planting Plants – General. Replace the 8th paragraph of Section 20-3.02C(3)(b) PLANTING WORK, Construction – Planting Plants - Trees, Shrubs, and Vines with: Tie trees to the stakes with 2 tree ties, 1 tie to each stake. Each tie must form a figure eight by crossing the tie between the tree and the stake. Install ties at the lowest position that will support the tree in an upright position. Install the ties such that they provide trunk flexibility but do not allow the trunk to rub against the stakes. Wrap each end of the tie 1- 1/2 turns around the stake and securely tie or nail it to the stake. Replace the 3rd paragraph of Section 20-3.02C(3)(D)(ii) PLANTING WORK, Construction – Planting Plants – Cuttings, Liners, Plugs, and Seeding Plants – Willow Cuttings with: Plant willow cuttings between October 20th and March 20th. Delete the 4th, 5th, 6th, and 7th paragraphs of Section 20-3.02C(3)(D)(ii) PLANTING WORK, Construction – Planting Plants – Cuttings, Liners, Plugs, and Seeding Plants – Willow Cuttings. Delete Section 20-3.02C(3)(d)(iii) PLANTING WORK, Construction - Planting Plants - Cuttings, Liners, Plugs, and Seeding Plants - Cottonwood Cuttings. Delete Section 20-3.02C(3)(d)(v) PLANTING WORK, Construction - Planting Plants - Cuttings, Liners, Plugs, and Seeding Plants - Liner Plants. SPECIAL PROVISIONS SPECIAL PROVISIONS 15 Delete Section 20-3.02C(3)(d)(vi) PLANTING WORK, Construction - Planting Plants - Cuttings, Liners, Plugs, and Seeding Plants - Plug Plants. Delete Section 20-3.02C(3)(d)(vii) PLANTING WORK, Construction – Planting Plants – Cuttings, Liners, Plugs, and Seeding Plants - Seedling Plants. Delete Section 20-3.02C(3)(e) PLANTING WORK, Construction – Planting Plants – Sod. Add Section 20-3.15 PLANTING PAYMENT: As shown on the bid item list, the planting will be paid in lump sum for all work shown on the plans. The lump sum price paid for the planting includes all of the work involved in installing the plants. The lump sum price includes all work shown on the plans, as specified in the Standard Specifications, and these special provisions including but not limited to the following items: 1. Clearing and Grubbing 2. Prepare Hole 3. Plant (Group A) 4. Plant (Group B) 5. Plant (Group W) 6. Plant (Group U) 7. Commercial Fertilizer (Tablet) 8. Root Protector 9. Temporary Drainage Inlet Protection 10. Temporary Fiber Roll 11. Temporary Check Dam 12. Temporary Fence (Type ESA) 13. Prepare Water Pollution Control Program Add between the 2nd and 3rd paragraphs of Section 20-4.01A GENERAL, Summary: Minimum-bid plant establishment work is work (1) that is described as plant establishment work and (2) for which a minimum item total must be bid. Add to Section 20-4.01A GENERAL, Summary: This project has a Type 1 plant establishment period. Delete the 2nd and 3rd Paragraphs of Section 20-4.01B GENERAL, Definitions. Delete the 3rd paragraph of Section 20-4.03A CONSTRUCTION, General. SPECIAL PROVISIONS SPECIAL PROVISIONS 16 Delete the 1st, 2nd, and 6th paragraphs of Section 20-4.03B CONSTRUCTION, Plant Growth Control. Add to Section 20-4.03C CONSTRUCTION, Fertilizing: Apply slow-release fertilizer to the plants during the 1st week of March and Sept. of each year. Apply organic fertilizer to the plants during the 1st week of March and Sept. of each year. Delete Section 20-5.02 EDGING. Delete Section 20-5.03 INERT GROUND COVERS AND MULCHES. Add Section 20-5.04 WOOD MULCH. 20-5.04A General 20-5.04A(1) Summary Section 20-5.04 includes specifications for placing wood mulch. 20-5.04A(2) DEFINITIONS Reserved 20-5.04A(3) SUBMITTALS Submit a certificate of compliance for wood mulch. Submit a 2 cu ft mulch sample with the mulch source shown on the bag. Obtain authorization before delivering the mulch to the job site. 20-5.04A(4) QUALITY ASSURANCE Reserved 20-5.04B MATERIALS 20-5.04B(1) GENERAL Mulch must not contain more than 0.1 percent of deleterious materials such as rocks, glass, plastics, metals, clods, weeds, weed seeds, coarse objects, sticks larger than the specified particle size, salts, paint, petroleum products, pesticides or chemical residues harmful to plant or animal life. 20-5.04B(4) SHREDDED BARK MULCH Shredded bark mulch must: 1. Be derived from trees 2. Be a blend of loose, long, thin wood, or bark pieces 3. Contain at least 95 percent by volume of wood strands with a width and thickness from SPECIAL PROVISIONS SPECIAL PROVISIONS 17 1/8 to 1-1/2 inches and a length from 2 to 8 inches 20-5.04B(6)-20-5.04B(11) RESERVED 20-5.04C CONSTRUCTION Before placing wood mulch, remove weeds to the ground level. Maintain the planned flow lines, slope gradients, and contours of the job site. Grade the subgrade to a smooth and uniform surface. Place mulch after the plants have been planted. Place mulch in the plant basin at the rate described (sheet PL-1). Mulch must not come in contact with the plant crown and stem. Place mulch as shown in areas outside of plant basins to a uniform thickness. Spread mulch from the outside edge of the plant basin to the adjacent edges of shoulders, paving, retaining walls, dikes, edging, curbs, sidewalks, walls, fences, and existing plantings. If the plant is 12 feet or more from the adjacent edges of any of these elements, spread the mulch 6 feet beyond the outside edge of the plant basin. Do not place mulch within 4 feet of: 1. Flow line of earthen drainage ditches 2. Edge of paved ditches 3. Drainage flow lines 20-5.04D PAYMENT As shown on the bid item list, the wood mulch will be paid in cubic yards for all work shown on the plans. The payment quantity for wood mulch is the volume measured in the vehicle at the point of delivery. The price paid for the wood mulch includes all the work shown on the plans, as specified in the Standard Specifications, and these special provisions. Delete Section 20-5.05 SITE FURNISHINGS. Delete Section 20-10.02C(6) EXISTNG IRRIGATION FACILITIES, Construction – Relocate Backflow Preventer Assemblies. Delete Section 20-10.02C(7) EXISTNG IRRIGATION FACILITIES, Construction – Relocate Water Meters. SPECIAL PROVISIONS SPECIAL PROVISIONS 18 Delete Section 20-10.02C(8) EXISTING IRRIGATION FACILITIES, Construction - Relocate Irrigation Controllers. Delete item 1 in the 1st paragraph of Section 20-10.03A(3) EXISTING PLANTING, General - Submittals. Delete Section 20-10.03C(3) EXISTING PLANTING, Construction - Transplant Trees. DIVISION X ELECTRICAL WORK 87 ELECTRICAL SYSTEMS Add Section 87-1.03B(3)(a) ELECTRICAL CONDUIT, Conduit Installation Underground - General: Use Type 1 conduit for underground installation between the existing controller, pull boxes, and value boxes. Install conduit to a depth of: 1. 14 inches for the trench-in-pavement method 2. 18 inches, minimum, under sidewalk and curbed paved median areas 3. 42 inches, minimum, below the bottom of the rail of railroad tracks 4. 30 inches, minimum, everywhere else below grade Place conduit couplings at a minimum of 6 inches from the face of a foundation. Place a minimum of 2 inches of sand bedding in a trench before installing Type 2 or Type 3 conduit and 4 inches of sand bedding over the conduit before placing additional backfill material. If installing conduit within the limits of hazardous locations as specified in NEC for Class I, division 1, install and seal Type 1 or Type 2 conduit with explosion-proof sealing fittings. Add Section 87-1.03H(2) ELECTRICAL CONDUIT, Conductor and Cable Splices – Splice Insulation Methods: Insulate splices in a multiconductor cable to form a watertight joint and to prevent moisture absorption by the cable. Use Method B to insulate a splice. Use Method B as follows: 1. Cover the splice area completely with an electrical insulating coating and allow it to dry. 2. Apply 3 layers of half-lapped, minimum 60-mils, PVC tape. 3. Apply 2 layers of 120-mils, butyl-rubber, stretchable tape with liner. SPECIAL PROVISIONS SPECIAL PROVISIONS 19 4. Apply 3 layers of half-lapped, minimum 6-mils, PVC, pressure-sensitive, adhesive tape. 5. Cover the entire splice with an electrical insulating coating and allow it to dry. Add Section 87-21.03C CONSTRUCTION, Modifying Existing Electrical Systems: Modifying electric service for irrigation includes removing, adjusting, or adding: 1. Pull boxes 2. Conduit 3. Conductors APPENDIX APPENDIX 1 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. APPENDIX APPENDIX 2 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of AGENCY, provided such active negligence is APPENDIX APPENDIX 3 determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT