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