redevelopment agency of the city of san diego · city of san diego contractor’s name: address:...
TRANSCRIPT
Redevelopment Agency of the
City of San Diego CONTRACTOR’S NAME:
ADDRESS:
TELEPHONE NO.: FAX NO.:
CITY CONTACT: JOHN L. ANDERSON, 401 B Street, Suite 400, San Diego, CA 92101
Email: [email protected]. Phone: (619) 533-74104 Fax: (619) 235-2200
CONTRACT
DOCUMENTS FOR
ISLAND AVENUE POPOUTS PHASE TWO
PUBLIC IMPROVEMENTS PROJECT (ISLAND BETWEEN 6TH
AND 7TH
AVENUES, 10TH
AVENUE AND 13TH
STREET)
VOLUME 1 OF 2
BID NO.: K-11-5409-DBB-C
I.O. NO.: 23426871
CLIENT DEPARTMENT: CCDC
COUNCIL DISTRICT: 2
PROJECT TYPE: IK
THIS CONTRACT IS SUBJECT TO THE FOLLOWING:
THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2009 EDITION
(“GREENBOOK”) AND CITY SUPPLEMENT, 2010.
THE CITY‟S SUBCONTRACTING PARTICIPATION REQUIREMENTS FOR SLBE PROGRAM.
COMPETITION RESTRICTED TO: SLBE-ELBE or ELBE FIRMS ONLY.
MANDATORY PRE- BID CONFERENCE: Yes No .
PREVAILING WAGE RATES: STATE FEDERAL
The engineering Specifications and Special Provisions contained herein have been prepared by or under the
direction of the following Professional Engineer or Licensed Architect:
Professional Engineer or Licensed Architect Seal:
((((((((((((((((((( ATTENTION )))))))))))))))))))
The 2010 edition of the City of San Diego Standard Specifications for Public Works Construction
(“The WHITEBOOK”) now contains the following distinct Contract Documents:
1) Equal Opportunity Contracting Program Requirements - This Contract Document sets forth
the requirements for the City‟s equal opportunity contracting program. When additional
requirements by the funding source e.g., federal or state agencies are physically included in
the contract documents or by reference and there is a discrepancy, the funding source
requirements shall govern unless specified otherwise in the Special Provisions.
2) City Supplement – The City Supplement shall be used in conjunction with the Standard
Specifications for Public Works Construction (“The GREENBOOK”), 2009 Edition. The
specifications contained in City Supplement take precedence over the specifications
contained in The GREENBOOK, 2009 Edition.
Certain parts of the City Supplement have been highlighted in yellow for the convenience of
the users only and shall not affect the interpretation of the Contract.
To obtain The GREENBOOK contact the publisher at: http://www.bnibooks.com
Requests from City staff for additional prints of The WHITEBOOK should be directed to the City‟s
Print Shop. The WHITEBOOK is available to public only in electronic format under Engineering
Documents and References at: http://www.sandiego.gov/engineering-cip/
Table of Contents (Rev. February 2011) 3 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
TABLE OF CONTENTS
DESCRIPTION PAGE NUMBER
1. REQUIRED DOCUMENTS SCHEDULE .................................................................................. 4
2. RECENT CHANGES ................................................................................................................... 5
3. SPECIAL NOTICE SLBE AND ELBE PROGRAM .................................................................. 6
4. INVITATION TO BID(S) ............................................................................................................ 7
5. INSTRUCTION TO BIDDER(S) ............................................................................................... 10
6. FUNDING AGENCY PROVISIONS
State Requirements for Contracts Subject To State Prevailing Wage Requirements .............. 19
7. CONTRACT FORMS
Agreement/Contract ................................................................................................................ 20
Performance Bond and Labor and Materialmen‟s Bond ......................................................... 22
Contractor Certification
Drug-Free Workplace .............................................................................................................. 24
American with Disabilities Act (ADA) Compliance ............................................................... 25
Contractor Standards - Pledge of Compliance ........................................................................ 26
Affidavit of Disposal ............................................................................................................... 27
8. EQUAL OPPORTUNITY CONTRACTING PROGRAM REQUIREMENTS
CONSTRUCTION CONTRACTOR REQUIREMENTS .......................................................... 28
9. SUPPLEMENTARY SPECIAL PROVISIONS ....................................................................... 29
10. APPENDICES:
APPENDIX A Fire Hydrant Meter Program
APPENDIX B Sample City Invoice
APPENDIX C Location Map
APPENDIX D Sample Payroll Form
REQUIRED DOCUMENTS SCHEDULE
Required Documents Schedule (Rev. February 2011) 4 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
This list is not exhaustive and is provided for the convenience of the Bidders and Contractors.
The users are required to review the entire Contract Document and become familiar with the
required documentation and the submittal schedule associated with each document.
THE FOLLOWING DOCUMENTS MUST BE COMPLETED AND SIGNED, AS
REQUIRED, AND SUBMITTED WITH THE BID
Bidding Documents (Volume 2)
THE FOLLOWING DOCUMENTS MUST BE COMPLETED, SIGNED, AND SUBMITTED
WITHIN 1 DAY OF BID OPENING BY THE 5 APPARENT LOW BIDDERS
SLBE-ELBE Good Faith Documentations
THE FOLLOWING DOCUMENTS MUST BE COMPLETED AND SUBMITTED WITHIN
10 WORKING DAYS OF BID OPENING, BY THE APPARENT LOW BIDDER
Names of the principle individual owners of the Apparent Low Bidder - In the event the firm is
employee owned or publicly held, then the fact should be stated and the names of the firm‟s
principals and officers shall be provided.
THE FOLLOWING DOCUMENTS MUST BE COMPLETED, SIGNED, AND SUBMITTED
PRIOR TO CONTRACT AWARD
BB05 - Work Force Report
If the Contractor is a Joint Venture, the following information must be submitted:
o Joint Venture Agreement
o Joint Venture License
THE FOLLOWING DOCUMENTS MUST BE COMPLETED AND SIGNED AFTER
APPROVAL OF AWARD OF CONTRACT AND PRIOR TO NTP
Contract Forms
Contractor Certification - Drug-Free Workplace
Contractor Certification - American with Disabilities Act
Contractors Standards - Pledge of Compliance
THE FOLLOWING DOCUMENTS MUST BE COMPLETED, SIGNED, AND SUBMITTED
BY THE 5th
OF EACH MONTH DURING CONSTRUCTION
CC20 - Monthly Employment Report
CC25 - Monthly Invoicing Report
THE FOLLOWING DOCUMENTS MUST BE COMPLETED, SIGNED, AND SUBMITTED
PRIOR TO ACCEPTANCE OF THE PROJECT OR TASK ORDER BY THE CITY
CC10 - Contract Change Order (CCO)
CC15 - Final Summary Report
Affidavit of Disposal
Recent Changes (Rev. February 2011) 5 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
(((((( RECENT CHANGES ))))))
The Bidder’s attention is directed to some of the recent changes in the City’s standard Contract
Documents. The list is not exhaustive and is provided for the convenience of the Bidders. It
highlights what could possibly be of importance to most users. The Bidders are still required to
review and become familiar with entire Contract Documents for the purpose of bidding.
HEADING/TOPIC SECTION REMARKS
1 Equal Benefits Instruction to Bidders New ordinance
2 Pledge of Compliance Instruction to Bidders New ordinance
3 EOCP Forms EOCP Simplified/updated forms
4 Subcontractor Requirements SSP, subsection 2-3.4 Additional license requirements
5 Trade Names or Equals SSP, subsection 4-1.6. Detailed specifications for
substitution requests
6 Extended Warranty SSP, subsection 6-8.3 New contact/bond requirements
for the extended warranty periods
7 Commercial General Liability
Insurances SSP, subsection 7-3.2.1 new coverage requirements for
CGL
8 Open Trench Installations SSP, subsection 306-
1.6 Basis of payment revised
9 Pre-award Submittals SSP, subsection 500-
1.1.2.1 Experiences requirements
10 Work Involving The City Forces SSP, subsection,
SECTION 700
Revised roles and responsibilities
of various field works by the City
Forces and the Contractors
11 Water Discharges SSP, subsection 805-
2.7. revised base of payment for
contaminated water work
SLBE-ELBE Special Notice (Rev. February 2011) 6 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
SPECIAL NOTICE
SMALL LOCAL BUSINESS ENTERPRISES (SLBE)
AND
EMERGING LOCAL BUSINESS ENTERPRISES (ELBE)
PROGRAM
This contract is subject to the requirements of the SLBE Program as specified in the SLBE-ELBE
section of the City‟s EOCP Requirements included in the Contract Documents i.e., The
WHITEBOOK. The Bidder(s) is (are) required to review The WHITEBOOK and become
familiar with the detailed specifications including the required documentation and the
submittal schedule as related to SLBE-ELBE program.
The Bidder(s) is (are) encouraged to take positive steps to diversify and expand their subcontractor
solicitation base and to offer contracting opportunities to all certified Subcontractors including
SLBEs, ELBEs, DBEs, MBEs, WBEs, DVBEs and OBEs.
Mandatory Subcontractor Participation. The City has incorporated a mandatory subcontractor
participation to enhance competition and maximize subcontracting opportunities. For the purpose of
achieving the mandatory subcontractor participation, a recommended breakdown of the SLBE and
ELBE goals based upon certified SLBE and ELBE firms has also been provided to achieve the
mandatory subcontractor participation goals:
7.0% SLBE
7.4% ELBE ==============
14.4% Mandatory
For the purpose of achieving the subcontractor participation level (percentage), Additive, Deductive,
and Allowance Bid Items will not be included in the calculation.
Pre-Bid Conference: A Pre-Bid Conference is scheduled for this contract as specified in the
Invitation to Bids. The purpose of this meeting is to inform prospective Bidder(s) of the submittal
requirements and provisions relative to the SLBE Program. Bidder(s) is (are) strongly encouraged to
attend the Pre-Bid Conference to better understand the Good Faith Effort requirements of this
contract.
Mandatory Conditions: Bid will be declared non-responsive if the Bidder fails the following
mandatory conditions.
1. Bidder‟s broad-based solicitation of sub-bids;
2. Bidder‟s inclusion of subcontractors at the level identified in this document or submission of
good faith effort documentation as required; and
3. Bidder‟s submission of Good Faith Effort documentation demonstrating the Bidder made a
good faith effort to outreach to and include SLBE-ELBE Subcontractors required in this
document within 1 Working Day of the Bid opening if goal is not met.
Questions: Questions concerning this program shall be directed to Henry Foster III at (619) 236-
7161.
Resources: The current list of certified SLBE-ELBE firms and Good Faith Effort guidelines can be
found on the Equal Opportunity Contracting Program Department website. The Bidder(s) (is) are
encouraged to review the instructions for Bidder(s) completing the good faith effort submittal
available on the City‟s website for EOCP.
Invitation to Bids (Rev. February 2011) 7 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CITY OF SAN DIEGO, CALIFORNIA
INVITATION TO BIDS
1. RECEIPT AND OPENING OF BIDS: Bid(s) will be received at the Purchasing & Contracting Department (P&C) at 1200 THIRD AVENUE, SUITE 200, SAN DIEGO, CA 92101 UNTIL 2:00 PM ON THURSDAY, SEPTEMBER 15, 2011 for performing work on the following project (Project):
Island Avenue Popouts Phase Two Public Improvements Project (Island Between 6th And 7
th
Avenues, 10th Avenue and 13
th Avenue.)
2. DESCRIPTION OF WORK: The Work involves furnishing all labor, materials, equipment, services, and other incidental works and appurtenances for the construction of the Project as described below:
Installation of sidewalk popouts, curb and gutter, storm drain work, widened sidewalks, street paving, trees, irrigation, signing and striping on Island Avenue, between 6th and 7th Avenues, 10th Avenue and 13th Street.
The Work shall be performed in accordance with:
Bid No. K-11-5409-DBB-C and Plans numbered 35134-01-D through 35134-22-D, inclusive.
3. LOCATION OF WORK: The location of Work is Citywide unless specified otherwise as follows:
DOWNTOWN SAN DIEGO, CALIFORNIA ON ISLAND AVENUE BETWEEN 6TH
AND 7TH
AVENUES; ON THE NORTHWEST CORNER OF ISLAND AND 10
TH AVENUES; AND ON
THE SOUTHWEST CORNER OF ISLAND AVENUE AND 13TH
AVENUES
4. CONTRACT TIME: The Work shall be completed within 120 Working Days from the date of issuance of the Notice to Proceed (i.e., Design Notice to Proceed for Design-Build contracts).
5. CONTRACTOR'S LICENSE CLASSIFICATION: In accordance with the provisions of
California Law, the City has determined that the Contractor shall possess valid license(s) at the
time that the Bid is submitted in the following classification(s).
In accordance with the provisions of California Law, the Contractor shall possess valid
appropriate license(s) at the time that the Bid is submitted. Failure to possess the specified
license(s) shall render the Bid as non-responsive and shall act as a bar to award of the Contract to
any Bidder not possessing required license(s) at the time of Bid.
The City has determined the following licensing classification(s) for this contract:
CLASS A
6. PRE-BID CONFERENCE: There will be a Pre-Bid Conference to discuss the scope of the project, bidding requirements, and Equal Opportunity Contracting Program requirements and reporting procedures in the Centre City Development Corporation Board Room at 401 B Street, Suite 400, San Diego, CA 92101 at 10:00 AM on THURSDAY, AUGUST 18, 2011.
When specified on the cover of the Specifications, prospective Bidders are required to attend the Pre-Bid Conference.
Invitation to Bids (Rev. February 2011) 8 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
To request a copy of the agenda on an alternative format, or to request a sign language or oral interpreter for this meeting, call Paul Anderson, Contracts Manager of Centre City Development Corporation at (619) 533-7100 at least 5 Working Days prior to the Pre-Bid Conference to ensure availability.
Bid will be declared non-responsive if the Bidder fails to attend the Pre-Bid Conference when specified to be mandatory. Attendance at the Pre-Bid Conference will be evidenced by the representative's signature on the attendance roster. It shall be the responsibility of the Bidder‟s representative to complete and sign the attendance roster. No Bidder will be admitted after the official start time of the mandatory Pre-Bid Conference.
7. CCDC PROJECT MANAGER CONTACT INFORMATION:
John Anderson PE, Senior Project Manager, (619) 533-7140
8. REFERENCE STANDARDS: Except as otherwise noted or specified, the Work shall be completed in accordance with the following standards which are on file in the office of the Engineering & Capital Projects Department:
1. STANDARD SPECIFICATIONS
Document No. Filed Description
PITS05040901 05-04-09 Standard Specifications for Public Works Construction (GREENBOOK), 2009 Edition
PITS090110-1 09-01-10 City of San Diego Supplement, 2010 Update (See The WHITEBOOK)
PITS090110-1 09-01-10 City of San Diego EOCP General and Subcontracting Requirements, 2010 Update, (See The WHITEBOOK)
769023 09-11-84 Standard Federal Equal Employment Opportunity Construction Contract Specifications and the Equal Opportunity Clause
AEC1231064 12-31-06 California Department of Transportation, Manual of Uniform Traffic Control Devices (MUTCD 2006)*
AEC0925062 09-25-06 Caltrans 2006 (US Customary) Specifications
NOTES: The City of San Diego Supplement, 2010 Update now consolidates various City Public Works Construction Standard Specifications which in the past were included in the Supplementary Special Provisions. The Bidders‟ attention is directed to this edition of the City Supplement for a close review to ensure no important information is missed for the preparation of the Bids.
2. STANDARD DRAWINGS
As listed on the detailed plans and specifications.
Document No. Filed Description
AEC1230163 12-31-06 City of San Diego Standard Drawings including Regional Standard Drawings
N/A Varies City Standard Drawings - Approved Updates For Use*
AEC0925061 09-25-06 Caltrans 2006 U.S. Customary Unit Standard Plans
Invitation to Bids (Rev. February 2011) 9 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
NOTES:
* California Department of Transportation, MUTCD 2006 is available from http://www.dot.ca.gov.
** The Reference Standards and additional drawings approved for use when specified are available on the City‟s website under Engineering Documents and References at: http://www.sandiego.gov/engineering-cip.
9. WAGE RATES: State of California prevailing wages are applicable to this project.
See Funding Agency Provisions that follow this Invitation to Bid for more information.
Hildred Pepper, Jr.
Director
Purchasing & Contracting Department
Instructions to Bidders (Rev. February 2011) 10 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
INSTRUCTIONS TO BIDDERS
1. PREQUALIFICATION OF CONTRACTORS: The contractor(s) who intend to submit Bid or
Proposal in response to this invitation to bid, or RFP‟s for GRC or As-Needed Design-Build Task
Orders valued over $50,000, must be pre-qualified for the City estimated Contract Price or the
specified Task Order limits prior to the date of Bid submittal.
Bids from contractors who have not been pre-qualified as applicable, and Bids that exceed the
maximum dollar amount at which contractors are pre-qualified, will be deemed non-responsive
and ineligible for award or a Task Order authorization. Complete information and
prequalification questionnaires are available at:
http://www.sandiego.gov/engineering-cip/services/consultcontract/prequal.shtml
The completed questionnaire, financial statement, and bond letter or a copy of the contractor‟s
SLBE-ELBE certification and bond letter, must be submitted no later than 2 weeks prior to the
bid opening to the Engineering & Capital Projects Department Prequalification Program, 1010
Second Avenue, Suite 1200, San Diego, CA 92101. For additional information or the answer to
questions about the prequalification program, please contact David Stucky at 619-533-3474 or
2. CONTRACTOR/VENDOR REGISTRATION: Prospective bidder(s) as well as existing
contractors and vendors are required to complete and submit the Contractor/Vendor Registration
form. Registration will be a prerequisite for the following:
a) Submission of future contract or subcontract bids for City projects;
b) Acceptance of all future contractor and vendor bills and invoices to the City and;
c) Award of all future contracts issued by the City.
Contractor/Vendor Registration shall remain valid for 2 years from the date the registration form
is submitted, and must be renewed at that time.
It shall be the Contractor‟s responsibility to obtain from all its proposed Subcontractors and
Suppliers the Contractor/Vendor Registration form at time of notice of intent to award. Failure to
do so may result in delay of NTP and/or impact on first payment. Electronic copy of the
Contractor/Vendor Registration form is available for download from the following site:
http://www.sandiego.gov/purchasing/vendor/index.shtml.
3. CITY'S RESPONSES AND ADDENDA: The City at its option, may respond to any or all
questions submitted in writing, via letter, or FAX in the form of an addendum. No oral comment
shall be of any force or effect with respect to this solicitation. The changes to the Contract
Documents through addendum are made effective as though originally issued with the Bid. The
Bidders shall acknowledge the receipt of Addenda on the form provided for this purpose in the
Bid.
4. CITY'S RIGHTS RESERVED: The City reserves the right to cancel the Invitation to Bids at
any time, and further reserves the right to reject submitted Bids, without giving any reason for
such action, at its sole discretion and without liability. Costs incurred by the Bidder(s) as a result
of preparing Bids under the Invitation to Bid shall be the sole responsibility of each bidder. The
Invitation to Bid creates or imposes no obligation upon the City to enter a contract.
Instructions to Bidders (Rev. February 2011) 11 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
5. CONTRACT PRICING FORMAT: This solicitation is for a Lump Sum contract with Unit
Price provisions as set forth in the Bid Proposal Form(s), Volume 2 unless specified otherwise
(e.g., GRC contracts) in the Contract Documents.
6. SUBMITTAL OF “OR EQUAL” ITEMS PRIOR TO AWARD: In accordance with
California Public Contract Code §3400(a), unless specified elsewhere in the Contract Documents,
the Apparent Low Bidder shall submit its list of proposed substitutions for “an equal” (“or
equal”) item within 35 days after award of the Contract
7. AWARD OF CONTRACT: The Bidder shall guarantee the Contract Price (or GRC Adjustment
Factors) for a period of 120 days (90 days for Contracts valued at $500,000 or less) from the date
of Bid opening to Award of the Contract by the Mayor or City Council action. The duration of the
Contract Price (or Total Combined Adjustment Factor in case of GRC contracts) guarantee shall
be extended by the number of days required for the City to obtain all items necessary to fulfill all
conditions precedent, including bond and insurance.
8. AWARD PROCESS: The Award of this contract is contingent upon the Contractor‟s
compliance with all conditions precedent to Award, including the submittal of acceptable
insurance and surety bonds pursuant to San Diego Municipal Code Section 22.3007. If the
responsible Bid does not exceed the City's engineering estimate, the City will, in most cases,
prepare contract documents for execution within 3 weeks of the date of the Bid opening and
award the Contract within 5 Working Days of receipt of properly executed Contract, bond, and
insurance documents.
This contract is deemed to be awarded, and effective, only upon the signing of the Contract by the
Mayor or designee of the City.
9. SUBCONTRACT LIMITATIONS: The Bidder‟s attention is directed to Standard
Specifications for Public Works Construction, Section 2-3, “SUBCONTRACTS” which requires
the Contractor to perform not less than the amount therein stipulated with its own forces. Failure
to comply with these requirements may render the Bid non-responsive and ineligible for award.
10. AVAILABILITY OF PLANS AND SPECIFICATIONS: Contract Documents may be
obtained by visiting the City‟s website: http://www.sandiego.gov/engineering-
cip/services/consultcontract/advertising.shtml. Plans and Specifications for this contract are
also available for review in the office of the City Clerk or Purchasing and Contracting (P&C)
Department at the address listed below.
Questions about the meaning or intent of the Contract Documents as related to the scope of Work
and of technical nature shall be directed to the Project Manager prior to Bid opening.
Interpretations or clarifications considered necessary by the Project Manager in response to such
questions will be issued by Addenda, which will be uploaded to eBidboard (or mailed or
delivered to all parties recorded by the City as having received the Contract Documents for Minor
Construction contracts). Questions received less than 14 days prior to the date for opening of
Bids may not be answered. Only questions answered by formal written addenda will be binding.
Oral and other interpretations or clarifications will be without legal effect. It is the Bidder's
responsibility to become informed of any addenda that have been issued and to include all such
information in its Bid.
The Director (or designee), Purchasing & Contracting Department is the officer responsible for
opening, examining, and declaring of competitive Bids submitted to the City for the acquisition,
construction and completion of any public improvement except when otherwise set forth in these
Instructions to Bidders (Rev. February 2011) 12 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
documents. Questions in these areas of responsibility (e.g., i.e. Pre-qualification, SCOPe
information, bidding activities, bonds and insurance, etc. as related to this contract shall be
addressed to the Contract Administration, Purchasing & Contracting Department, 1200 Third
Avenue, Suite 200, San Diego, California, 92101, Telephone No. (619) 236-6000.
11. ELIGIBLE BIDDERS: No person, firm, or corporation shall be allowed to make, file, or be
interested in more than 1 Bid for the same work unless alternate Bids are called for. A person,
firm or corporation who has submitted a sub-proposal to a Bidder, or who has quoted prices on
materials to a Bidder, is not hereby disqualified from submitting a sub-proposal or quoting prices
to other Bidders or from submitting a Bid in its own behalf.
12. SAN DIEGO BUSINESS TAX CERTIFICATE: All Contractors, including Subcontractors,
not already having a City of San Diego Business Tax Certificate for the work contemplated shall
secure the appropriate certificate from the City Treasurer, Civic Center Plaza, first floor, before
the Contract can be executed.
13. PROPOSAL FORMS: Bid shall be made only upon the Bidding Documents i.e., Proposal form
attached to and forming a part of the specifications. The signature of each person signing shall be
in longhand. The entire specifications for the bid package do not need to be submitted with the
bid. Bidder shall complete and submit, only, all pages in the "Bidding Document" Section (see
Volume 2) as their Bid per the schedule given under “Required Documents,” (see Volume 1).
Bidder is requested to retain for their reference other portions of the Contract Documents that are
not required to be submitted with the Bid.
Prices and notations shall be in ink or typewritten. All corrections (which have been initiated by
the Contractor using erasures, strike out, line out, or "white-out") shall be typed or written in with
ink adjacent thereto, and shall be initialed in ink by the person signing the bid proposal. Failure
to initial all corrections made in the bidding documents shall cause the Bid to be rejected as non-
responsive and ineligible for further consideration.
Blank spaces must be filled in, using figures. Bidder‟s failure to submit a price for any Bid item
that requires the Bidder to submit a price shall render the Bid non-responsive and shall be cause
for its rejection.
Bids shall not contain any recapitulation of the Work. Conditional Bids will be rejected.
Alternative proposals will not be considered unless called for.
The Bid shall contain an acknowledgment of receipt of all addenda, the numbers of which shall
be filled in on the Bid form. Failure to acknowledge addenda shall render the Bid non-responsive
and shall be cause for its rejection.
The City may require any Bidder to furnish a statement of experience, financial responsibility,
technical ability, equipment, and references.
Bids shall be enclosed in a sealed envelope and shall bear the title of the work and name of the
Bidder and the appropriate State Contractors License designation which the Bidder holds.
Bids may be withdrawn by the Bidder prior to, but not after, the time fixed for opening of Bids.
14. BIDDERS' GUARANTEE OF GOOD FAITH (BID SECURITY):
Instructions to Bidders (Rev. February 2011) 13 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
With the exception of the contracts valued $5,000 or less, GRC and Design-Build contracts, and
contracts subject to the Small and Local Business Program of $250,000 or less e.g., ELBE
contracts, each Bidder shall accompany its Bid with either a cashier's check upon some responsible
bank, or a check upon such bank properly certified or an approved corporate surety bond payable to
the City of San Diego, for an amount of not less than 10% of the aggregate sum of the Bid, which
check or bond, and the monies represented thereby shall be held by the City as a guarantee that the
Bidder, if awarded the contract, will in good faith enter into such contract and furnish the required
final bonds.
The Bidder agrees that in case of Bidder‟s refusal or failure to execute this contract and give
required final bonds, the money represented by a cashier's or certified check shall remain the
property of the City, and if the Bidder shall fail to execute this contract, the Surety agrees that it
will pay to the City damages which the City may suffer by reason of such failure, not exceeding
the sum of 10% of the amount of the Bid. A Bid received without the specified bid security will
result in return of the Bid without consideration.
15. AWARD OF CONTRACT OR REJECTION OF BIDS:
a) This contract may be awarded to the lowest responsible and reliable Bidder (for Design-Build
contracts refer to the RFP for the selection and award information). Bidders shall complete
the entire Bid schedule (e.g., schedule of prices). Failure to submit a completed schedule
shall be considered a non-responsive Bid and therefore the Bidder shall be considered non-
responsible.
b) The City reserves the right to reject any or all Bids, and to waive any informality or
technicality in Bids received and any requirements of these specifications as to bidding
procedure.
c) Bidders will not be released on account of their errors of judgment. Bidders may be released
only upon receipt by the City from the Bidder within 3 Working Days, excluding Saturdays,
Sundays, and state holidays, after the opening of Bids, of written notice which includes proof
of honest, credible, clerical error of material nature, free from fraud or fraudulent intent, and
of evidence that reasonable care was observed in the preparation of the Bid.
d) A non-selected Bidder may protest award of the Contract to the selected Bidder by submitting
a written “Notice of Intent to Protest” including supporting documentation which shall be
received by P&C Department no later than 10 days after the City‟s announcement of the
selected Bidder or no later than 10 days from the date that the City issues notice of
designation of a Bidder as non-responsible in accordance with San Diego Municipal Code
Chapter 2, §22.3029, “Protests of Contract Award.”
e) The City of San Diego will not discriminate with regard to race, religious creed, color,
national origin, ancestry, physical handicap, marital status, sex or age, in the award of
contracts.
f) Each Bid package properly executed as required by these specifications shall constitute a firm
offer, which may be accepted by the City within the time specified in the Invitation to Bids.
g) The City reserves the right to evaluate all Bids and determine the lowest Bidder (or winner
for Design-Build contracts) on the basis of any proposed alternates, additive items or options,
at its discretion.
16. BID RESULTS: The Bid opening by the City shall constitute the public announcement of the
Apparent Low Bidder (or Apparent Winner in case of Design-Build contracts). In the event that
the Apparent Low Bidder (or Apparent Winner in case of Design-Build contracts) is subsequently
deemed non-responsive or non-responsible, a public announcement will be posted in the City‟s
web page, with the name of the newly designated Apparent Low Bidder (or Apparent Winner in
case of Design-Build contracts).
Instructions to Bidders (Rev. February 2011) 14 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
To obtain Bid results, either attend Bid opening, review the results on the City‟s web site, or
provide a self-addressed, stamped envelope, referencing Bid number, and Bid tabulation will be
mailed to you upon verification of extensions. Due to time constraints, Bid results cannot be
given out over the telephone.
17. THE CONTRACT: The Bidder to whom award is made shall execute a written contract with
the Redevelopment Agency of the City of San Diego and furnish good and approved bonds and
insurance certificates specified by the City within 10 Working Days after receipt by Bidder of a
form of contract for execution unless an extension of time is granted to the Bidder in writing. If
the Bidder takes longer than 10 Working Days to fulfill these requirements, then the additional
time taken shall be added to the Bid guarantee. The Contract shall be made in the form adopted
by the City, which includes the provision that no claim or suit whatsoever shall be made or
brought by Contractor against any officer, agent, or employee of the City for or on account of
anything done or omitted to be done in connection with this contract, nor shall any such officer,
agent, or employee be liable hereunder. If the Bidder to whom the award is made fails to enter
into the contract as herein provided, the award may be annulled and the Bidder's Guarantee of
Good Faith will be subject to forfeiture. An award may be made to the next lowest responsible
and reliable Bidder who shall fulfill every stipulation embraced herein as if it were the party to
whom the first award was made.
For contracts that are not Design-Build, pursuant to the San Diego City Charter section 94, the
City may only award a public works contract to the lowest responsible and reliable Bidder. The
City will require the Apparent Low Bidder to (i) submit information to determine the Bidder‟s
responsibility and reliability, (ii) execute the Contract in form provided by the City, and (iii)
furnish good and approved bonds and insurance certificates specified by the City within 10 days,
unless otherwise approved by the City, in writing after the Bidder receives notification from the
City, designating the Bidder as the Apparent Low Bidder and formally requesting the above
mentioned items.
The award of the Contract is contingent upon the satisfactory completion of the abovementioned
items and becomes effective upon the signing of the Contract by the Mayor or designee. If the
Apparent Low Bidder does not execute the Contract or submit required documents and
information, the City may award the Contract to the next lowest responsible and reliable Bidder
who shall fulfill every condition precedent to award. A corporation designated as the Apparent
Low Bidder shall furnish evidence of its corporate existence and evidence that the officer signing
the Contract and bond for the corporation is duly authorized to do so.
18. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK: The Bidder
shall examine carefully the Project Site, the Plans and Specifications, the GRC Unit Price Books
if applicable, other materials as described in the Special Provisions, Section 2-7, and the proposal
forms (e.g., Bidding Documents) therefore. The submission of a Bid or GRC Task Order
Proposal shall be conclusive evidence that the Bidder has investigated and is satisfied as to the
conditions to be encountered, as to the character, quality, and scope of Work, the quantities of
materials to be furnished, and as to the requirements of the Bidding Documents Proposal, Plans,
and Specifications.
19. DRUG-FREE WORKPLACE:
a) General:
Instructions to Bidders (Rev. February 2011) 15 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
City projects are subject to City of San Diego Resolution No. R-277952 adopted on May 20,
1991. Bidders shall become aware of the provisions of Council Policy 100-17 which was
established by Resolution No. R-277952. The policy applies equally to the Contractor and
Subcontractors. The elements of the policy are outlined below.
b) Definitions:
"Drug-free workplace" means a site for the performance of work done in connection with a
contract let by City of San Diego for the construction, maintenance, or repair of any facility
or public work by an entity at which employees of the entity are prohibited from engaging in
the unlawful manufacture, distribution, dispensation, possession, or use of a controlled
substance in accordance with the requirements of this section.
"Employee" means the employee of a contractor directly engaged in the performance of work
pursuant to a contract as described in Section 3, "City Contractor Requirements."
"Controlled substance" means a controlled substance in schedules I through V of Section 202
of the Controlled Substances Act (21 U.S.C. Sec. 812).
"Contractor" means the department, division, or other unit of a person or organization
responsible to the contractor for the performance of a portion of the work under the contract.
c) City Contractor Requirements:
Every person or organization awarded a contract or grant by the City of San Diego for the
provision of services shall certify to the City that it will provide a drug-free workplace by
doing all following:
a. Publishing a statement notifying employees that the unlawful manufacture,
distribution, dispensation, possession, or use of a controlled substance is
prohibited in the person's organization's workplace and specifying the actions
that will be taken against employees for violations of the prohibition.
b. Establishing a drug-free awareness program to inform employees about all of the
following:
i. The dangers of drug abuse in the workplace.
ii. The person's or organization's policy of maintaining a drug-free
workplace.
iii. Any available drug counseling, rehabilitation, and employee
assistance programs.
iv. The penalties that may be imposed upon employees for drug abuse
violations.
c. Posting the statement required by subdivision (1) in a prominent place at
contractor's main office. For projects large enough to necessitate a construction
trailer at the job site, the required signage would also be posted at the Site.
The Contractor shall include in each subcontract agreement language which indicates the
Subcontractor's agreement to abide by the provisions of subdivisions a) through c) above.
Instructions to Bidders (Rev. February 2011) 16 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
The Contractors and Subcontractors shall be individually responsible for their own drug-free
workplace programs.
Note: The requirements of a drug-free awareness program can be satisfied by periodic
tailgate sessions covering the various aspects of drug-abuse education. Although an in-house
employee assistance program is not required, contractors should be able to provide a listing of
drug rehabilitation and counseling programs available in the community at large.
Questions about the City's Drug-free Workplace Policy shall be referred to the Director,
Purchasing & Contracting Department.
20. AMERICANS WITH DISABILITIES ACT:
a) General: City projects are subject to City of San Diego Resolution No. R-282153 adopted on
June 14, 1993. The Bidders shall become aware of the provisions of Council Policy 100-04
which was established by Resolution No. R-282153. The policy applies equally to the
Contractor and all Subcontractors. The elements of the policy are outlined below.
b) Definitions:
"Qualified individual with a disability" means an individual with a disability who satisfies the
requisite skill, experience, education and other job-related requirements of the employment
position such individual holds or desires, and who, with or without reasonable
accommodation, can perform the essential functions of such position.
"Employee" means the employee of the Contractor directly engaged in the performance of
Work.
c) The City Requirements: Every person or organization entering into a contractual agreement
with or receiving a grant from the City of San Diego shall certify to the City of San Diego
that it will comply with the ADA by adhering to all of the provisions of the ADA listed
below.
i. The Contractor shall not discriminate against qualified persons with disabilities in
any aspects of employment, including recruitment, hiring, promotions, conditions
and privileges of employment, training, compensation, benefits, discipline, layoffs,
and termination of employment.
ii. No qualified individual with a disability may be excluded on the basis of disability,
from participation in, or be denied the benefits of services, programs, or activities
by the Contractor or Subcontractors providing services for the City.
iii. The Contractor shall post a statement addressing the requirements of the ADA in a
prominent place at the worksite. The Contractor shall include in each subcontract
agreement, language which indicates the Subcontractor's agreement to abide by the
provisions of subdivisions (a) through (c) inclusive of Section 3. The Contractor
and Subcontractors shall be individually responsible for their own ADA
employment programs. Questions about the City's ADA Policy should be referred
to the Contract Administrator.
21. CONTRACTOR STANDARDS – PLEDGE OF COMPLIANCE: The City contracts,
including public works construction projects, are subject to City of San Diego Municipal Code
Instructions to Bidders (Rev. February 2011) 17 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
§22.3224 as amended 11/24/08 by ordinance O-19808. Bidders shall become aware that the
requirements apply to Contractors and Subcontractors for contracts greater than $50,000 in value.
Upon award, amendment, renewal, or extension of such contracts, the Contractors shall complete
a Pledge of Compliance attesting under penalty of perjury that they complied with the
requirements of this section.
The Contractors shall ensure that their Subcontractors whose subcontracts are greater than
$50,000 in value complete a Pledge of Compliance attesting under penalty of perjury that they
complied with the requirements of this section. Subcontractors may access the Pledge of
Compliance at:
http://www.sandiego.gov/purchasing/pdf/contractor_standards_questionnaire.pdf.
The Contractors shall include in each subcontract agreement, language which requires
Subcontractors to abide by the provisions of City of San Diego Municipal Code §22.3224. A
sample provision is as follows:
“Compliance with San Diego Municipal Code §22.3224: Subcontractor
acknowledges that it is familiar with the requirements of San Diego Municipal Code
§22.3224 (“Contractor Standards”), and agrees to comply with requirements of that
section. The Subcontractor further agrees to complete the Pledge of Compliance,
incorporated herein by reference.”
22. NOTICE OF LABOR COMPLIANCE PROGRAM APPROVAL: The City of San Diego
received initial approval as a Labor Compliance Program on August 11, 2003. The Labor
Compliance Program Manual is available at
http://www.sandiego.gov/eoc/laborcompliance/#manual. The limited exemption from prevailing
wages pursuant to Labor Code §1771.5(a) does not apply to contracts under jurisdiction of the
Labor Compliance Program. Inquiries, questions, or assistance about the Labor Compliance
Program should be directed to: Equal Opportunity Contracting Program, 1200 Third Ave., Suite
200 MS56P, San Diego, CA 92101, Tel. 619-236-6000.
23. PAYROLL RECORDS: The Contractor's attention is directed to the City of San Diego Labor
Compliance Program, Section IV, pages 4-7, and the State of California Labor Code §§ 1771.5(b)
and 1776 (Stats. 1978, Ch. 1249). These require, in part, that project contractors and
subcontractors maintain and furnish to the City, at a designated time, a certified copy of each
weekly payroll containing a statement of compliance signed under penalty of perjury. The
Contractor shall be responsible for the compliance with these provisions by his Subcontractors.
The City shall withhold contract payments when payroll records are delinquent or inadequate, or
when it is established after investigation that underpayment has occurred.
24. APPRENTICES ON PUBLIC WORKS: The Contractor shall abide by the requirements of
§§1777.5, 1777.6, and 1777.7 of the State of California Labor Code concerning the employment
of apprentices by contractors and subcontractors performing public works contracts.
25. EQUAL BENEFITS: This contract is subject to the City‟s Equal Benefits Ordinance [EBO],
Chapter 2, Article 2, Division 43 of the San Diego Municipal Code [SDMC].
In accordance with the EBO, Bidders shall certify they will provide and maintain equal benefits
as defined in SDMC §22.4302 for the duration of the Contract [SDMC §22.4304(f)]. Failure to
Instructions to Bidders (Rev. February 2011) 18 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
maintain equal benefits is a material breach of the Contract [SDMC §22.4304(e)]. The Contractor
shall notify employees of their equal benefits policy at the time of hire and during open
enrollment periods and shall post a copy of the following statement in an area frequented by
employees:
“During the performance of a contract with the City of San Diego, this employer will
provide equal benefits to its employees with spouses and its employees with domestic
partners.”
The Contractor shall give the City access to documents and records sufficient for the City to
verify the contractors are providing equal benefits and otherwise complying with EBO
requirements.
Full text of the EBO and the Rules Implementing the Equal Benefits Ordinance are posted on the
City‟s website at www.sandiego.gov/purchasing/ or can be requested from the Equal Benefits
Program at (619) 533-3948.
26. LIMITED COMPETITION: Contracts designated with a Bid number beginning with “L” may
only be bid by the Contractors on the approved SLBE-ELBE Construction Contractors List. For
information regarding the SLBE-ELBE Construction Program and registration go to the City‟s
web site: http://www.sandiego.gov.
27. PRE-AWARD ACTIVITIES:
Pre-award Submittals - The Apparent Low Bidder (or winner in case of Design-Build contracts)
shall provide the information required within the time specified in “Required Documents,” of this
bid package. Failure to provide the information within the time specified may result in the Bid
being rejected as non-responsive. If the Bid is rejected as non-responsive, the Apparent Low
Bidder (or winner in case of Design-Build contracts) shall forfeit the Bid Security required under
Invitation to Bids, of this bid package. The decision that the Apparent Low Bidder (or winner in
case of Design-Build contracts) is non-responsive for failure to provide the information required
within the time specified shall be at the sole discretion of the City.
Funding Agency Provisions (Rev. February 2011) 19 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
FUNDING AGENCY PROVISIONS
STATE REQUIREMENTS FOR CONTRACTS SUBJECT TO STATE PREVAILING WAGE
REQUIREMENTS:
In accordance with the provisions of California Labor Code Sections 1770, et seq. as amended, the
Director of the Department of Industrial Relations has determined the general prevailing rate of per
diem wages in accordance with the standards set forth in such Sections for the locality in which the
Work is to be performed. Copies of the prevailing rate of per diem wages may be found at
http://www.dir.ca.gov/dlsr/statistics_research.html. The Contractor shall post a copy of the above
determination of the prevailing rate of per diem wages at each job site and shall make them available
to any interested party on request. .
Pursuant to Sections 1720 et seq., and 1770 et seq., of the California Labor Code the Contractor any
Subcontractor shall pay not less than said specified rates determined by the Director of the California
Department of Industrial Relations to all workmen employed by them in the execution of the Work.
The wage rates determined by the Director of Industrial Relations and published in the Department of
Transportation publication entitled, "General Prevailing Wage Rates", refer to expiration dates. If the
published wage rate does not refer to a predetermined wage rate to be paid after the expiration date,
said published rate of wage shall be in effect for the life of this contract. If the published wage rate
refers to a predetermined wage rate to become effective upon expiration of the published wage rate
and the predetermined wage rate is on file with the Department of Industrial Relations, such
predetermined wage rate shall become effective on the date following the expiration date and shall
apply to this contract in the same manner as if it had been published in said publication. If the
predetermined wage rate refers to one or more additional expiration dates with additional
predetermined wage rates, which expiration dates occur during the life of this contract, each
successive predetermined wage rate shall apply to this contract on the date following the expiration
date of the previous wage rate. If the last of such predetermined wage rates expires during the life of
this contract, such wage rate shall apply to the balance of the contract.
The successful bidder intending to use a craft or classification not shown on the prevailing rate
determinations may be required to pay the rate of the craft or classification most closely related to it.
Contract Forms (Rev. February 2011) 20 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CONTRACT FORMS
AGREEMENT
CONSTRUCTION CONTRACT This contract is made and entered into between THE REDEVELOPMENT AGENCY OF THE CITY OF SAN DIEGO, herein called “Agency", and __, herein called "Contractor" for construction of Island Avenue Popouts Phase Two Public Improvements Project (Island Between 6
th and 7
th Avenues, Tenth Ave. and 13
th Street);
Bid No. K-11-5409-DBB-C in the amount of ($ ).
IN CONSIDERATION of the payments to be made hereunder and the mutual undertakings of the
parties hereto, City and Contractor agree as follows:
1. The following are incorporated into this contract as though fully set forth herein:
(a) The attached Faithful Performance and Payment Bonds.
(b) The attached Proposal included in the Bid documents by the Contractor.
(c) That certain documents entitled Island Avenue Popouts Phase Two Public Improvements Project (Island Between 6
th and 7
th Avenues, Tenth Ave. and 13
th
Street), on file in the office of the City Clerk as document having Bid No. K-11-5409-DBB-C, I.O. No. 23426871, as well as all matters referenced therein.
2. Contractor shall perform and be bound by all the terms and conditions of this contract and in
strict conformity therewith shall perform and complete in a good and workmanlike manner
Island Avenue Pop-outs Phase Two Public Improvements Project (Island Between 6th and 7
th
Avenues, Tenth Ave. and 13th Street), Bid Number K-11-5409-DBB-C, San Diego,
California.
3. For such performances, the Redevelopment Agency of the City of San Diego shall pay to
Contractor the amounts set forth at the times and in the manner and with such additions or
deductions as are provided for in this contract, and Contractor shall accept such payment in
full satisfaction of all claims incident to such performances.
4. No claim or suit whatsoever shall be made or brought by Contractor against any officer,
agent, or employee of the City, Agency and CCDC for or on account of anything done or
omitted to be done in connection with this contract, nor shall any such officer, agent, or
employee be liable hereunder.
5. This contract is effective as of the date that the Mayor or designee signs the agreement.
Contract Forms (Rev. February 2011) 21 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CONTRACT FORMS (continued)
AGREEMENT
IN WITNESS WHEREOF, this agreement is signed by the Redevelopment Agency of the City of
San Diego, acting by and through its Mayor or designee, pursuant to Resolution No. R - 04576 or
Municipal Code ___________authorizing such execution.
THE REDEVELOPMENT AGENCY OF APPROVED AS TO FORM AND LEGALITY
THE CITY OF SAN DIEGO Jan I. Goldsmith, City Attorney
By By
Print Name: Print Name:
Mayor or designee Deputy City Attorney
Date: Date:
CONTRACTOR
By
Print Name:
Title:
Date:
City of San Diego License No.:
State Contractor‟s License No.:
Contract Forms (Rev. February 2011) 22 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CONTRACT FORMS (continued)
PERFORMANCE BOND AND LABOR AND MATERIALMEN’S BOND
FAITHFUL PERFORMANCE BOND AND LABOR AND MATERIALMEN'S BOND:
, a corporation, as principal,
and , a corporation authorized to
do business in the State of California, as Surety, hereby obligate themselves, their successors and
assigns, jointly and severally, to The City of San Diego a municipal corporation and the
Redevelopment Agency in the sum of for the
faithful performance of the annexed contract, and in the sum of
for the benefit of laborers and materialmen designated below.
Conditions:
If the Principal shall faithfully perform the annexed contract Island Avenue Pop-outs Phase
Two Public Improvements Project (Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street),
Bid Number: K-11-5409-DBB-C, San Diego, California then the obligation herein with respect to a
faithful performance shall be void; otherwise it shall remain in full force.
If the Principal shall promptly pay all persons, firms and corporations furnishing materials for
or performing labor in the execution of this contract, and shall pay all amounts due under the
California Unemployment Insurance Act then the obligation herein with respect to laborers and
materialmen shall be void; otherwise it shall remain in full force.
The obligation herein with respect to laborers and materialmen shall inure to the benefit of all
persons, firms and corporations entitled to file claims under the provisions of Chapter 3 of Division 5
of Title I of the Government Code of the State of California or under the provisions of Section 3082
et seq. of the Civil Code of the State of California.
Changes in the terms of the annexed contract or specifications accompanying same or
referred to therein shall not affect the Surety's obligation on this bond, and the Surety hereby waives
notice of same.
Contract Forms (Rev. February 2011) 23 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CONTRACT FORMS (continued)
PERFORMANCE BOND AND LABOR AND MATERIALMEN’S BOND
The Surety shall pay reasonable attorney's fees should suit be brought to enforce the provisions of this
bond.
Dated , 2
Approved as to Form and Legality
Principal
By
Printed Name of Person Signing for Principal
Jan I. Goldsmith, City Attorney
By
Deputy City Attorney Surety
By
Attorney-in-fact
Approved:
Local Address of Surety
Mayor or Designee, Local Address (City, State) of Surety
Local Telephone No. of Surety
Premium $
Bond No.
Drug Free Workplace Certification (Rev. February 2011) 24 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CONTRACTOR CERTIFICATION
DRUG-FREE WORKPLACE
PROJECT TITLE: Island Avenue Popouts Phase Two Public Improvements Project (Island
Between 6th and 7
th Avenues, Tenth Ave. And 13
th Street)
I hereby certify that I am familiar with the requirements of San Diego City Council Policy No. 100-17
regarding Drug-Free Workplace as outlined in INSTRUCTION TO BIDDERS, "Drug-Free
Workplace", of the project specifications, and that;
(Name under which business is conducted)
has in place a drug-free workplace program that complies with said policy. I further certify that each
subcontract agreement for this project contains language which indicates the subcontractor‟s
agreement to abide by the provisions of subdivisions a) through c) of the policy as outlined.
Signed
Printed Name
Title
ADA Certification (Rev. February 2011) 25 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CONTRACTOR CERTIFICATION
AMERICAN WITH DISABILITIES ACT (ADA) COMPLIANCE CERTIFICATION
PROJECT TITLE: Island Avenue Popouts Phase Two Public Improvements Project (Island
Between 6th and 7
th Avenues, Tenth Ave. And 13
th Street)
I hereby certify that I am familiar with the requirements of San Diego City Council Policy No. 100-4
regarding the American With Disabilities Act (ADA) outlined in the INSTRUCTION TO BIDDERS,
“American With Disabilities Act”, of the project specifications, and that;
(Name under which business is conducted)
has in place workplace program that complies with said policy. I further certify that each subcontract
agreement for this project contains language which indicates the subcontractor‟s agreement to abide
by the provisions of the policy as outlined.
Signed
Printed Name
Title
Pledge of Compliance Certification (Rev. February 2011) 26 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CONTRACTOR CERTIFICATION
CONTRACTOR STANDARDS – PLEDGE OF COMPLIANCE
PROJECT TITLE: Island Avenue Popouts Phase Two Public Improvements Project (Island
Between 6th and 7
th Avenues, Tenth Ave. And 13
th Street)
I declare under penalty of perjury that I am authorized to make this certification on behalf of
, as Contractor, that I am familiar with the requirements
of City of San Diego Municipal Code § 22.3224 regarding Contractor Standards as outlined in
INSTRUCTION TO BIDDERS ("Contractor Standards"), of the project specifications, and that
Contractor has complied with those requirements.
I further certify that each of the Contractor‟s subcontractors whose subcontracts are greater than
$50,000 in value has completed a Pledge of Compliance attesting under penalty of perjury of having
complied with City of San Diego Municipal Code § 22.3224.
Dated this Day of , 2 .
Signed
Printed Name
Title
Affidavit of Disposal (Rev. February 2011) 27 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
AFFIDAVIT OF DISPOSAL
WHEREAS, on the DAY OF , 2 , the undersigned entered
into and executed a contract with the City of San Diego, a municipal corporation, for:
Island Avenue Pop-outs Phase Two Public Improvements Project (Island Between 6th and 7
th
Avenues, Tenth Ave. And 13th Street)
as particularly described in said contract and identified as Bid No. K-11-5409-DBB-C;
Internal Order No. 23426871; and WHEREAS, the specifications of said contract require the
Contractor to affirm that "all brush, trash, debris, and surplus materials resulting from this project
have been disposed of in a legal manner"; and WHEREAS, said contract has been completed and all
surplus materials disposed of:
NOW, THEREFORE, in consideration of the final payment by the Redevelopment Agency of the
City of San Diego to said Contractor under the terms of said contract, the undersigned Contractor,
does hereby affirm that all surplus materials as described in said contract have been disposed of at the
following location(s)
and that they have been disposed of according to all applicable laws and regulations.
Dated this DAY OF , 2 . Contractor by ATTEST: State of County of On this DAY OF , 2 , before the undersigned, a Notary Public in and for said County and State, duly commissioned and sworn, personally appeared known to me to be the ____ Contractor named in the foregoing Release, and whose name is subscribed thereto, and acknowledged to me that said Contractor executed the said Release. Notary Public in and for said County and State
EOCP Construction Contractor Requirements (Rev. February 2011) 28 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
CITY OF SAN DIEGO
EQUAL OPPORTUNITY CONTRACTING PROGRAM REQUIREMENTS
CONSTRUCTION CONTRACTOR REQUIREMENTS
THE CITY’S EOCP SPECIFICATIONS ARE INCLUDED AS FOLLOWS:
1. CITY OF SAN DIEGO’S GENERAL EQUAL OPPORTUNITY
CONTRACTING PROGRAM FOR ALL CONSTRUCTION CONTRACTS.
SEE THE “WHITEBOOK” FOR MORE INFORMATION.
2. SPECIAL PROVISIONS FOR CONTRACTS SUBJECTS TO SLBE AND
ELBE REQUIREMENTS ONLY. SEE THE “WHITEBOOK” FOR MORE
INFORMATION.
3. SEE THE “SPECIAL NOTICE” PAGE FOR THE APPLICABLE
SUBCONTRACTING PARTICIPATION REQUIREMENTS AND OTHER
PROJECT SPECIFICS.
4. SEE THE REQUIRED DOCUMENTS SCHEDULE FOR SUBMITTALS.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 29 | P a g e I s l a n d A v e n u e P o p o u t s – P h a s e T w o
SUPPLEMENTARY SPECIAL PROVISIONS (SSP)
THESE SUPPLEMENTARY SPECIAL PROVISIONS CONFORM TO THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (THE GREENBOOK) CURRENTLY ADOPTED BY THE CITY, INCLUDING ITS CURRENT SUPPLEMENT AMENDMENTS (CITY SUPPLEMENTS INCLUDED IN THE WHITEBOOK), EXCEPT FOR THE FOLLOWING:
PART 1 – GENERAL PROVISIONS
SECTION 1 – TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS
1-2 TERMS AND DEFINITIONS.
Agency – ADD the following:
The Agency shall be the Redevelopment Agency of the City of San Diego.
Notice of Completion (NOC) – ADD the following:
See California Civil Code section 3093.
Samples - Physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will be evaluated.
Normal Working Hours. To the City Supplement, ADD the following:
The Normal Working Hours shall be 7:00 AM to 4:30 PM. The Contractor shall work Saturdays if required to maintain reasonable access to buildings and businesses at no extra cost to the Agency. The Engineer of Work shall determine if Saturday work is required.
Certificate of Compliance – To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
Certificate of Compliance – A written document signed and submitted by a supplier or manufacturer that certifies that the material or assembled material supplied to the Work site complies with the requirements of the Contract Documents.
SECTION 2 - SCOPE AND CONTROL OF WORK
2-3.1 General. ADD the following:
Subcontract Work greater than 0.5% of the total GMP which is identified after the GMP is submitted to the City shall be awarded pursuant to 2-3.2, “Self Performance.”
2-3.2 Self Performance. ADD the following:
The following items of Work have been designated as possible Specialty Items by the City. The Contractor shall clearly identify the Specialty Items for this contract with “S” in its Bid. The total amount of the “Specialty Items” shall not exceed [25%] of the Contract Price. The City may reject the Bid at its sole discretion if the Specialty Items exceed the specified percentage.
Specialty Items:
1. None
2-3.3 Status of Subcontractors. ADD the following:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 30 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
With every request for payment, the Contractor shall submit to the Engineer a breakdown showing monthly and cumulative amounts of the Work performed under Change Order by the Contractor and the Subcontractors. The reporting format shall be approved by the Engineer.
2-3.4 Subcontractor Requirements. To the City Supplement, ADD the following paragraph:
The Contractor shall ensure that all of its Subcontractors are licensed at the time of the execution of their subcontract agreements. In the event a Subcontractor is not properly licensed, the Contractor shall cease payment to Subcontractor for all work performed when the Subcontractor was improperly licensed. Any payment made by the Contractor to a Subcontractor for work performed when the Subcontractor was unlicensed shall be returned to the City.
Where the Contract Documents require that a particular product be installed or applied by an applicator approved by the manufacturer, it is the Contractor‟s responsibility to ensure the Subcontractor or Supplier employed for such work is approved by the manufacturer.
2-5.4.1 General. ADD the following:
Source Identification e.g., RFI numbers and Change Order numbers as required to identify the source of the change to the Contract Documents shall be noted.
2-5.4.2 Asset Specific Red-lines (d). ADD the following:
Dimensional changes to the drawings.
Revisions to details shown on drawings.
Depths of foundations below first floor.
Locations and depths of underground utilities.
Revisions to routing of piping and conduits.
Revisions to electrical circuitry.
Actual equipment locations.
Duct size and routing.
Locations of concealed internal utilities.
Changes made by Change Order.
Details not on original Plans.
ADD the following:
h) Slurry Seal and Asphalt Overlay Red-Lines: The Contractor shall clearly record on the City provided forms in MS Excel format the actual dates and quantity of each Bid item applied to each street segment and comments regarding each segment. The Contractor shall record reasons if no work is performed.
2-5.5 As-built Drawings. ADD the following:
As-built Drawings shall be the responsibility of the Contractor.
2-7 SUBSURFACE DATA. ADD the following:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 31 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
In preparation of the Contract Documents, the designer has relied upon the following reports of explorations and tests of subsurface conditions at the Work Site:
2-9 SURVEYING
2-9.2 Survey Service: Add the following:
The contractor shall provide a California licensed surveyor to provide all construction staking, monument tie-out and restoration, corner records and as-built information support. All costs associated with providing and coordinating these surveying services shall be included in the line items for “Construction Surveying” and “Survey Monuments”.
210 AUTHORITY OF BOARD AND ENGINEER. ADD the following:
Regulating agencies of the City, such as Developmental Services, Fire and Planning Departments, enforce Legal Requirements and standards. These enforcement activities are not subject to the responsibilities of the Engineer under this Agreement.
2-11 INSPECTION. ADD the following:
The City may utilize field inspectors to assist the Engineer during construction in observing performance of the Contractor. The inspector is for the purpose of assisting the Engineer and shall not be confused with an inspector with a City regulatory agency or with a Special Inspector.
All material and soil testing shall be performed by the City Test Lab and paid by the Agency at no cost to the Contractor. Contractor shall be responsible for coordinating all City tests and inspections. The cost of this coordination shall be included in the various items of work and there shall be no additional costs to the Agency.
Code compliance testing (including all Geotechnical requirements) and inspections required by codes or ordinances, or by a plan approval authority, shall be the responsibility of and shall be paid by the Contractor, unless otherwise provided in the Contract Documents.
SECTION 4 - CONTROL OF MATERIALS
4-1.3.1 General. First paragraph, ADD the following:
Other standard items or materials typically accepted by Certificate of Compliance shall not require inspection at the source unless specified in the Special Provisions. For a list of these items or materials, the Contractor may refer to the Contract Documents.
4-1.3.5 Special Inspections. To the City Supplement, ADD the following:
Special Inspection and testing by the Special Inspectors shall meet the minimum requirements of the prevailing Codes and by the City‟s Development Services Department (DSD) and reference in http://www.sandiego.gov/development-services/industry/special.shtml
4-1.5 Certificates of Compliance. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
4-1.5 Certificates of Compliance. DELETE in its entirety and SUBSTITUTE with the following:
Certificates of Compliance shall be furnished to the Engineer prior to the use of any material or assembled material for which these Specifications so require or if so required by the Engineer.
The Engineer may waive the materials testing requirements of the Specifications and accept a Certificate of Compliance. Manufacturing test data may be required by the Engineer to be included with the submittal.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 32 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The submission of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the Work which conforms to the requirements of the Contract Documents, and any material not conforming to the requirements will be subject to rejection whether in place or not.
When professional certification of performance criteria of materials, systems or equipment is required by the Contract Documents, the City shall be entitled to rely upon the accuracy and completeness of such calculations and certifications.
4-1.6 Trade Names or Equals. To the City Supplement, DELETE in its entirety and SUBSTITUTE
with the following:
ADD the following:
Whenever materials or equipment are indicated in the Contract Documents by using the name of a
proprietary item or the name of a particular Supplier, the naming of the item is intended to establish
the type, function, and quality required. Unless stated otherwise, materials or equipment of other
Suppliers may be accepted if sufficient information is submitted to the Engineer for review to
determine whether the material or equipment proposed is equivalent or equal to that named.
a) The Contractor shall submit its list of proposed substitutions for “an equal” (“or equal”)
item(s) no less than 15 Working Days prior to Bid due date/no later than 5 Working
Days after the determination of the Apparent Low Bidder and on a City form when
provided by the City.
b) The request for substitution shall include the following information:
i. Whether or not acceptance of the substitute for use in the Work will require a change in
any of the Contract Documents to adopt the design to the proposed substitute.
ii. Whether or not incorporation or use of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
iii. All variations of the proposed substitute from the items originally specified will be
identified.
iv. Available maintenance, repair, and replacement service requirements. The
manufacturer shall have a local service agency within 50 miles of the site which
maintains properly trained personnel and adequate spare parts and is able to respond
and complete repairs within 24 hours.
v. Certification that the proposed substitute will perform adequately the functions and
achieve the results called for by the general design, and be similar and of equal
substance to that indicated, and be suited to the same use as that specified.
c) There is no guaranteed time frame for the City‟s review of the substitution requests.
d) The burden of proof as to the type, function, and quality of any such substitute product,
material or equipment shall be upon the Contractor. The Engineer may require at the
Contractor's expense additional data about the proposed substitute.
e) If the Engineer takes no exceptions to the proposed substitution, it shall not relieve the
Contractor from responsibility for the efficiency, sufficiency, quality, and performance of the
substitute material or equipment, in the same manner and degree as the material and
equipment specified by name.
f) The lack of action(s) on the Engineer‟s side within the Contractor‟s requested time shall not
constitute acceptance of the substitution.
g) Acceptance by the Engineer of a substitute item shall not relieve the Contractor of the
responsibility for full compliance with the Contract Documents.
h) For the substitution review process or to have materials listed on the AML, refer to the AML
standard review process.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 33 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
i) The Bid submittal shall be based on the material and equipment specified by name in the
Contract. If the proposal is rejected by the Engineer, the Contractor shall not be entitled to
either an extension in Contract Time, increase in the Contract Price, or both.
j) As applicable, no Shop Drawing or Working Drawing submittals shall be made for a
substitute item nor shall any substitute item be ordered, installed, or utilized without the
Engineer's prior written.
k) The Contractor shall reimburse the City for the charges of the Engineer for evaluating each
proposed substitute.
l) For Design-Build contracts, one copy of all designer reviewed submittals shall be provided to
the Engineer.
ADD: 4-1.11 Street Lighting And Traffic Signal Materials List. The Contractor shall be responsible for furnishing a Notice of Materials to Be Used at the preconstruction meeting. The list of materials shall identify Bid item number for which the material is to be incorporated, category of material to be supplied, and the name and address where the material can be inspected at the source where it is produced, not the Site. The Notice of Materials to Be Used shall include the following categories of material: signal poles, signal equipment and fixtures, foundation reinforcing steel, conduit, pull boxes, and conductor or cable. The Notice of Materials to Be Used form is provided in the Contract and shall be used to provide the required material information.
Certificates of Compliance conforming to 4-1.5, “Certificate of Compliance” are required for the major construction material categories identified above. A sample Certificate of Compliance is provided in the Contract. Certificates shall be furnished, to the Engineer, before the material is brought on the Site.
The payment for the material certification process shall be included in the lump sum price for the traffic signal system or be distributed in individual bid items if no lump sum quantity is identified in the bidding documents.
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF WORK
6-1.2 Commencement of Work. To the City Supplement, DELETE the following:
1st sentence of the 2
nd paragraph and the 5
th paragraph in its entirety.
6-2.1 Moratoriums. To the City Supplement, ADD the following:
No Work shall be allowed in the areas where there is currently a moratorium issued by the City. The areas subject to moratorium are listed here:
a) All work from November 24, 2011 (Thanksgiving) to January 1, 2012 (New Year‟s Day) (inclusive), Holiday Moratorium for Downtown San Diego.
6-7 TIME OF COMPLETION. ADD the following:
The total time allowed for the completion of Work shall not exceed 120 Working Days.
6-8.3 Warranty. ADD the following:
Nothing in this warranty is intended to limit any manufacturer‟s warranty which provides the City with greater warranty rights than set forth in this section or the Contract Documents. The Contractor shall provide the Engineer with all manufacturers‟ warranties upon Substantial Completion.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 34 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
These specifications are not intended to constitute a period of limitations or waiver of any other rights or remedies City may have regarding the Contractor‟s other obligations under the Contract Documents or federal or state law.
The Contractor shall respond and initiate corrective action within 24 hours of notice of nonconforming Work that poses an imminent threat to person or property.
6-9 LIQUIDATED DAMAGES. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
MODIFY to increase the daily value from $250 to $1,000 for contracts with a value of over $100,000.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-3.2.1 Commercial General Liability Insurances. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
Commercial General Liability Insurance written on the current version of the ISO Occurrence form CG 00 01 07 98 or an equivalent form providing coverage at least as broad. The policy shall cover liability arising from premises and operations, XCU (explosions, underground, and collapse), independent contractors, products/completed operations, personal injury and advertising injury, bodily injury, property damage, and liability assumed under an insured‟s contract (including the tort liability of another assumed in a business contract).There shall be no endorsement or modification limiting the scope of coverage for either “insured vs. insured” claims or contractual liability. The Contractor shall maintain the same or equivalent insurance for at least 10 years following completion of the Work. All costs of defense shall be outside the policy limits. Policy coverage shall be in liability limits of not less than the following:
General Annual Aggregate Limit $4,000,000 Other than Products/Completed Operations $2,000,000 Products/Completed Operations Aggregate Limit $4,000,000 Personal Injury Limit $2,000,000 Each Occurrence $2,000,000
The policy shall provide that the Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability and shall provide cross-liability coverage.
7-3.2.2 Commercial Automobile Liability Insurance. To the City Supplement, ADD the following:
The policy shall provide that the Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability and shall provide cross-liability coverage.
7-3.2.3 Contractors Pollution Liability Insurance. To the City Supplement, DELETE in its entirety.
7-3.2.4 Contractors Hazardous Transporters Pollution Liability Insurance. To the City Supplement, DELETE in its entirety.
7-3.2.5 Contractors Builders Risk Property Insurance. To the City Supplement, DELETE in its entirety.
7-3.2.6 Railroad Protective Liability Insurance. To the City Supplement, DELETE in its entirety.
7-3.5.3 Contractors Pollution Liability Insurance Endorsements. To the City Supplement, DELETE in its entirety.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 35 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
7-3.5.4 Contractors Hazardous Transporters Pollution Liability Insurance Endorsements. To the City Supplement, DELETE in its entirety.
7-3.5.5 Builders Risk Endorsements. To the City Supplement, DELETE in its entirety.
7-3.10 Architects and Engineers Professional Insurance. To the City Supplement, DELETE in its entirety.
7-4.1.1 Worker’s Compensation Insurance for Work In, Over, or Alongside Navigable Waters. To the City Supplement, DELETE in its entirety.
ADD: 7-6.2 Pre-construction Meeting. Prior to the commencement of any Work, the Engineer will schedule a pre-construction conference. The purpose of this conference is to establish a working relationship between the Contractor, utility firms, and various City agencies. The agenda will include critical elements of the work schedule, submittal schedule, cost breakdown of major lump sum items, Payment Requests and processing, coordination with the involved utility firms, the level of record project documents required and emergency telephone numbers for all representatives involved in the course of construction.
7-8.6 Water Pollution Control. ADD the following:
Based on a preliminary assessment by the City, this contract is subject to WPCP.
For contracts subject to Construction General Permit (CGP), the Contractor‟s QSD shall verify the City‟s assessment prior to submittal through SMARTS.
The Contractor‟s attention is directed to Section 801, “WATER POLLUTION CONTROL” of these specifications for more information.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. ADD the following:
In any emergency affecting the safety of persons or property, the Contractor shall act, at its discretion, to prevent threatened damage, injury or loss. Any change in Contract Price or Contract Time resulting from emergency work shall be determined as provided in SECTION 3, “CHANGES IN WORK.”
7-10.2.2 ENGINEERED Traffic Control Plans Provided to the Contractor. To the City Supplement, ADD the following:
Engineered “D” size TCP have been provided for this project and are included in the approved plans. It is the contractor‟s responsibility to obtain and pay all fees and costs for the traffic control permit associated with these plans.
7-10.6 Traffic Plate Bridging. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
Transverse or longitudinal cuts, voids, trenches, holes, and excavations in the right-of-way that cannot be properly completed within 1 Working Day shall be protected by adequately designed barricades and structural steel plates [plates] that will support legal vehicle loads in such a way as to preserve unobstructed traffic flow.
The Contractor shall secure approval, in advance, from authorities concerning the use of any bridging proposed on the Work.
Plates shall conform to the following:
a) The trench shall be adequately shored to support the bridging and traffic loads.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 36 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
b) Plates shall be designed for HS 20-44 truck loading in accordance with Caltrans Bridge Design Specifications Manual.
c) For the minimum thickness of plates refer to Table 7-10.6(A):
Table 7-10.6(A) - Trench Width / Minimum Plate Thickness
Trench Width Minimum Plate Thickness
10" (0.25 m)
1'-11" (0.58 m)
2'-7" (0.80 m)
3'-5" (1.04 m)
5'-3" (1.6 m)
1/2" (13 mm)
3/4" (19 mm)
7/8" (22 mm)
1" (25 mm)
1 1/4" (32 mm)
For spans greater than 5‟-3" (1.6 m), a structural design shall be prepared by a California Registered Civil Engineer and approved by the Engineer.
d) Plates shall have a skid-resistant surface with a nominal Coefficient Of Friction (COF) of 0.35 as determined by California Test Method 342.
e) Plates shall extend a minimum of 12” (300 mm) beyond the edges of the trench.
f) Plates shall provide complete coverage to prevent any person, bicycle, motorcycle or motor vehicle from being endangered due to plate movement causing separations or gaps.
g) Plates shall be secured against movement or displacement by using adjustable cleats, shims, welding, or other devices, and shall be installed in a manner that will minimize noise as traffic drives over them. Plates shall be installed using either Method (1) or (2):
i. Method 1 [For speeds greater than 45 mph (70 Km/hr)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate.
ii. Method 2 [For Speeds less than 45 mph (70 Km/hr)]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of 2 dowels pre-drilled into the corners of the plate and drilled 2" (50 mm) into the pavement. Subsequent plates are butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5 % with a minimum 12" (305 mm) taper to cover all edges of the plates.
Alternative installation method may be submitted in accordance with 2-5.3, “Submittals” for the Engineer‟s approval.
h) The Contractor shall be responsible for maintenance of the plates, shoring, and asphalt concrete ramps or any other approved device used to secure the plates. The Contractor shall immediately mobilize necessary personnel and equipment after being notified by the Engineer, the City's station 38, or a member of the public of a repair needed e.g., plate movement, noise, anchors, and asphalt ramps. Failure to respond to the emergency request within 2 hours will be grounds for the City to perform necessary repairs that will be invoiced at actual cost including overhead or $500 per incident, whichever is greater. Failure by the Contractor to comply may result in automatic grounds for suspension of the permit, Contract, or both.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 37 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
i) When plates are removed, any damage to the pavement shall be repaired with fine graded asphalt concrete mix or slurry seal satisfactory to the Engineer.
Payment for traffic plate bridging shall be included in the various Bid items unless a Bid Item has been provided for steel plate bridging.
ADD: 7-16.2.2 Weekly Updates Recipients. The following recipients shall receive a weekly correspondence with updates, traffic control issues and locations, lane closures, and any other pertinent information (with additional contact names given during award process).
John L. Anderson PE, Senior Project Manager, [email protected]
Tim Gabrielson PE, Project Engineer, [email protected]
Manuel Gonzalez, Resident Engineer, [email protected]
SECTION 9 – MEASUREMENT AND PAYMENT
ADD: 9-3.5 Bond Payments. The Bid item for bonds shall include full compensation for actual
costs of payment and performance bonds. The Contractor may submit a request for payment of actual
invoiced costs up to the bid amount, but not to exceed 2.5% of the Contract Price, not less than 10
Working Days after Award of the Contract.
If the Bid item for bonds exceeds actual invoiced costs, any such differential amount up to the bid
amount, shall be paid as a part of the Final Payment.
PART 2 - CONSTRUCTION MATERIALS
SECTION 207 – PIPE
ADD: 207-17.2.3 Pipe Manufacturer. Pipe, fittings, couplings, and joints as manufactured or distributed by J-M Manufacturing Company shall not be used on this contract.
SECTION 200 – ROCK MATERIALS
200-2.1 200-2 Untreated Base Materials General
ADD: Base material for sidewalks and driveways shall conform to ¾” crushed aggregate base of ¾” Class 2 aggregate base, per Caltrans Standard Specifications.
SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE:
201-1.1.2 CONCRETE SPECIFIED BY CLASS: ADD the following:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 38 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
The concrete class and maximum slump for the various items of concrete work shall be as specified in
the table under Subsection 201-1.1.2 of the Standard Specifications with the following additions or
modifications:
Item Concrete Class Max. Slump (in.) Color
Sidewalks & Driveways 560-C-3250 4-inch Natural
Exposed Aggregate Concrete Finish
Concrete Curb 560-C-3250 4-inch French Grey
Curb Ramps 560-C-3250 4-inch French Grey Concrete Street Section 560-C-3250 3-inch Natural (Not visible sub-section) Cross-gutter 560-C-3250 4-inch French Grey 201-1.2 MATERIALS:
201-1.2.2 AGGREGATES: ADD the following: For exposed aggregate concrete, the aggregate shall be 3/8” size, „Carroll Canyon‟ pebble, by KRC Rock (760-744-1036, www.krcrock.com), or approved equal. Provide a one cup-size sample to Resident Engineer / Landscape Architect for approval. Aggregate shall be provided from a single source. 2-1.1.2.4 ADMIXTURES ADD: 201-1.2.4 GENERAL REQUIREMENTS: ADD the following:
Admixture for all concrete gutters, cross gutters, curbs, restraining curbs, curb ramps, and concrete
paving (cross-gutter) shall be the following (or equivalent, as approved by the Engineer):
Manufacturer: L.M. Scofield Company
1-800-800-9900
Series: Chromix Integral Color Admixture
Color: C-14 French Gray
Curing: See Section 201-4.1.1 of these Special Provisions for Concrete
Admixture products and procedures for installation shall be in strict accordance with the
manufacturer‟s specifications and recommendations, and those published by the American Concrete
Institute (ACI) and the Portland Cement Association (PCA).
201-1.2.4(c) RETARDING AGENTS: ADD the following:
For exposed aggregate concrete, the retardant shall be a water soluble, water-thinned, non- flammable
liquid deep etch surface retarding compound, affecting only the top 1/8" of the surface. Retardant
shall not leave any residue or discolor the surface (Specs AE, by E L Moore, or approved equivalent).
201-2 REINFORCEMENT FOR CONCRETE:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 39 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
ADD: 201-2.5.5 TIE WIRE:
Tie wire shall be 16 gauge, black annealed.
201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS:
201-3.4 TYPE “A” SEALANT (TWO-PART POLYURETHANE SEALANT):
ADD the following:
All finished concrete surfaces shall have a ½" continuous expansion joint at locations indicated on the
plans and notes and shall be located either parallel or perpendicular to the curb line. When not
otherwise indicated all expansion joints shall be sealant Type “A” and colored to match the color of
the concrete surface.
Contractor shall provide joint sealants that have been produced and installed to establish and to
maintain watertight and airtight continuous seals without causing staining or deterioration of joint
substrates.
Contractor shall submit product data from the manufacturer of each joint sealant product required,
including instructions for joint preparation and joint sealer application. Contractor shall also submit
samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of
strips of actual products showing full range of colors available, for each product exposed to view.
Samples shall be submitted to Landscape Architect. Submit complete schedule of type (and location
where type is to be used) of each sealant.
Contractor shall engage an experienced Installer who has completed joint sealant applications similar
in material, design, and extent to that indicated for Project that have resulted in construction with a
record of successful in-service performance.
Provide joint sealants, joint fillers, and other related materials that are compatible with one another
and with joint substrates under conditions of service and application, as demonstrated by sealant
manufacturer based on testing and field experience.
Provide color selections made by Landscape Architect from manufacturer's full range of standard
colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving
Treatment Type “A” as specified in Section 201-1.2.4(a) of these Special Provisions.
SECTION 202 - MASONRY MATERIALS
202-1.5 MORTAR, GROUT, WATER AND PLASTER:
ADD: 202-1.5.1.1 LATEX PORTLAND CEMENT MORTAR (BOND COAT):
Brick Paving:
1) Latex Portland cement mortar (bond coat) shall conform to ANSI A118.4 such as
TEC Medium Bed mortar TA-372 or approved equal when combined with the proper
latex additive, or approved equivalent.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 40 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
2) Prior to application of the bond coat, the existing or new concrete surface shall be
blast cleaned in accordance with Method 2 as specified in Section 310-2.5, and
leveled and waterproofed in accordance with Sections 201-6 and 303-1.1 of these
Specifications.
202-1.5.2 GROUT: DELETE this Subsection and SUBSTITUTE the following:
Grout shall meet or exceed ANSI A118.6 and CTI 85-8 latex Portland cement grout such as Custom
PolyblendTM
sanded grout, or approved equivalent. Grout shall have a compressive strength of 3000
PSI in seven (7) days, and a water absorption rate of five percent (5%). Grout between the brick
pavers shall be colored “French Gray” and uniform in width as specified in Section 202-1.3 above.
ADD: 202-1.5.5 LATEX ADDITIVE:
In lieu of adding clear water to the Portland cement thin-set mortar, add a latex additive conforming
to ANSI A118.4 such as TEC Full Flex, or approved equivalent with the following properties: 300
psi shear bond strength in 28 days.
ADD: 202-1.5.6 JOINT SEALANT:
Expansion joint sealer shall be Vulkem 45 or 245, pourable polyurethane sealer or other approved
polyurethane sealant conforming to Federal Specification Number TT-S-230C, Type I, Class A.
Sealant color to match mortar. The cured sealant shall have a Shore A Hardness greater than 35.
Back-up strip shall be a flexible and compressible type of closed-cell foam polyethylene or butyl
rubber, rounded at surfaces to contact sealant and as recommended by sealant manufacturers. It shall
fit neatly into the joint without compacting and to such a height to allow a sealant depth of one-half
(1/2) the width of the joint. Sealant shall not bond to the back-up material.
ADD: 202-1.5.7 WEATHERPROOFING SEALANT:
A permanent, impregnating weatherproofing sealer that enhances color, inhibits efflorescence,
provides deep penetrating protection and does not alter the coefficient of friction of surfaces, such as
Stone Tech Professional Enhancer Pro, or approved equivalent.
ADD: 202-1.6 BRICK PAVERS
Brick pavers shall comply with ASTM C216, Type FXB, length to be 7-5/8 inches by 3-5/8 inches by
1-1/4 inches, color „Medium Rose,‟ wire cut texture. The brick shall conform to coefficient of friction
SE871 and shall exceed the minimum requirements set by ASTM C216.75A for severe weather.
Brick pavers shall be as manufactured by Endicott Clay Products Company, Fairbury, Nebraska, or
approved equivalent.
Design grout joint shall be a minimum of three eighths inches (3/8") grout joint width and a
maximum of seven-sixteenths inch (7/16)” grout joint width.
Provide a minimum of four (4) full-size samples of each proposed brick colors to the Resident
Engineer for approval.
ADD: 202-3.2 MORTAR:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 41 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
All mortar shall be Custom Colors or equal, latex modified portland cement per ANSI a 118.4.
ADD: 202-3.3 GROUT:
All grout shall be "Latricrete" non-shrink grout with appropriate Latricrete grout admix as a mixing
liquid, or approved equivalent. Color shall be approved by the Landscape Architect. Color to match
color of concrete. Confirm color selection with actual color samples.
ADD: 202-3.3 GROUT RELEASE AGENT:
Grout release agents shall be a liquid applied grout release solution compatible with other materials of
construction.
SECTION 203 -- BITUMINOUS MATERIALS
ADD:
203-1.2.1 Paving Asphalt. Asphalt shall be viscosity grade AR 4000.
203-1.4.1 Liquid Asphalt. Prime Coat shall be slow curing (SC-250) or medium curing
(MC-70).
203-3.2.1 Emulsified Asphalt. Seal Coat and Tack Coat shall be slow setting (SS-1h)
emulsified asphalt.
203-5.2 Materials
ADD:
Materials shall conform to the requirements of the City of San Diego
203-6 Asphalt Concrete. Asphalt Concrete shall conform to Section 400-4 of the Standard
Specifications.
203-6.1 General. Asphalt Concrete will be designated by the type of asphalt concrete, class
of aggregate grading, and grade of asphalt.
Wearing course shall conform to Type III-C2-AR-4000.
SECTION 209 – STREET LIGHTING AND TRAFFIC SIGNAL MATERIALS
209-4.4 High Pressure Sodium Luminaires
Remove and replace with the following:
Existing Type C HPS 150W Luminaires designated for replacement shall be replaced with Holophane, Visco or Powerlux with QL Phillips. Acrylic Type III prismatic cut-off, 55W induction, 4000K fixtures. All existing Type C luminaires are glass Holophane with 3” tendons on 3” diameter poles.
Existing Type 15 250W HPS Luminaires designated for replacement shall be replaced with Powerlux, or equal with QL Phillips. Cut-off, 165W induction, 4000K fixtures.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 42 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Contractor to field verify voltage to all lights prior ordering new luminaires for conformance. Contractor shall replace fuses within the light standard as needed.
All new luminaires shall have a 10-year unlimited written warranty against workmanship and failure.
SECTION 212 – LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS
212-1.2 SOIL FERTILIZING AND CONDITIONING MATERIALS
212.1.2.3 COMMERCIAL FERTILIZER: ADD THE FOLLOWING: Post-plant fertilizer
shall be a fast-release 16-6-8 commercial fertilizer having the following guaranteed analysis:
Total Nitrogen (N) 16.0%
16.0% Ammonic Nitrogen
Available Phosphoric Acid (P2O5) 6.0%
Derived from Ammonic Phosphate
Water Soluble Potash (K2O) 8.0%
Derived from Murate of Potash
Planting tablets shall be tightly compressed commercial grade fertilizer planting tablets having a 20-
10-5 formula, with the following guaranteed analysis:
Total Nitrogen (N) 20.0%
Derived from urea-formaldehyde 7.0% water-soluble nitrogen and 13.0% water insoluble
nitrogen.
Available Phosphoric Acid (P2O5) 10.0%
Derived from Calcium Phosphate
Soluble Potash (K2O) 5.0% Derived from Potassium Sulfate
Combined Calcium (CA) 2.6%
Derived from Calcium Phosphate
Combined Sulfur (S) 1.6%
Derived from Ferrous and Potassium Sulfates
Iron (FE) (Expressed as elemental) 0.35%
Derived from Ferrous Sulfate
The planting tablets shall be delivered to the site in the original unopened containers, bearing the
manufacturer‟s guaranteed analysis. Any damaged tablets will not be acceptable.
212-1.2.4 ORGANIC SOIL AMENDMENT: ADD THE FOLLOWING: Type 4 organic
soil amendment shall be a blended, commercially processed soil conditioner consisting of an organic-
based conditioner, prepared by mixing a light, friable, siliceous material with nitrogen-fortified, finely
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 43 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
ground bark, wood chips and/or saw dust. The material shall contain a long-lasting form of iron and
shall have the following analysis:
Total Nitrogen 0.5%
pH 5.5 to 6.0%
Salinity 1.75%
Organic Matter (Dry Weight Basis) 90.0% min.
Particle Size:
Percent passing 9.50 mm screen 100%
6.35 mm 99%
2.38 mm 78%
50 mm 21%
Treated with non-ionic wetting agent.
Material shall be equal to or better than Wilbur-Ellis “Organo-Life” soil amendment or approved
equal.
212-1.4 PLANTS
212-1.4.1 GENERAL – ADD THE FOLLOWING: Nomenclature. The scientific and
common names of plants herein specified conform with the approved names given in, “A Checklist of
Woody Ornamental Plants in California,” published by the University of California, Division of
Agricultural Sciences, Manual 32 (1963). (See list of plant material on drawings).
Labeling. Each group of plant materials delivered on site shall be clearly labeled as to species and
variety. However, determination of plant species or variety will be made by the City and the decision
will be final. All patented plants (cultivars) required by the plant list shall be delivered with a proper
plant patent attached.
Quality and size. Plants shall be in accordance with the California State Department of Agriculture‟s
regulations for nursery inspections, rules and grading.
The landscape architect is the sole judge as to acceptability for each plant. Vigorous, healthy, well-
proportioned plants are the intent of this specification. Plants, which are even moderately
“overgrown,” or are showing any signs of decline or lack of vigor, are subject to rejection.
The size of the plants will correspond with that normally expected for species and variety of
commercially available nursery stock, or as specified in the special conditions or drawings. Plants
larger in size than specified may be used with the approval of the landscape architect, but the use of
larger plants will make no change in contract price. If the use of larger plants is approved, the ball of
earth and spread of roots for each plant shall be increased proportionately.
Rejection or substitution. All plants not conforming to the requirements herein specified, shall be
considered defective, and such plants, whether in place or not, shall be marked as rejected and
immediately removed from the site of the work and replaced with new plants by the contractor, at his
expense.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 44 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Right to changes. The City reserves the right to change the species, variety, and/or sizes of plant
material to be furnished, provided that the cost of such plant changes does not exceed the cost of
plants in the original bid, and with the provision that the contractor be notified, in writing, at least
thirty (30) days before the planting operation has commenced.
Pruning. At no time shall the trees or plant materials be pruned, trimmed or topped prior to delivery
and any alteration of their shape shall be conducted only with the approval and when in the presence
of the landscape architect.
Handling and protection. All plants at all times shall be handled and stored so that they are
adequately protected from drying out, from wind burn, or from any other injury. Any plant
determined by the landscape architect to be wilted shall be rejected at any time during this project,
whether in the ground or not. All plants shall be handled solely by their containers. Any plant that
has been handled by its stem or trunk shall be rejected. The contractor‟s on-site plant storage area
shall be approved by the landscape architect prior to the delivery of any plant materials.
Section 212-2 IRRIGATION SYSTEM MATERIALS
212-2.1 PIPE AND FITTINGS: ADD THE FOLLOWING:
212-2.1.3 Plastic pipe for use with solvent weld socket or threaded pipe fittings. Add to/replace
with the following:
212-2.1.3.1 PVC plastic pressure lines, for piping upstream of remote control valves and quick
coupler valves: All pipe two (2) inches and larger shall be Type 1, Grade 2 (impact modified), and
designated as PVC 1220, Class 315 (SDR 13.5). All one and one-half (1 ½) inches and smaller shall
be Type 1, Grade 2, designated as PVC 1220, Schedule 40. PVC piping shall be EPCO, PW Pipe,
Pacific Products or equal.
212-2.1.3.2 PVC plastic non-pressure lines for piping downstream of remote control valves: All
pipe shall be Type 1, Grade 2, designated as PVC 1220, Schedule 40. PVC piping shall be EPCO,
PW Pipe, Pacific Plastics or equal.
212-2.1.3.3 PVC plastic sleeves for sleeving of water pipe and control wire running under paving
of any type. All sleeving shall be PVC SCH 40 as described in .2 above. Water line sleeves shall be
two times the diameter of pipe to be sleeved. Control wire sleeves shall be 2” size minimum.
212-2.1.3.4 Identification: Furnish plastic pipe continuously and permanently marked with the
following information: Manufacturer‟s name or trade mark, size, class and type of pipe, working
pressure at 73.4 degrees F, and National Sanitation Foundation (NSF) rating.
212-2.1.3.5 Polyvinyl Chloride Schedule 80 risers and nipples. Type 1, Grade 1, Schedule 80,
high impact molded manufactured from virgin compounds as specified for piping. Threaded ends
shall be moulded threads only. Machined threads are not acceptable. PVC schedule 80 nipples and
risers shall conform to ASTM D-2464.
212-2.1.3.6 Polyvinyl Chloride pipe fittings and connections. Type I, Grade I, Schedule 40, high
impact molded fittings, manufactured from virgin compounds as specified for piping, tapered socket
or molded thread type, suitable for either solvent weld or screwed connections. Machine threaded
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 45 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
fittings and plastic saddle and flange fittings are not acceptable. Furnish fittings permanently marked
with following information: Nominal pipe size, type and schedule of material, and National
Sanitation Foundation (NSF) seal of approval. PVC fitting shall conform to ASTM D 2466-78.
212-2.1.6 Brass pipe: Brass pipe shall be IPS Class 1, 85% red brass, conforming to Fed. Spec.
WW-P351.
212-2.1.7 Brass pipe fittings and connections: Class 1, pressure rating, 85% red brass fittings
and connections, threaded, conforming to Fed. Spec., WW-P460.
212-2.1.8 Thread lubricant: Thread lubricant shall be Teflon ribbon-type, suitable for threaded
installations as per manufacturer‟s recommendations.
212-2.2 VALVES AND VALVE BOXES: ADD TO / REPLACE WITH THE FOLLOWING:
212-2.2.6 QUICK COUPLER ASSEMBLY: Quick coupler valves shall be 1” size and as
specified on the drawings.
212-2.2.7 VALVE BOXES
212-2.2.7.1 Valve boxes shall be concrete Brooks #3 HL or approved equal, with lockable and
hinged cast iron covers marked “water”. Valve numbers shall be painted on outside of covers in four
inch (4”) high letters with aluminum asphaltic-base waterproof paint.
212-2.2.7.2 Valve box extensions shall be concrete Brooks #3 9” bottom section.
212-2.4 SPRINKLER EQUIPMENT – REPLACE WITH THE FOLLOWING:
212-2.4.4 PRESSURE COMPENSATING BUBBLER
212-2.4.4.1 The bubbler shall be self-pressure compensating capable of delivering a consistent
discharge of .25 GPM at 30 PSI.
212-2.4.4.2 The bubbler shall be a permanently assembled design constructed of durable, heat
resistant plastic with an internal rubber flow regulating washer and pre-installed self-flushing filter
screen.
212-2.4.4.3 The bubbler shall have a ½” female national pipe thread inlet.
212-2.5 EXTRA EQUIPMENT ADD NEW SECTION:
212-2.5.1 The contractor shall provide the following extra equipment:
212-2.5.1.1 Extra sprinkler heads with nozzles equal in number to 3% of the total of each type
used on this project (minimum of 3).
212-2.5.1.2 One quick coupler key with hose swivel assembly for every three quick couplers
installed.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 46 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
212-2.5.1.3 Two keys for unlocking each controller cabinet and/or enclosure.
212-2.5.1.4 Two hose bibs and locking caps.
212-2.5.1.5 Two manual globe valve keys.
212-2.5.1.6 Two remote control valve box keys.
212-3.3 CONTROLLER UNIT AND CONTROL SYSTEM ADD THE FOLLOWING:
212-3.3.1 Automatic controller: The controller unit shall be the “ambient light” controller as
specified on the plans.
212-3.3.1.1 Controller enclosure: The enclosure shall be as specified on the plans and details.
212-3.3.2 Rain sensing devise: The rain sensing device shall be the rain sensor as specified on
the plans and installed inside the backflow enclosure as per the plans and details.
Add new section:
STRUCTURAL SOIL
212-4.13 General
The work of this section consists of all Structural Soil work and related items as indicated on
the drawings or as specified herein and includes, but is not limited to, the following:
CU Soil™ is a proprietary material patented by Cornell University
(US Patent # 5,849,069). Only licensed producers are allowed to supply this
material, meeting the specifications described in this text. For a list of licensed CU-
SoilTM
producers, call AMEREQ, INC. at 1-800-832-8788.
212-4.14 References and Standards
The following references are used herein and shall mean:
ASTM: American Society of Testing Materials
USDA: United States Department of Agriculture
AASHTO: American Association of State Highway and Transportation Officials
Standard Specifications: Regional or Municipal
Standard Specifications Documentation for the location of proposed usage
AOAC: Association of Official Agricultural Chemists
212-4.15 Samples and Submittals
At least 30 days prior to ordering materials, the Contractor shall submit to the Engineers
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 47 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
representative samples, certificates, manufacturer‟s literature and certified tests for materials
specified below. No materials shall be ordered until the required samples, certificates,
manufacturer‟s literature and test results have been reviewed and approved by the Engineer.
Delivered materials shall closely match the approved samples. Approval shall not constitute
final acceptance. The engineer reserves the right to reject, on or after delivery, any material that
does not meet these specifications.
Submit two, one-half cubic foot representative samples of Clay Loam and one, one cubic foot
representative samples Structural Soil mixes in this section for testing, analysis and approval.
Submit one set of samples for every 500 CY of material to be delivered. In the event of
multiple source fields for Clay Loam, submit a minimum of one set of samples per source field
or stockpile. Samples shall be taken randomly throughout the field or stockpile at locations as
directed by the Engineer and packaged in the presences of the Engineer. Samples shall be
labeled to include the location of the source of the material, the date of the sample and the
Contractor‟s name. One of the two samples is to be used by testing laboratory for testing
purposes. The second sample of all Clay Loam and Structural Soil shall be submitted to the
Engineer at the same time as test analysis as a record of the soil color and texture.
Submit the locations of all source fields for Clay Loam.
Submit a list of all chemicals and herbicides applied to the Clay Loam for the last five
years and a list of all crops grown in the Clay Loam source fields for the last three
years.
Submit soil test analysis reports for each sample of Clay Loam and Structural Soil from an
approved soil-testing laboratory. The test results shall report the following:
1. The soil testing laboratory shall be approved by the Engineer. The testing laboratory
for particle size and chemical analysis may be a public agricultural extension service
agency or agricultural experiment station.
2. Submit a bulk density of the sample and particle size analysis including the following
gradient of mineral content:
USDA Designation Size in mm. Gravel +2 mm Sand 0.05 – 2 mm Silt 0.002-0.05 mm Clay minus 0.002 mm
Sieve analysis shall be performed and compared to USDA Soil Classification System. Sieve analysis shall be done by a combined hydrometer and wet sieving using sodium hexametaphosphate as a dispersant in compliance with ASTM D422 after destruction of organic matter by hydrogen peroxide.
3. Submit a chemical analysis, performed in accordance with current AOAC Standards,
including the following:
pH and Buffer pH.
Percent organic matter as determined by the loss of ignition of oven dried samples.
Test samples shall be oven dried to a constant weight at a temperature of 230
degrees F, plus or minus 9 degrees.
Analysis for nutrient levels by parts per million including nitrate nitrogen,
ammonium nitrogen, phosphorus, potassium, magnesium, manganese, iron,
zinc, calcium and extractable aluminum. Nutrient test shall include the testing
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 48 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
laboratory recommendations for supplemental additions to the soil as calculated
by the amount of material to be added per volume of soil for the type of plants
to be grown in the soil.
Analysis for levels of toxic elements and compounds including arsenic, boron,
cadmium, chromium, copper, lead, mercury, molybdenum, nickel, zinc and
PCB. Test results shall be cited in milligrams per kilogram.
Soluble salt by electrical conductivity of a 1:2 soil/water sample measured in
Millimho per cm.
Cation Exchange Capacity (CEC).
Carbon/Nitrogen Ratio.
4. Submit 5-point minimum moisture density curve AASHTO T 99 test results for each
Structural Soil sample without removing oversized aggregate.
5. Submit California Bearing Ratio test results for each Structural Soil sample
compacted to peak standard density. The soaked CBR shall equal or exceed a value
of 50.
6. Submit measured dry-weight percentage of stone in the mixture.
7. The approved Structural Soil samples shall be the standard for each lot of 500 cubic
yards of material.
8. All testing and analysis shall be at the expense of the Contractor.
Maintenance Instructions: Prior to the time of Final Acceptance of the Work, submit
maintenance instructions for the use, removal and replacement of Structural Soil for the
licensor‟s (Amereq Corp.) use. The instructions shall be reviewed by the Project Engineer as a
pre-condition for Final Acceptance of the Work.
Submit to the Engineer for review a proposed plan and vertical section layout of all Structural
Soil.
Submit one cubic foot sample per each 500 cubic yards of required material, and for each
sample, the following analysis for all Crushed Stone. The soil testing laboratory shall be
approved by the Engineer.
1. Provide a particle size analysis including the following gradient of mineral content:
USDA Designation Size in mm. 3@ +76 mm 2-1/2@ 63-76 mm 2@ 50-63 mm 1-1/2@ 37-50 mm 1@ 25-37 mm ¾@ 19-25 mm Fine gravel 2-19 mm Sand 0.05-2 mm Silt 0.002-0.05 mm Clay minus 0.002 mm
2. Provide the manufacturers analysis of the following:
Loose and rodded unit weight.
Bulk specific gravity and absorbency.
Stone dimension and surface texture description.
Documentation of acceptance for use as DOT approved aggregate by the appropriate
regional DOT.
3. Provide a percent pore space analysis defined as follows:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 49 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Rodded Unit Weight divided by the Bulk Specific Gravity X 100
Submit one pound sample of each type of fertilizer and three certificates showing composition
and analysis. Submit the purchasing receipt for each fertilizer showing the total quantity
purchased for the project prior to installation.
Submit the Landscape or Pavement Material Contractor‟s qualifications outlining projects of
similar quality, schedule requirements and construction detailing over the last five years.
Qualifications shall include: the names of all similar projects, year completed, location,
description of the scope of work including the types and quantities of planting mix/pavement
material installed and the name, address and telephone number of the owner or the owner‟s
representative.
212-4.16 212-4.4 Delivery, Storage and Handling
212-4.17 Do not deliver or place soils in frozen, wet, or muddy conditions. Material shall be delivered at
or near optimum compaction moisture content as determined by AASHTO T99 (ASTM D 698).
Do not deliver or place materials in an excessively moist condition (Beyond two percent above
optimum compaction moisture content as determined by AASHTO T 99 (ASTM D 698).
Protect soils and mixes from absorbing excess water and from erosion at all times. Do not store
materials unprotected from large rainfall events. Do not allow excess water to enter site prior to
compaction. If water is introduced into the material after grading, allow material to drain or
aerate to optimum compaction moisture content.
212-4.18 212-4.5 Examination of Conditions
212-4.19 All areas to receive Structural Soil shall be inspected by the Contractor before starting work and
all defects such as incorrect grading, compaction and inadequate drainage etc. shall be reported
to the Engineer prior to beginning this work.
The Contractor shall be responsible for judging the full extent of work requirements involved,
including but not limited to the potential need for temporary storage and staging of soils,
including moving soil stock piles at the site to accommodate scheduling of other work and the
need to protect installed soils from compaction, erosion and contamination.
212-4.20 212-4.21 212-4.6 Quality Assurance
212-4.22 A. Qualifications of Landscape or Pavement material Contractor: The work of this section
shall be performed by a Landscape Contracting firm which has a minimum of five years
experience successfully installing planting mix of a similar quality, schedule requirement and
construction detailing to this project. Proof of this experience shall be submitted as per
paragraph, SAMPLES and SUBMITTALS, of this Section.
212-4.23 212-4.7 Materials
212-4.24 212-4.7.1 Clay Loam
212-4.25 Clay Loam shall be a “loam” based on the “USDA classification system” as determined by
mechanical analysis (ASTM D-422) and it shall be of uniform composition, without admixture
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 50 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
of subsoil. It shall be free of stones greater than one-half inch, lumps, plants and their roots,
debris and other extraneous matter over one inch in diameter or excess of smaller pieces of the
same materials as determined by the Engineer. It shall not contain toxic substances harmful to
plant growth. It shall be obtained from naturally well-drained areas, which have never been
stripped of topsoil before and have a history of satisfactory vegetative growth. Clay loam shall
contain not less than 2% or more than 5% organic matter as determined by the loss on ignition
of over-dried samples. Test samples shall be oven-dried to a constant weight at a temperature
of 230 degrees F., plus or minus 9 degrees.
Mechanical analysis for a Loam/Clay Loam shall be as follows:
Textural Class % of Total Weight Gravel less than 5% Sand 20-45% Silt 20-50% Clay 20-40%
212-4.26 Chemical analysis: Meet or be amended to meet the following criteria:
pH between 5.5 to 6.5.
Percent organic matter 2-5% by dry weight.
Nutrient levels as required by the testing laboratory recommendations for the type of
plants to be grown in the soil.
Toxic elements and compounds below the United States Environmental Protection
Agency Standards for Exceptional Quality sludge or local standard; whichever is
more stringent.
Soluble salt less than 1.0 Millimho per cm.
Cation Exchange Capacity (CEC) greater than 10.
Carbon/Nitrogen Ratio less than 33:1.
Loam/Clay Loam shall be the product of a commercial processing facility specializing in
production of stripped natural topsoil. No topsoil shall come from USDA - classified prime
farmland.
212-4.27 212.4.7.2 Fertilizer
212-4.28 Commercial fertilizer complying with State and United States fertilizer laws. Deliver fertilizer
in original unopened containers, which shall bear the manufacturer‟s certificate of compliance
covering analysis, which shall be furnished to the Engineer. Fertilizer shall be formulated for
mixing into the soil and be certified by the manufacturer to provide controlled release of
nitrogen continuously for a period of no less than nine months and no more than 12 months.
Fertilizer percentages of weight of ingredients and application rates shall be as recommended by
the soil testing results.
212-4.29 212-4.7.3 Sulfur (if needed)
212-4.30 Sulfur shall be commercial granular, 96% pure sulfur, delivered in containers with the name of
the manufacturer, material and analysis appearing on the container.
Sulfur used to lower soil pH above 6.5 shall be ferrous sulfate formulation.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 51 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
212-4.31 212-4.32 212-4.7.4 Lime (if needed)
212-4.33 Agricultural limestone containing a minimum of 85% carbonates. Minimum gradation: 100%
passing 10 mesh sieve; 98% passing 20 mesh sieve; 55% passing 60 mesh sieve and 40%
passing 100 mesh sieve.
212-4.34 212-4.7.5 Crushed Stone
212-4.35 Crushed Stone shall be a DOT certified crushed stone. Granite and limestone have been
successfully used in this application. The size of the crushed stone shall be 0.75 inches to 1.5
inches allowing for 5 – 10% to be greater than 1.5 inches, and 5 – 10% less than 0.75 inches.
Acceptable aggregate dimensions will not exceed 2.5:1.0 for any two dimensions chosen.
Minimum 90% with one fractured face, minimum 75% with two or more fractured faces.
Results of Aggregate Soundness Loss test shall not exceed 18%.
Losses from LA Abrasion tests shall not exceed 40%.
212-4.36 212-4.7.6 Hydrogel
212-4.37 Hydrogel shall be a potassium propenoate-propenamide copolymer Hydrogel (Gelscape®
Hydrogel Tackifier) as manufactured by Amereq Corp. (800) 832-8788
212-4.38 212-4.7.7 Water
212-4.39 The Contractor shall be responsible to furnish his own supply of water to the site at no extra
cost. All work inured or damaged due to the lack of water, or the use of too much water, shall
be the Contractor‟s responsibility to correct. Water shall be free from impurities injurious to
vegetation.
212-4.40 212-4.7.8 Structural Soil
212-4.41 A uniformly blended mixture of crushed Stone, Clay Loam and Hydrogel, mixed to the
following proportion:
Material Unit of Weight Crushed Stone 100 units dry weight Loam as determined by the test of the mix (approx. 20 units) Hydrogel 0.03 units dry weight Total moisture AASHTO T-99 optimum moisture
The initial mix design for testing shall be determined by adjusting the ratio between the Crushed
Stone and the clay loam. Adjust final mix dry weight mixing proportion to decrease soil in
mixture if CBR test results fail to meet acceptance (CBR #50).
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 52 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
212-4.42 MIX DESIGN
212-4.43 Prepare sample Structural Soil mixes to determine the ratio of mix components. Submit for
approval.
1. Submit samples and the test results of each mix component for approval. Based on
samples and the analysis of the mix components, the Engineer and the Contractor
will jointly determine a mix ratio to be tested for conformance with the requirements
of the specifications. For Structural Soil quantities greater than 500 cubic yards, test
the mix ratio for each Clay Loam or Crushed Stone where the testing indicates a
significant difference in physical analysis of the Clay Loam or Crushed Stone as
determined by the Engineer.
2. The Contractor shall prepare the samples of the proposed mix ratio options and
obtain soil test as described in paragraph 1.3 C. Submit the samples of each of the
mixes with the test results.
3. The Engineer may request additional Structural Soil mix ratio samples to be tested in
the event that further refinement of the mix is necessary.
4. Submit to the Engineer proposed fertility amendment recommendations including
amounts and types of fertilizers and pH adjustments for each mix ratio. Fertility
adjustments shall be included as part of the mixing process.
212-4.44 212-4.9 SOIL MIXING AND QUALITY CONTROL TESTING
212-4.45 All Structural Soil mixing shall be performed at the Producer‟s yard using appropriate soil
measuring, mixing and shredding equipment of sufficient capacity and capability to assure
proper quality control and consistent mix ratios. No mixing of Structural Soil at the project site
shall be permitted. Portable pugging may be used.
1. Maintain adequate moisture content during the mixing process. Soils and mix
components shall easily shred and break down without clumping. Soil clods shall
easily break down into a fine crumbly texture. Soils shall not be overly wet or dry.
The contractor shall measure and monitor the amount of soil moisture at the mixing
site periodically during the mixing process.
2. A mixing procedure for front-end loader shall be as follows:
On a flat asphalt or concrete paved surface, spread an 8 inch to 12 inch layer of
crushed stone.
Spread evenly over the stone the specified amount of dry hydrogel.
Spread over the dry hydrogel and crushed stone a proportional amount of clay loam
according to the mix design.
Blend the entire amount by turning, using a front-end loader or other suitable
equipment until a consistent blend is produced.
Add moisture gradually and evenly during the blending and turning operation as
required to achieve the required moisture content. Delay applications of moisture for
10 minutes prior to successive applications. Once established, mixing should
produce a material within 1% of the optimum moisture level for compaction.
3. A pugging operation mixing procedure may be as follows:
Feed a known weight of crushed stone into the mixing trough.
Add hydrogel as a slurry into trough and mix slurry and stone into a uniform blend.
Meter in soil in proper proportion of Clay loam soil. While stone-slurry mixture is in
motion.
Add water to bring mixture to target moisture content after factoring in water from
the slurry and the Clay-loam moistures.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 53 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Auger out to stockpile or transport vehicle (or into pit if using portable pugging
operation).
4. Add soil amendments to alter soil fertility including fertilizers and pH adjustment at
the time of mixing at the rates recommended by the soil test.
Soil pH shall be adjusted to fall within a value of 5.5 and 6.5 two months after
mixing if the material is stored, unless mixing with a high pH stone. Once pavement
is laid, no adjustment should be imposed.
Soil component carbon/nitrogen ratio shall be adjusted to be less than 33:1 within
two months after mixing.
The Producer shall mix sufficient material in advance of the time needed at the job site to allow
adequate time for final quality control testing as required by the progress of the work.
Structural Soil shall be stored in piles of approximately 500 cubic yards and each pile shall be
numbered for identification and quality control purposes. Storage piles shall be protected from
rain and erosion by covering with plastic sheeting.
During the mixing process, the Contractor obtains two, one cubic foot quality control samples
per 500 cubic yards of production from the final Structural Soil. The samples shall be taken
from random locations in the numbered stockpiles as required by paragraph 1.3.B of this
specification. Each sample shall be tested for particle size analysis and chemical analysis as
described in Paragraph 1.3.C.2 and 3 above. Submit the results directly to the Engineer for
review and approval.
The quality control sample Clay Loam-Crushed Stone ratios shall be no greater or less than 2%
of the approved test sample as determined by splitting a known weight of oven dried material on
a #4 sieve. In the event that the quality control samples vary significantly from the approved
Structural Soil sample, as determined by the Engineer, remix and retest any lot of soil that fails
to meet the correct analysis making adjustments to the mixing ratios and procedures to achieve
the approved consistency.
212-4.46 212-4.10 UNDERGROUND UTILITIES AND SUBSURFACE CONDITIONS
212-4.47 Notify the Engineer of any subsurface conditions which will affect the Contractor‟s ability to
complete the work.
Locate and confirm the location of all underground utility lines and structures prior to the start
of any excavation.
Repair any underground utilities or foundations damaged by the Contractor during the progress
of this work. The cost of all repairs shall be at the Contractor‟s expense.
212-4.48 212-4.49 212-4.11 SITE PREPARATION
212-4.50 Do not proceed with the installation of the Structural Soil material until all walls, curb footings
and utility work in the area have been installed. For site elements dependent on Structural Soil
for foundation support, postpone installation until immediately after the installation of
Structural Soil.
Install subsurface drain lines as shown on the Drawings prior to installation of Structural Soil
material.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 54 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Excavate and compact the proposed subgrade to depths, slopes and widths as shown on the
Drawings. Maintain all required angles of repose of the adjacent materials as shown on the
drawings. Do not over excavate compacted subgrades of adjacent pavement or structures.
Confirm that the subgrade is at the proper elevation and compacted as required. Subgrade
elevations shall slope parallel to the finished grade and or toward the subsurface drain lines as
shown on the drawings.
Clear the excavation of all construction debris, trash, rubble and any foreign material. In the
event that fuels, oils, concrete washout silts or other material harmful to plants have been spilled
into the subgrade material, excavate the soil sufficiently to remove the harmful material. Fill
any over excavation with approved fill and compact to the required subgrade compaction.
Do not proceed with the installation of Structural Soil until all utility work in the area has been
installed. All subsurface drainage systems shall be operational prior to installation of Structural
Soils.
Protect adjacent walls, walks and utilities from damage or staining by the soil. Use ½” plywood
and or plastic sheeting as directed to cover existing concrete, metal and masonry work and other
items as directed during the progress of the work.
1. Clean up all trash and any soil or dirt spilled on any paved surface at the end of each
working day.
2. Any damage to the paving or architectural work caused by the soils installation
Contractor shall be repaired by the general contractor at the soils installation
contractor‟s expense.
Maintain all silt and sediment control devices required by applicable regulations. Provide
adequate methods to assure that trucks and other equipment do no track soil from the site onto
adjacent property and the public right of way.
212-4.51 212-4.52 212-4.12 INSTALLATION OF STRUCTURAL SOIL MATERIAL
212-4.53 Install Structural Soil in 6 inch lifts and compact each lift.
Compact all materials to peak dry density from a standard AASHTO compaction curve
(AASHTO T 99). No compaction shall occur when moisture content exceeds maximum as
listed herein. Delay compaction 24 hours if moisture content exceeds maximum allowable and
protect Structural Soil during delays in compaction with plastic or plywood as directed by the
Engineer.
Bring Structural Soils to finished grades as shown on the Drawings. Immediately protect the
Structural Soil material from contamination by toxic materials, trash, debris, water containing
cement, clay, silt or materials that will alter the particle size distribution of the mix with plastic
or plywood as directed by the Engineer.
The Engineer may periodically check the material being delivered and installed at the site for
color and texture consistency with the approved sample provided by the Contractor as part of
the submittal for Structural Soil. In the event that the installed material varies significantly from
the approved sample, the Engineer may request that the Contactor test the installed Structural
Soil. Any soil which varies significantly from the approved testing results, as determined by the
Engineer, shall be removed and new Structural Soil installed that meets these specifications.
212-4.54 FINE GRADING
After the initial placement and rough grading of the Structural Soil but prior to the start of fine
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 55 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
grading, the Contractor shall request review of the rough grading by the Engineer. The
Contractor shall set sufficient grade stakes for checking the finished grades.
Adjust the finish grades to meet field conditions as directed.
1. Provide smooth transitions between slopes of different gradients and direction.
2. Fill all dips with CU-SoilTM
and remove any bumps in the overall plane of the slope.
3. The tolerance for dips and bumps in Structural Soil areas shall be a 3” deviation from
the plane in 10‟.
4. All fine grading shall be inspected and approved by the Engineer prior to the
installation of other items to be placed on the Structural Soil
The Engineer will inspect the work upon the request of the Contractor. Request for inspection
shall be received by the Engineer at least 10 days before the anticipated date of inspection.
212-4.55 ACCEPTANCE STANDARDS
212-4.56 The Engineer will inspect the work upon the request of the Contractor. Request for inspection
shall be received by the Engineer at least 10 days before the anticipated date of inspection.
212-4.57 CLEAN-UP
212-4.58 Upon completion of the Structural Soil installation operations, clean areas within the contract
limits. Remove all excess fills, soils and mix stockpiles and legally dispose of all waste
materials, trash and debris. Remove all tools and equipment and provide a clean, clear site.
Sweep, do not wash, all paving and other exposed surfaces of dirt and mud until the paving has
been installed over the Structural Soil material. Do no washing until finished materials
covering Structural Soil material are in place.
212-4.59 MEASUREMENT & PAYMENT
All work, materials, labor, import/export and sub-grade prep associated with structural soil shall
be included in the bid item for structural soil. It may not be possible to install 3‟ depth due to
conflicts with existing utilities. Structural soil will be installed to the depth of the top of existing
utilities only with a safety clearance. Quantity adjustments will be made in the field to facilitate
exiting conditions and avoid conflicts with existing utilities. The Resident Engineer will
determine the actual depth of installation of the structural soil on-site. The Agency and
Contractor agree that this item may vary greater than 25% without additional costs to the
Agency or deduction to the Contractor.
SECTION 216 – DETECTABLE WARNING TILES
216-1.2 Materials. To the City Supplement, DELETE in its entirety and SUBSTITUTE with the following:
Materials for DWT specified herein shall be per the City's Approved Materials List (AML). The tiles shall have the manufacturer's logo stamped permanently on the product with identifying information such as model number and type.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 56 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
a) The Stainless Steel Cast in Place DWT shall be of 16 gauge Type 304L with an integral micro-texture non-slip surface stamped into the stainless steel plate on the top of the domes and in the field surface between the domes. It shall have an ultra violet stabilized coating.
b) Vitrified Polymer Composite (VPC) Cast in Place DWT shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. VPC Product shall be provided with a 5-year manufacturer written warranty form materials and installation.
c) For others materials and a complete listing of material physical property requirements refer to the City's AML.
SECTION 215 - SITE FURNISHINGS
215-1 TREE GRATES
215-1.1 GENERAL
Tree grates shall be cast iron or ductile iron by the product and manufacturer specified, or equal as
approved by the Engineer of Work. Gray iron castings shall conform to ASTM A-48 Class 35B or
better. All castings shall be manufactured true to pattern, and shall be of uniform quality, free from
blowholes, porosity, hard spots, shrinkage distortion, or other defects, and shall be smooth and well
cleaned by shotblasting.
215-1.2 TREE GRATES MANUFACTURER
Tree grates, frames and hardware assembly shall be of the type, location and furnished as shown on
the Contract Drawings and Centre City Development Corporation Streetscape Manual.
Factory applied finish, consisting of a minimum of one coat primer and one top coat black enamel.
Finish shall be slip-resistant, meeting ADA requirements.
Anti-pilfer hardware shall be required and be provided from the same approved manufacturer as the
tree grate.
Southbay Foundry is an approved equal.
215-2 TRASH RECEPTACLES
Trash Receptacles shall be Victor Stanley SD-42 per the plans and Centre City Development
Streetscape Manual and there will be no substitutions allowed.
PART 3 – CONSTRUCTION METHODS
300-1 CLEARING AND GRUBBING
300-1.1 General
ADD the following:
Clearing and grubbing shall also include the removal and disposal of all miscellaneous materials:
Buried pavements and other materials, old subsurface pavements and other materials (such as old
street car tracks, concrete planters, and other materials) encountered under existing pavements, which
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 57 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
are within designated excavation areas on the plans.
The work includes demolition and removal (unclassified demolition) of all materials and facilities
indicated or specified. Do not begin demolition until authorization is received from the Engineer.
Remove rubbish and debris daily, unless otherwise directed. Store materials that cannot be removed
daily in areas specified by the Engineer.
In addition to the above items, clearing and grubbing shall include, but not be limited to the following
items as shown on the plan or specified in these Special Provisions.
1. Deleterious materials resulting from clearing and grubbing operations shall be hauled away and
disposed of at a site obtained by the Contractor.
2. Providing continuous pedestrian and driveway access to all business and residences within the
project area, and as directed by the Engineer
3. Sawcutting of concrete and asphalt concrete at joints and right-of-way limits.
4. Protection of existing and relocated utility structures prior to and during construction of proposed
improvements.
5. Removal and disposal of any additional items not specifically mentioned which may be found
within the work limits including tress or landscaping that the Engineer determines needs to be
removed for the installation of the lighting system.
6. Furnishing and applying water.
7. Dust control: The Contractor shall take appropriate action to check the spread of dust to avoid
the creation of a nuisance in the surrounding area. Do no use water if it results in hazardous or
objectionable conditions, such as folling, or pollution. Comply with all dust regulations imposed
by local air pollution agencies.
8. Protection: The Contractor shall protect existing work which is to remain in place, that, is to be
re-used, or which is to remain the property of Owner by temporary covers, shoring, bracing, and
supports. Items which are to remain or are to be salvaged and which are damaged during
performance of work shall be repaired to their original condition or replaced with new by the
Contractor at no additional cost to Owner. The Contractor shall protect all services and utilities
which are to remain. Where removal of existing utilities and pavement is specified or indicated,
provide approved barricades, temporary covering of exposed areas, and temporary services or
connections for electrical utilities.
9. Signage: Contractor shall remove all signage (traffic, street, etc.) including posts and footings
and deliver to the City of San Diego storage facility at the direction of the Engineer. Contractor
is responsible for verifying in the filed the locations and quantity of signage to be removed and
relocated. All street light mounted signage shall be removed and replaced on the new light poles
as directed by the engineer. Contractor is responsible for installation of temporary signage
(street, traffic, etc.) as required by the Engineer and approved traffic control plans. Payment for
all labor and materials in this section shall be included in the nit prices for the various items of
work and no additional payment shall be authorized.
10. Basements: Underground basements may exist in and around the vicinity of the site. Contractor
shall independently verify, by physical inspection, the location of all basements. Contractor is
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 58 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
responsible for the repair of any damage that may occur to any basement at no additional cost to
the agency.
11. Personnel: Where pedestrian and driver safety is endangered in the area of removal work, at a
minimum use traffic barricades with flashing lights in conformance with City traffic control
requirements. Notify the Engineer prior to beginning any such work.
12. Maintenance of project appearance
13. Control of water and dewatering during construction.
14. Clean-up of project upon completion of work.
300-1.2 Preservation of Property.
ADD the following:
Contractor to maintain access to adjacent properties at all times. Disruption to these
business/residence activities shall be kept to a minimum and approved by the Engineer of Work.
The contractor shall communicate orally and in writing in advance with each property owner/tenant
affected by its operations one-week minimum prior to the start of work. In addition, the contractor
shall maintain a proactive relationship with the area merchants/residents and inform them weekly of
the construction schedule to assure that impacts to their businesses/residence are kept at a minimum
throughout the contract period. Costs for this communication effort shall be considered included in
the various items of work.
300-1.3 Removal and Disposal of Materials
ADD the following:
The Contractor shall submit proposed salvage, demolition, and removal procedures for approval
before work is started. Procedures shall provide for careful removal and disposition of materials
specified to be salvaged, coordination with other work in progress, a disconnection schedule of utility
services, a detailed description of methods and equipment to be used for each operation and of the
sequence of operations.
ADD the following:
300-1.3.3 Demolition. The work includes demolition or removal (unclassified demolition) of all
materials and facilities indicated or specified. The contractor is required to submit the method of
demolition to the engineer for approval prior to commencing with the demolition. Do not begin
demolition until authorization is received from the Engineer. Remove rubbish and debris daily,
unless otherwise directed. Store materials that cannot be removed daily in areas specified by the
Engineer.
A. Dust Control. The Contractor shall take appropriate action to check the spread of dust to
avoid the creation of a nuisance in the surrounding area. Do not use water if it results in
hazardous or objectionable conditions, such as flooding, or pollution. Comply with all dust
regulations imposed by local air pollution agencies.
B. Protection. The Contractor shall protect existing work which is to remain in place, that is to
be reused, or which is to remain the property of CCDC by temporary covers, shoring,
bracing, and supports.. Items which are to remain or are to be salvaged which are damaged
during performance of work shall be repaired to their original condition or replaced with new
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 59 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
by the Contractor at no additional cost to CCDC. Do not overload structural elements.
Provide new supports and reinforcement for existing construction weakened by demolition or
removal work.
The contractor shall protect all services and utilities which are to remain. Where removal of
existing buildings, utilities, and pavement is specified or indicated, provide approved
barricades, temporary covering of exposed areas, and temporary services or connections for
electrical utilities. Place plastic coverings on 1st floor walls at buildings adjacent to the
demolition.
C. Personnel. Where pedestrian and driver safety is endangered in the area of removal work, use
traffic barricades with flashing lights. Notify the Engineer prior to beginning any such work.
D. Explosives. Use of explosives will not be permitted.
E. Existing condition. All existing streets have a varying thickness of asphalt concrete
pavement over an unknown thickness of PCC pavement. It is assumed that the existing street
section is 5” AC over 6” PCC. The contractor is to be aware of existence of concrete paving
and its removal should include unit cost for street section removal.
ADD the following:
300-1.3.4 Execution.
A. Utility Services: Remove existing utility services only after temporary or permanent
bypasses are in place as indicated or as specified herein, and as approved by the appropriate
utility agency.
B. Utilities and Related Equipment: Remove existing utilities as indicated and terminate in a
manner conforming to the nationally recognized code covering the specified utility and
satisfactory to the Engineer. Dispose of utility lines encountered that are not shown on the
drawings in accordance with instructions of the Engineer.
C. Concrete: Where concrete work is to be removed, saw cut concrete along straight lines to a
depth of not less than two inches. Make each cut in walls perpendicular to the face and in
alignment in the cut in the opposite face. The remainder of the concrete shall be broken out,
provided that the broken area is concealed in the finished work, and the remaining concrete is
sound. At locations where the broken face cannot be concealed, it shall be ground smooth or
the sawcut shall be made entirely through the concrete. It is assumed that an unknown
thickness of concrete exists under the asphalt street surface in all of the streets in this project.
The contractor shall assume that the existing street section is at least 6” of asphalt on 6” of
concrete.
D. Filling: Fill holes and other hazardous openings in accordance with Section 300 Earthwork.
E. Title to Materials: All materials and equipment removed, and not re-used, shall become the
property of the Contractor and shall be removed from the site. Title to all materials resulting
from demolition, and all materials and equipment to be removed, is vested in the Contractor
upon approval by the Engineer of the Contractor‟s demolition and removal procedures, and
authorization by the Engineer to begin demolition. CCDC will not be responsible for the
condition or loss of, or damage to such property after notice to proceed. Materials, and
equipment shall not be viewed by prospective purchaser or sold on or near the site.
F. Re-use of materials and equipment: Carefully remove and store materials and equipment
indicated to be re-used or relocated to prevent damage, and reinstall as the work progresses.
G. Salvaged Materials and Equipment: Contractor to carefully remove materials and equipment
that are designated to be removed on the plans
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 60 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
H. Debris and Rubbish: Remove and transport debris and rubbish in a manner that will prevent
spillage on streets or adjacent areas. Clean up spillage from streets and adjacent roads.
I. Regulations: Comply with federal, state and local hauling and disposal regulations.
J. Hazardous Materials: In the event that Hazardous Materials such as contaminated soil,
underground tanks, or asbestos is found or identified during excavation for foundation or
conduit installation, the following procedures shall be instituted:
The Engineer shall issue a “stop work order” directing the Contractor to cease all
construction operations at the locations of such potential hazardous material find. The
contractor shall relocate their operations to another portion of the project site at no additional
cost to CCDC.
Such “stop work order” shall be effective until such time as the Engineer assesses the impact
of the hazardous material and makes recommendations for its removal and disposal. Any
“stop work order” shall contain the following:
A clear description of the work to be suspended;
Any instructions regarding issuance of further orders by the Contractor for material services;
Guidance as to action to be taken on subcontracts;
Any suggestions to the Contractor as to minimization of his costs; and
Estimated duration of the temporary suspension.
If the Engineer determines the Hazardous Material removals will cause further delays, the
Engineer shall extend the duration of the “stop work order” in writing, and the Contractor
shall suspend work at the location of the hazardous material find.
K. Parking Meters: Removal of parking meters shall be coordinated with the City. All parking
meters not reused on-site shall be returned to the City.
300-1.4 Payment. ADD the following:
All costs associated with clearing and grubbing shall be included in the lump sum bid price for the
“Clearing & Grubbing”. The unit prices for demolition shall include full compensation for furnishing
all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in
demolition items as shown on the plans and as specified and as directed by the Engineer, including
the removal and disposal of all the resulting materials. The cost of any demolition items or work not
called out specifically shall be included in the cost of the various item of work and there shall be no
additional cost to the Agency.
SECTION 302 – ROADWAY SURFACING
302-1.9 Traffic Signal Loop Detectors. To the City Supplement, DELETE the second paragraph and SUBSTITUTE with the following:
Traffic detector loops shall be reinstalled prior to resurfacing of the related street within 15 days from completion of all preparatory work including milling, cutting and grinding. The Contractor shall contact the City of San Diego's Street Division, Traffic Signal Maintenance at 619-527-8052 north of Interstate 8 or 619-527-8053 south of Interstate 8 to request loop layout.
302-5.9 Measurement and Payment.
Add the following:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 61 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Measurement of cold milling of existing streets shall be of actual areas authorized by the Engineer
calculated in square feet, based on the square foot with a minimum depth of 0.1‟ shall be included in
unit price per square foot for “AC Grind & Overlay”.
As a condition of final payment, the Contractor shall submit a signed affidavit stating location and
proposed recycling of planed asphalt grindings.
Payment for notifying "USA UNDERGROUND SERVICE ALERT", for the sweeping of streets with
a metal detector, and for traffic control for the metal detecting operation shall be included in the unit
price for cold milling.
302-6.4.5 FINISHES OF CONCRETE:
ADD the following:
All concrete surfaces, such as concrete cross-gutters, not receiving a specified texture finish shall be
given a medium broom finish with lines running perpendicular to the work or paving edge. Color
shall be L.M. Scofield Company catalog number C-14 tint or equal gray color hardener unless
otherwise specified.
SECTION 303 – CONCRETE AND MASONRY CONSTRUCTION
303-4 MASONRY CONSTRUCTION
ADD: 303-4.3 BRICK PAVER INSTALLATION:
ADD: 303-4.3.1 GENERAL:
Examine substrate to assure that it is completed without ridges, voids, deteriorations, or obstructions,
and that it is free of contaminants that would interfere with installation of tile paving.
Check that the waterproof membrane has been installed, if required.
Do not begin installation of brick paving until conditions are satisfactory.
LAYOUT: Install in accordance with the plans and details. Layout in expansion joints, bands and
borders first, using information shown on the plans. Work shall be laid out perpendicular and parallel
to the building lines and based upon the 19'-6" module between building columns. Tile joints size is
three-eighths inch (3/8"); expansion joints sizes are one-half inch (nchh Layout to be approved by the
Landscape Architect in advance of setting any tile. Prior to layout of bands, verify location of
existing 69KV line on the south side of Island. Width of brick border may need to be adjusted to
maintain proper setbacks and shall be verified with the engineer.
ADJOINING SURFACES: Since there are existing adjoining surfaces to meet on all surrounding
sides of the work, Contractor shall slope the plane of the work in each area to meet the minimum
requirements, and to be flush with existing surrounding surfaces, such as tops of curbs, pedestrian
ramps, light standards, and existing alcoves, where those alcoves have positive drainage outward to
curb.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 62 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
MORTAR BED: Install mortar bed over the concrete base where required to provide a uniformly
sloped surface on which to set the brick pavers to meet requirements for finished surfaces. Mortar
bed shall be a latex modified cement mortar.
TOLERANCES: The brick paver pattern shown on these drawings has been designed to an exact
module. Each entire section of tile paving (from expansion joint to expansion joint) shall be laid to
within one-eighth inch (1/8") of true line in either direction. In addition, the line of each joint shall be
true (to within tolerance) across the expansion joints, and along the length of the entire project. The
final surface elevations shall not deviate more than ¼ inch under a 10 foot long straightedge. The
surface shall be sloped and finished graded to eliminate puddle formation on the finished surface.
Do not use units with excessive chips, cracks, voids, discolorations or other defects which might be
visible or cause staining in finishing work.
Cut units with diamond blade, motor-driven saw equipment to provide clean, sharp, unchipped edges.
Cut units to provide pattern shown and to fit adjoining work neatly. Use full units without cutting.
Use the layout scheme described herein. Set units in patterns shown with uniform joints.
All pavers shall be completely cleaned and excess grout and mortar removed. Bricks shall match
installation existing at corners.
The installation shall be guaranteed to be free from material defects for a period of one year from the
date of acceptance.
Contractor shall furnish all materials and labor to provide a complete installation.
ADD: 303-4.3.2 MIXING:
Combine desired volume of thin-set mortar bond coat with latex additive in a clean container and mix
to a non-slumping, smooth paste consistency. Proper mixing ration is approximately two and one-
half (2--h gallons of additive per 50 pound bad of thin-set mortar. When properly mixed, troweled
ridges will stand with little or no slump. Although hand mixing is recommended for optimum results,
and electric motor drill with an appropriate type mixing blade may be used at low speeds (150 rmp).
Higher mixing speeds may cause a loss of bond strength. Allow mixture to slack in mixing container
for five to ten (5-10) minutes prior to application.
ADD: 303-4.3.3 APPLICATION:
Spread latex-fortified, thin-set mortar substrate using flat edge of trowel at a thirty-
to a forty-
adhesion. Then apply bonding quantity of mortar with notched side of towel. Use proper size
notched trowel to insure on hundred percent (100%) coverage of bond coat, then, with the trowel held
notched edge down, generally at a forty- le to the pattern, comb thin-set to form
ridges. Do not spread more thin-set mortar than can be covered within fifteen (15) minutes, or while
material has wet tack (sticky to the touch). If thin-set mortar “skins” over of begins to set before
brick can be applied, re-comb or remove and replace with fresh material. Pot life is normally in
excess of two (2) hours. Periodically re-stir mixture., but do not retemper with more liquid. “Back
butter” brick if specified by the brick manufacturer. Tile should be beaten into place with a wooden
block and rubber mallet.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 63 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
One half (½) hour prior to lunch break and one-half (½) hour prior to the end of each working day,
the City‟s Resident Engineer will review the work for conformance with the spacing tolerance, and
trueness to plane, and will randomly remove between five (5) and ten (10) pieces of brick to insure
that the tiles are receiving proper bonding. If any tiles have not been properly set, leaving voids
under the tile, or if there are indications of not receiving a proper bond, the prior one-half (½) day of
installation will be required to be removed and replaced at the Contractor‟s expense.
ADD: 303-4.3.4 EXPANSION JOINTS:
ADD: 303.4.3.4.1 INSTALLATION
Expansion joints in brick should be located over all joints in the substrate and cold joints, at the edges
of the work and as specified on the plans. Joints in brick and setting materials shall never be less than
width of the control joint below. Preparation and installation shall be as required for expansion joints
in the substrate, except as specified herein. Joints in brick work shall be constructed during
installation of mortar beds and/or brick, rather than saw cutting joints after installation. Keep
expansion joint cavities open and free of dirt, debris, grout mortar and setting materials.
Set compressible back-up strip when mortar is placed or utilize a removable wood strip to provide
space for back-up after mortar has cured. Install sealant after tile work and grout are dry.
ADD: 303-4.3.5 GROUTING:
ADD: 303-4.3.5.1 MIX:
Mix brick grout into Acrylic Mortar Admix (AMA) diluted 1:1 with clean, cool water. Do not use at
temperatures below fifty degrees Fahrenheit (50 ). Mix shall be of a stiff, creamy consistency. Use
appropriately two (2) quarts of liquid for each twenty-five (25) pounds of grout to be mixed. Allow
to slack for five (5) to ten (10) minutes, then restir. Avoid overthinning, as this will weaken the grout.
Pot life of mixed grout is less than two (2) hours. DO NOT RE-TEMPER GROUT with water or
liquid, as this weakens the material. Discard and mix fresh grout. Consistency of mixing rations
between batches helps to maintain color shade uniformity.
ADD: 303-4.3.5.2 APPLICATION:
Just before grouting, lightly dampen the surface of the tile with the grout release agent in accordance
with manufacturer.2 instructions. This makes grouting easier and the finished tile cleaner. Spread
grout and force into joints with a firm, new rubber float. Work float at a forty-five degree (45 ) angle
to the joints. This allows a full joint, while removing excess material from the surface. Provide a
neat uniform surface and appearance, free from pinholes, cracks or other voids.
Allow grout in joints to firm up, then dress joints by sponging with clean, cool water. Soak and rinse
sponge constantly; wring out all excess water and wash with circular or diagonal motion, using light
pressure. Change water frequently. Avoid excessive amounts of water.
After initial set, polish bricks with a clean, dry cloth.
ADD: 303-4.3.5.3 CURING:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 64 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
After final cleaning, lightly dampen surface with cool, clean water and cover the entire surface with
non-staining, draft-type paper with edges lapped. Leave cover in place for three (3) days minimum.
Otherwise, lightly moisten grout several times, minimum six (6) times per day, with clean, cool water
for three (3) days.
ADD: 303-4.3.5.4 EFFLORESCENCE:
All efforts have been made to reduce the possibility of efflorescence on this project. If it does occur,
Contractor shall remove following industry-accepted cleaning procedures or neutralize with a product
designed for that purpose.
ADD: 303.4.3.6 JOINT SEALANT:
Sealant shall not bond to the backup material. Brick edges to which the sealant will bond shall be
clean and dry. Sand or grind these edges to obtain optimum sealant bond. Primer on the tile edges in
mandatory when recommended by sealant manufacturer. Keep primer off tile faces. The joint sealant
shall be finished with a sand texture (fine sand spread over top of sealant before it has set).
ADD: 303.4.3.7 WEATHERPROOFING SEALANT:
The tile and grout shall be sealed with a penetrating sealer no sooner than seventy-two (72) hours
after the tile has been grouted and cleaned; and no later than one (1) week after the tile has been
grouted and cleaned. The penetrating sealer should be comparable to Stone Tech Professional
Enhancer Pro, no approved equal, and application method should be strictly adhered to as prescribed
by the manufacturer.
ADD: 303.4.3.7.1 APPLICATION:
Apply weather proofing sealant to surface which is clean and dry and free from dirt, dust, oil, etc.
And at a time when weather is calm, and temperatures correct. If additional cleaning is required,
comply with manufacturer‟s recommendations. Seal must be used as supplied, without any additions.
Apply by brooming, brushing, rolling or airless sprayer. Do not allow to puddle or pond. Excess
sealant should be wiped up immediately. Cure for at least two (2) hours.
ADD: 303-5 CONCRETE CURBS, WALKS, GUTTERS, ALLEY INTERSECTIONS,
ACCESS RAMPS AND DRIVEWAYS:
303-5.5.3 WALK: ADD the following:
Concrete mix for areas to receive exposed finish, shall contain a ratio of 60% aggregate to 40% sand,
and shall conform to specified PSI rating for walks.
Exposed Aggregate Finish Concrete: Avoid overworking concrete during placement to allow
aggregate to remain near surface per paragraph two. Following floating, edging, and jointing,
retardant shall be applied by spraying per manufacturer's instructions.
The aggregate shall be integrally mixed into the concrete at the concrete batch plant, treated with a
surface retardant, and power-washed within 24 hours to expose the aggregate.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 65 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Cover concrete with plastic sheeting. Allow to cure for approximately 12 hours, before removing
sheeting and exposing aggregate. Aggregate shall be exposed by power washing with clean water to
remove cement between aggregate in a uniform manner. A medium broom may be used to assist in
removal to a depth of approximately 1/8". Remove residue, deposits and clean finished surface.
Provide a 2x2; square sample of finish for approval by Landscape Architect and City Engineer a
minimum of 48 hours prior to pour.
303-5.9 MEASUREMENT AND PAYMENT: ADD the following:
Payment for „Island Avenue Paving‟ shall be the square foot unit price and shall include the complete
structural section, base, concrete and steel reinforcement (4” PCC or 8” PCC as specified) and all
specified finishes, admixtures, exposed aggregate, brick paving, mortar, grout, joints, sealants and
compaction.
303-9 BRICK PAVERS
303-9.1 General. Sidewalks and ramps to be constructed with brick pavers shall be constructed
per the Construction Details and per Centre City Streetscape Manual, August 20, 2003.
303-9.2 Measurement & Payment. Payment for all line item work requiring the installation of
brick pavers shall be per square foot as specified in the Bid Proposal for Ballpark paving, Island
Avenue paving, Brick Herringbone at Corners, Ramp to Tivoli Gaslamp Finish and Gaslamp Brick
paving. The bid price shall include full compensation for grout, furnishing and setting the brick
pavers, mortar bed, joints and sealant, flashing, cleaning and raising to finish grade all utility frames
and covers, sealing and cleaning, the complete structural section including excavating and removal or
importing soil to achieve subgrade, subgrade compaction, base, base compaction, and concrete base,
steel reinforcement and for furnishing all labor, materials, tools and equipment, and for performing all
work involved in the construction of such brick pavers, in place, as shown on the plans.
306-7 CURB DRAINS
ADD: 306-7.1 MEASUREMENT & PAYMENT.
The contract price paid per linear foot for curb drains shall include full compensation for all labor,
materials, equipment, overhead, profit and all other costs associated with the installation of this item
of work and connecting it to the existing drain system for a fully function drain.
307-16 STREET LIGHTING CONSTRUCTION
307-16.8.6 Payment
ADD the following:
Payment for line item #37 shall include the removal and replacement of the luminaires, relocation of standards, installation of new foundations, demolition of old foundation to 1‟ below sub-grade, installation of conduit, wiring, fuses, photocells, hardware, pull boxes, labor, equipment, materials, overhead and profit on a per light basis and there shall be no other costs.
Payment for line item #38 shall include the relocation of standards, installation of new foundations, demolition of old foundations to 1‟ below sub-grade, installation of conduit, wiring, fuses, photocells, hardware, pull boxes, labor, equipment, materials, overhead and profit on a per light basis and there shall be no other costs.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 66 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Payment for line item #39 shall include the removal and replacement of forty-four (44) Type C luminaires on Island Avenue from 6
th Avenue to 17
th Street, two (2) on the West side of 7
th Ave just
north and south of Island Avenue, one on the west side of 10th Avenue just north of Island Avenue
and one on the west side of 13th Street just south of Island Avenue and wiring, photocells, hardware,
(fuses as needed), labor, equipment, materials, overhead and profit on a per light basis and there shall be no other costs.
The contractor shall box and bubble wrap the existing Type C luminaires (glass globes) that are being removed and deliver them to the City of San Diego Street Division, Chollas Park, Contact Derrick Mack, (61) 527-8054. Contractor shall not disassemble the luminaires. The cost of packaging, handling, transporting and delivering the luminaires shall be included in the cost of line item #39.
The following Street Light Schedule replaces and supersedes the street light schedule on plan #35134-2-D:
St.
Light
No.
Street Name Location
Reference Corner/Side Street Type of Work/Wattage
Pole
Type
1 7th Avenue 173' S/O Island West (U,R) 55W Induction C
2 7th Avenue 80' N/O Island West (U) 55W Induction C
3 Island Avenue 96' W/O 10th Ave. North (U,R) 55W Induction C
4 10th Avenue Island Avenue Northwest Corner (U,R) 165W Induction 15
5 Island Avenue 14' W/O 13th Ave. South (U,R) 55W Induction C
6 Island Avenue 7th Avenue Northwest Corner (U,R) 165W Induction 15
7 Island Avenue 6th Ave. to 17th St North & South (U) 55W Induction C
8 10th Avenue 85' N/O Island Ave West (U) 55W Induction C
9 13th Street 43' S/O Island Ave. Southwest Corner (U) 55W Induction C
Street Light Schedule acronym definitions:
“U”= Replace existing HPS luminaire with induction luminaire per specifications.
“R”=Remove and relocate existing streetlight per specifications.
SECTION 308 – LANDSCAPE AND IRRIGATION INSTALLATION
308-4 PLANTING.
308-4.1 GENERAL.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 67 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
ADD the following:
Actual planting shall be performed during those periods when weather and soil conditions are suitable
and in accordance with locally accepted horticultural practice. No planting shall be done in any area
until the area concerned has been satisfactorily prepared in accordance with these specifications. Soil
moisture level prior to planting shall be no less than 75% of field capacity. The determination of
adequate soil moisture for planning shall be the sole judgment of the landscape architect and his
decision shall be final. The contractor shall obtain approval of planting pits before planting
operations shall begin. If the soil moisture level is found to be insufficient for planting, all planting
pits shall be filled with water and allowed to drain before starting planting operations. No more
plants shall be distributed in the planting area on any day than can be planted and watered on that day.
All plants shall be planted and watered as herein specified immediately after the removal of the
containers. Containers shall not be cut prior to placing the plants in the planting area.
The Resident Engineer, and/or designated representative, will visit the local nursery from which trees
are procured to inspect the trees prior to delivery to the site, otherwise photos submittals will be
required.
After approval and transportation, and upon arrival at the construction site, the Resident Engineer,
and/or designated representative, will inspect the plants for any damage that may have occurred in
transit. Plants that have been damaged in transit may be rejected at no cost to the Agency.
Bid item unit prices for trees shall include all items incidental to tree planting including excavation,
backfill, soil amendments, fertilizer tablets, staking, drain pipes and all other items not included in
other bid items to sustain healthy growing conditions for the trees throughout the contract period.
308-4.2 PROTECTION AND STORAGE.
ADD the following:
The contractor‟s on-site plant storage area shall be approved by the field engineer prior to the delivery
of any plant materials. Any plant determined by the landscape architect to be wilted or otherwise
damaged shall be rejected at any time during the project, whether in the ground or not. Any plant that
has been handled by its trunk or stem shall be rejected.
ADD: 308-4.2.4 REMOVE EXISTING TREES
Trees noted to be removed and not transplanted shall be removed completely including the root crown
and roots over 2" in diameter where practicable. Stump shall be removed by grinding or other
mechanical method to a depth of 36" below proposed finish grade. The contractor shall verify the
specific trees to be removed with the Resident Engineer prior to removal. Caution shall be exercised
to avoid damage to utilities adjacent property and barricades shall be erected to protect pedestrians.
Trees outside the City right-of-way shall not be removed or otherwise damaged.
308-4.5 TREE AND SHRUB PLANTING.
ADD the following:
All planting holes shall be backfilled with a prepared soil mix. Soil shall consist of 50 percent of
specified topsoil and 50 percent of type 4 organic soil amendment.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 68 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Fertilizer planting tablets (21 gram size) shall be placed with each plant at the following rates:
One (1) tablet per each 2 inch of box container
Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to
compensate for loss of roots during transplanting, but never to exceed one-tenth the branching
structure. Pruning may be done only with the approval of, and in the presence of, the landscape
architect. Cuts over three-quarters of an inch (3/4”) shall be painted with an approved tree wound
paint. Pruning shall occur at the beginning and end of the maintenance period as directed by the
Engineer of Work. There should a minimum of 7‟ of clearance in pedestrian areas.
308-5 IRRIGATION SYSTEM INSTALLATION.
ADD the following:
308-5.2 IRRIGATION PIPELINE INSTALLATION.
ADD the following:
308-5.2.3 Installation of plastic pipe.
308-5.2.3.1 Sand encasement for irrigation pipe, direct burial control wire and electrical conduit
shall be plaster or sand per Section 200 of the Standard Specifications.
308-5.2.3.2 All PVC pressure pipe shall have the correct sized concrete thrust block installed at
every abrupt change of alignment; at gate valves, tees, elbows and at ends of pipe runs; or where ever
the engineer deems one to be necessary. Thrust blocks are to be installed as per San Diego Regional
Standard Drawings W-17, W-18, and W-19 sized as for 4” pipe minimum.
308-5.2.3.3 All irrigation lines under paving shall be sleeved with PVC SCH. 40 pipe. Sleeved
pipe shall continue to run at the specified depth as per Section 308-2.2 of the Standard Specification
for Public Works Construction, 2006 Edition. Sleeves shall be 2 times the diameter of pipe to be
sleeved and shall extend 6” past edge of paving.
308-5.2.3.4 Irrigation mainline is shown diagrammatically. Install in planting areas wherever
possible.
308-5.3 INSTALLATION OF VALVES AND VALVE BOXES.
ADD the following:
308-5.3.1 Installation of remote control valves: Install remote control valves, and plumb into
lateral piping in locations as shown on the drawings and as detailed. Fit with concrete valve box and
cover as detailed in San Diego Regional Standard Drawings I-14 and SDI-103.
308-5.3.2 Installation of valve boxes: Install valve boxes as shown on detail. Install no more
than one valve per box. Contractor shall rework the locking toggles by replacing the existing clevis
pin and sheet metal cup with a cadmium plated machine bolt and self-locking nut. Apply oil to
prevent rust.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 69 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
308-5.3.3 Installation of manual globe valves: Install approximately where shown on the
drawings and as detailed. There shall be a valve installed upstream of all remove control valves and
quick couplers. (See San Diego Regional Standard Drawing SDI-103)
308-5.3.4 Installation of backflow assembly.
308-5.3.4.1 Backflow preventer assembly shall be installed two feet (2‟) away from any obstacles
and in accordance with manufacturer‟s specifications, located as directed on drawings, and shall
conform to all applicable codes and ordinance requirements. Exact location and positioning shall be
verified and approved by landscape architect and City representative.
308-5.3.4.2 Type “K” copper pipe shall be used to extend the existing water main at the meter to
the new reduced pressure principle backflow prevention device assembly.
308-5.3.4.3 Plumb legs on backflow preventer with 2” red brass fittings and nipples. Provide
reducing fittings directly upstream and downstream of backflow device assembly as needed.
308-5.3.5 Installation of anti-drain valves: Anti-drain valves shall be installed in the riser
assemblies of all sprinkler heads as detailed.
308-5.3.6 Install quick couplers and remote control valves adjacent to walks and curbs in shrub
planting areas.
308-5.5 AUTOMATIC CONTROL SYSTEM INSTALLATION.
ADD the following:
308-5.5.1 Installation of the automatic controller: The controller shall be installed as per
manufacturer‟s directions within the specified enclosure and as shown and as directed (see legend and
details). Final location shall be approved by the Engineer of Work.
308-5.5.2 Connections to control wiring shall be made within automatic controller enclosure.
All wire shall follow the pressure main insofar as possible.
308-5.5.4 Numbering and tagging of wiring: Identify direct burial control wires from remote
control valves to terminal strips of controller at terminal strip by tagging wire with number of
connected valves.
308-5.5.5 Control wires under paving shall be installed in 2” PVC SCH 40 sleeves at depths as
specified for control wires. Keep control wires separate from water line sleeves.
308-5.5.6 All wire in pull boxes shall be loose and shall not come within three inches (3”) of
pull box lid. Pull boxes shall be sized accordingly to accommodate this requirement.
308-5.8 OPERATION AND MAINTENANCE MANUALS:
Prepare and deliver to the Resident Engineer within ten calendar days prior to completion of
construction, three (3) copies in three ring hard cover binders and three (3) CD‟s (in pdf) containing
the following information:
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 70 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
Index sheet stating Contractor's address and telephone number, list of equipment with name and
addresses of local manufacturers' representatives.
Catalog and parts sheets on all material and equipment.
Contractor Guarantee statement.
Complete operating and maintenance instructions for all equipment.
In addition to the abovementioned maintenance manuals, provide the maintenance personnel with
instructions for maintaining equipment and show evidence of such instruction in writing to the
Resident Engineer at the conclusion of the project.
Contractor shall deliver all related equipment to the LEIT controllers for their proper maintenance
and operation for each controller.
308-5.9 EXTRA EQUIPMENT:
Contractor shall provide to the Owner:
Three (3) keys for opening and locking each automatic controller enclosure.
Three (3) globe valve keys with a minimum four (4) foot long handle.
Six (6) sprinkler heads with nozzles, screens and flexible swing joints of each type used on the
project.
Two (2) quick coupler keys with swivel hose ells to match quick coupler valves used on the project.
308-6 MAINTENANCE AND PLANT ESTABLISHMENT.
ADD the following:
The maintenance period begins on the first day after all landscape and irrigation work on the project
is complete, checked accepted and written approval is obtained from the landscape architect and shall
continue thereafter for no less than one year.
Any day upon which no work is required as determined by the landscape architect, the day will be
credited as one of the plant establishment working days, regardless of whether or not the contractor
performs plant establishment work. The contractor shall provide complete landscape maintenance of
all planting areas. The work shall include, but not be limited to, watering via irrigation system and
hand watering including importing water as required, weed control, stake repair, cultivation, repair of
irrigation systems, and control of diseases and pests, and fertilization. The plant establishment period
shall be for a period of one year.
At the direction of the Engineer of Work, the contractor shall control disease and pest infestations in
the planting areas. The landscape architect shall approve all methods and materials for such control.
Upon approval, the contractor shall implement the control measures exercising extreme caution in
using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will
be permitted to perform toxic spraying work.
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 71 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
During the establishment period, the contractor shall furnish sufficient workers and equipment on a
daily or weekly basis to perform the work required by this section. Any day when the contractor fails
to adequately carry out specified maintenance work as determined necessary by the landscape
architect, the day will not be credited as one of the plant establishment days.
At a minimum on the 30th, 60
th and last day of the maintenance period, the contractor shall apply the
post planting fertilizer at the rate of ½ pound per tree.
Contractor shall provide to the Engineer of Work a certified log of the days of actually watering and
maintenance activities on the first day of each month during the maintenance period.
Contractor shall provide the Resident Engineer with as-built drawings of the entire irrigation system a
minimum of one week prior to the final walkthrough, which starts the maintenance period.
308-7 GUARANTEE.
ADD the following:
All trees installed under the contract shall be guaranteed to live and grow for one (1) year from the
day of final acceptance of contract work at the end of the one year maintenance period.
Any material found to be dead, missing or in poor condition during the establishment period shall be
replaced immediately. The Engineer of Work shall be the sole judge as to the condition of the
material.
Material found to be dead or in poor condition within the guarantee period shall be replaced by the
contractor, at his expense, within fifteen (15) days of written notification by the developer or
landscape architect. Replacements shall be made to the same specifications required for the original
plantings.
308-8 PAYMENT
Add the following:
Bid item unit prices for trees shall include all items incidental to tree planting including excavation,
backfill, soil amendments, fertilizer tablets, staking, drain pipes, root barriers, gravel from top root
ball to bottom of tree (except at tree grate opening) and all other items not included in other bid items
to sustain healthy growing conditions for the trees throughout the contract/maintenance period.
All costs associated with maintenance, including monthly reporting shall be included in the line item
for maintenance.
All costs for providing and installing a complete and functioning irrigation system from service tie-in
to sprinklers, extra provided equipment, as-built drawings, back-flow certifications, permits, fees
shall be included in the line item for Irrigation System.
SECTION 310 – PAINTING
310-5 Painting Various Surfaces
P a r t 3 – S p e c i a l P r o v i s i o n s -
C o n s t r u c t i o n M e t h o d s ( R e v . J u l y 2 0 0 9 ) 72 | P a g e I s l a n d A v e n u e P o p o u t s - P h a s e T w o
ADD: 310-5.6.10.1 Measurement & Payment. The quantity and unit price for street signs and
parking meters shall be measured per item and payment shall include all work and materials to install
new and/or relocate the signs and/or parking meters.
ADD:
SECTION 313 - SITE FURNISHINGS
313-1 TREE GRATES, INSTALLATION
Assemble sections per manufacturer‟s recommendations. Plumb and secure as indicated in the plans
and manufacturer‟s instructions. The tree grate shall be installed flush with adjacent paving on all
sides and shall be secured to the grate with pilfer resistant fastners.
Two-piece steel frame unit shall be installed in a concrete collar as indicated on the Contract
Drawings. Anchoring devices and frame shall be finished to match the grates(s). Anti-pilfer
hardware sufficient to hold down the grate and prevent prying shall be incorporated into the grate
assembly. The hardware shall require a special tool to remove the grate. Contractor shall supply the
Owner with two spare anti-pilfer tools.
The Contractor shall submit the manufacturer‟s product and installation specifications and other data
required to demonstrate compliance with the specified item. The manufacturer‟s recommended
method of installation, when approved by the Landscape Architect, will become the basis for
inspecting and accepting the work.
Component parts of the tree grate assembly shall fit together plumb and secure in a satisfactory
manner, with the grates firmly secured to the steel frame to eliminate loose “rocking” of the grate or
protruding edges.
Each grate shall be tested to eliminate all displacement or other movement of the grate.
Following installation, touch up all abraded, welded and scratched surfaces with matching finish and
rust inhibitor where applicable.
Tree grate assembly shall be measured and paid for by the unit (one complete tree grate).
The contract unit price paid per each tree grate shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing
tree grates, complete in place, including frame, concrete collar, anti-pilfer hardware, and spare tools
as shown on the plans, as specified in these Special Provisions, and as directed by the Resident
Engineer.
313-2 TRASH RECEPTACLE INSTALLATION AND PAYMENT:
Trash receptacles shall be bolted in place as indicated on the plans and per the manufacturers
recommendation and as approved by to provide a level installation. Installed receptacles shall be true
and square to paving design, installed level and shall not wobble. All costs associated with providing
and installing the trash receptacles shall be included in the line item “Trash Receptacles”.
SSP (Rev. February 2011) 73 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)
SECTION 801 – WATER POLLUTION CONTROL
801-2 WATER POLLUTION CONTROL SUPPLEMENTAL PROVISIONS. ADD the
following:
This contract is subject to the following version of the Water Pollution Control additional
requirements (as checked) as specified in the City Supplement:
Storm Water Pollution Prevention Plan (SWPPP)
Tier II Storm Water Pollution Prevention Plan (Tier II SWPPP)
Tier I Storm Water Pollution Prevention Plan (Tier I SWPPP)
Water Pollution Control Plan (WPCP)
801-2.1 SITE MANAGEMENT – FROM THE CITY SUPPLEMENT. DELETE the first three
sentences and replace with:
The contractor shall implement the WPCP prepared by Rick Engineering Company.
801-2.9 Post-Construction Requirements. To the City Supplement second paragraph, ADD the following: The decal-disc inlet markers shall be “das Duracast Curb Marker®” or approved equal. ADD the following: The Contractor shall comply with the following post-construction requirements: See attached Water Pollution Control Plan for Island Ave. Popouts, Rick Engineering.
SECTION 807 – RESOURCE DISCOVERIES
807-1.1 Environmental Document. ADD the following: Unless a separate Bid item has been provided for compliance with the City‟s prepared environmental document e.g., MMRP, payment shall be included in the various Bid items. 807-1.2 Archeological and Native American Mitigation and Program ADD the following: The Agency will retain a qualified archaeologist for this contract. The Contractor shall coordinate its activities and Schedule with the activities and schedules of the archaeologist monitor. The Contractor shall notify the Engineer before noon of the working day before monitoring is required. See 2-11, “INSPECTION” for details. 807-1.3 Paleontological Monitoring Program. ADD the following: The Agency will retain a qualified paleontologist for this contract. The Contractor shall coordinate its activities and Schedule with the activities and schedules of the paleontologist monitor. The Contractor shall notify the Engineer before noon of the working day before monitoring is required. See 2-11, “INSPECTION” for details. 807-1.4 Archaeological and Native American Mitigation and Curation. ADD the following: If there is an Archaeological Data Recovery Program (ADRP) or known site that is indicated in the Contract Documents, the payment shall be included in the Lump Sum Bid item for Archeological and Native American Mitigation and Curation.
END OF SUPPLEMENTARY SPECIAL PROVISIONS (SSP)
SSP (Rev. February 2011) 74 | Page
Island Avenue Popouts Phase Two Public Improvements Project
(Island Between 6th and 7
th Avenues, Tenth Ave. and 13
th Street)