RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE ...elkocity.com/Ruby View Golf Course Bid Manual -...

79
RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE RENOVATION PROJECT PWP#EL2016083 PREPARED FOR : CITY OF ELKO 1751 COLLEGE AVENUE ELKO, NV 89801 CONSISTING OF : BIDDING REQUIREMENTS PROPOSAL FORMS CONTRACT FORMS CONDITIONS OF THE CONTRACT TECHNICAL SPECIFICATIONS PREPARED BY : GREG BAER, PIC BAER DESIGN GROUP, LLC Bid Set No. _____

Transcript of RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE ...elkocity.com/Ruby View Golf Course Bid Manual -...

RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE

RENOVATION PROJECT PWP#EL‐2016‐083

PREPARED FOR: CITY OF ELKO

1751 COLLEGE AVENUE ELKO, NV 89801

CONSISTING OF: BIDDING REQUIREMENTS PROPOSAL FORMS CONTRACT FORMS CONDITIONS OF THE CONTRACT

TECHNICAL SPECIFICATIONS PREPARED BY:

GREG BAER, PIC BAER DESIGN GROUP, LLC

Bid Set No. _____

2

RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE

Table of Contents 

INVITATION TO BID ....................................................................................................... 3 

INSTRUCTIONS TO BIDDERS ...................................................................................... 5 

BID FORM ..................................................................................................................... 20 

PROPOSAL GUARANTEE ........................................................................................... 36 

EXPERIENCE QUALIFICATIONS ................................................................................ 38 

SUBCONTRACTORS LIST ........................................................................................... 40 

AFFIDAVIT OF NON-COLLUSION ............................................................................... 41 

CONTRACT .................................................................................................................. 45 

PERFORMANCE BOND ............................................................................................... 51 

PAYMENT BOND.......................................................................................................... 54 

NOTICE OF AWARD .................................................................................................... 58 

NOTICE TO PROCEED ................................................................................................ 59 

GENERAL PROVISIONS .............................................................................................. 60 

SPECIAL PROVISIONS ................................................................................................ 61 

3

CITY OF ELKO INVITATION TO BID

Sealed bid proposals will be received until 3:00 PM, local time, on Friday, February, 19, 2016, at the office of the Elko City Clerk; 1751 College Avenue; Elko, Nevada 89801, for the following:

RUBY VIEW GOLF COURSE – IRRIGATION AND GOLF COURSE RENOVATION PROJECT

Bid proposals received after the above noted time will not be accepted. Bidders mailing their bids assume the risk of late delivery. Bidding documents, plans, specifications and contract documents can be obtained at the City Clerk's office, 1751 College Avenue, Elko, Nevada 89801 or by calling 775-777-7126 for a non-refundable fee of Seventy-five ($75.00) dollars, if plans are available electronically they can be obtained at no cost from http://elkocity.com/government/bidding_opportunities. All bidders shall appear on the official plan holder’s list. Bid proposals must be submitted on the prescribed forms and accompanied by security in the amount, form and subject to the conditions listed in the Instructions to Bidders. Bid proposals will be opened at City Hall immediately after the above deadline with the bid amounts submitted being read aloud by City Staff and interested parties present, if any. All interested parties are invited to be in attendance at the bid opening. All bids must be submitted in a sealed envelope and legibly marked “RUBY VIEW GOLF COURSE – IRRIGATION AND GOLF COURSE RENOVATION PROJECT”. City staff shall thoroughly review all bids proposals for conformance with the contract documents prior to making a written recommendation for award to the Elko City Council. The award may be made to the lowest responsive and responsible bidder. The lowest responsive and responsible bidder shall be judged on the basis of price, conformance to specifications, bidder's qualifications, conformance to applicable sections of NRS Section 338, and the best interest of the City of Elko. Each of listed factors being considered. The Mandatory Pre-Bid Conference will be to be held on Tuesday, January 26, 2016, at 10:00 a.m., Pacific Time in the City of Elko Building Department Conference Room, 1753 College Ave, Elko, NV 89801. Those wishing to attend the meeting via phone conference may do so via GoToMeeting.com at: https://global.gotomeeting.com/join/690058373 You can also dial in using your phone. United States : +1 (408) 650-3123 Access Code: 690-058-373

4

The City Council may formally award the contract to the successful bidder at their regularly scheduled meeting in City Hall on Tuesday, February 23, 2016, after 4:00 PM, local time. LABOR COMMISSIONER: The Nevada Labor Commissioner’s identifying number for this project is: EL-2016-083 NRS 338.013 requires that identifying number to be included in all Bids. The City of Elko shall reserve the right to accept or reject any and/or all items specified in the bid proposal and further reserves the right to waive any minor technicalities in the preparation of these bidding documents. Dated this day of , 20___. City of Elko City Council

BY:

Publish: Elko Daily Free Press-

5

CITY OF ELKO INSTRUCTIONS TO BIDDERS

RUBY VIEW GOLF COURSE - IRRIGATION AND GOLF COURSE RENOVATION PROJECT

Bids are requested for a general construction contract, or work described in general, as follows:

1) The City of Elko (City) will receive sealed bids from Bidders until 3:00 p.m., on

Friday, February, 19, 2016. Bids received after this time will not be opened or accepted and will be returned unopened.

2) The Mandatory Pre-Bid Conference will be to be held on Tuesday, January 26, 2016, at 10:00 a.m., Pacific Time in the City of Elko Building Department Conference Room, 1753 College Ave, Elko, NV 89801. Those wishing to attend the meeting via phone conference may do so via GoToMeeting.com at: https://global.gotomeeting.com/join/690058373 You can also dial in using your phone. United States : +1 (408) 650-3123 Access Code: 690-058-373 The City Council may formally award the contract to the successful bidder at their regularly scheduled meeting in City Hall on Tuesday, February 23, 2016, after 4:00 PM, local time. The City or authorized representative will transmit to all prospective Bidders of record such Addenda as the City or authorized representative in his discretion considers necessary in response to questions arising at the Pre-bid Conference. Oral statements shall not be relied upon and will not be binding or legally effective. Minutes of the Pre-bid Conference issued by the City or authorized representative, if any, and Addenda issued as a result of the Pre-bid Conference, if any, shall constitute the sole and exclusive record and statement of the results of the Pre-bid Conference.

3) Apparent Low Bid will be based solely on total amount of all bid items, and any

additive or deductive alternates selected for award by the City. All Bidders are required to submit Bids on all bid items and all additive and deductive alternates. Additive and deductive alternates will be awarded at sole discretion of the City. If Alternate Bids are requested on this Project, the following applies: The priority of Alternate Bids will be announced by the City prior to the opening of bids. The City reserves the right to reject all Base Bids and all Alternate Bids. If the City elects not to reject all Bids, it will, prior to the award, first determine which one or more Alternates to accept; then the City will evaluate the lowest responsive and responsible Bidder based upon the Base Bid combined with any Alternates accepted. If any Alternates are accepted, the fact that a Bidder may have a lower individual Base or Alternate Bid than the individual Bids of the apparent

6

lowest responsive and responsible Bidder is irrelevant, since the successful Bidder will be chosen on the basis of the sum of the Base Bid and the Alternates accepted, and the other statutory factors.

4) Bidders must submit bids on Bid Form, fully completed with all blanks filled in,

and signed by an authorized representative of the Bidder. Bids not submitted on the required form, and/or not fully completed and/or not signed by an authorized representative of the Bidder, shall be deemed nonresponsive and shall not be considered.

5) The Nevada Labor Commissioner’s identifying number for this project is: EL-2016-083 NRS 338.013 requires that identifying number to be included in all Bids.

6) Pursuant to NRS 332.105, the City requires all Bidders to submit a Bid Bond in the form of a cashier's check, a certified check or a corporate surety bond of not less than ten percent (10.0 %) of amount bid, including additive alternates, payable to The City of Elko, with their Bids, such amount or bond to be forfeited to the City should the bidder to whom the contract is awarded fail to enter into the Contract in accordance with its Bid and the Contract Documents and furnish the other required bonds and certificates of insurance. The Bid Bond is a penalty, as opposed to liquidated damages, and the Bidder will be liable for all damages in excess of the Bid Bond. Bid bond or deposits will be returned upon signing of Contract. The required form of corporate surety bond, Proposal Guarantee (Accompanying Bid), is provided by the City. Bids submitted without bid security may be deemed nonresponsive and not considered.

7) NRS 338.141 provides: 1) Except as otherwise provided in subsection (2) next below, each bid

submitted must include:

(a) If the City provides a list of the labor or portions of the public work which are estimated by the City to exceed 3 percent of the estimated cost of the public work, the name of each first tier subcontractor who will provide such labor or portion of the work on the public work which is estimated to exceed 3 percent of the estimated cost of the public work; or

(b) If the City does not provide a list of the labor or portions of the

public work which are estimated by the City to exceed 3 percent of the estimated cost of the public work, the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 5 percent of the prime contractor's total bid. If the bid is submitted pursuant to this

7

paragraph, within 2 hours after the completion of the opening of the bids, the contractors who submitted the three lowest bids must submit a list containing the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 1 percent of the prime contractor's total bid or $50,000, whichever is greater, and the number of the license issued to the first tier subcontractor pursuant to chapter 624 of NRS.

Optional Subcontractors List is included for Bidder’s use. If the Document is used, check the appropriate checkbox for 5% or 1% List to indicate whether it is the 5% List or the 1% List.

(2) The lists required by subsection 1 must include a description of the labor

or portion of the work which each first tier subcontractor named in the list will provide to the prime contractor.

(3) A prime contractor shall include his name on a list required by paragraph

(a) of subsection 1 if he will perform any of the work required to be listed pursuant to paragraph (a) of subsection 1.

(4) Except as otherwise provided in this subsection, if a contractor:

(a) Fails to submit the list within the required time; or

(b) Submits a list that includes the name of a subcontractor who, at the

time of the submission of the list, is on disqualified status with the State Public Works Board pursuant to NRS 338.1376, the contractor's bid shall be deemed not responsive. A contractor's bid shall not be deemed not responsive on the grounds that the contractor submitted a list that includes the name of a subcontractor who, at the time of the submission of the list, is on disqualified status with the State Public Works Board pursuant to NRS 338.1376 if the contractor, before the award of the contract, provides an acceptable replacement subcontractor in the manner set forth in subsection 1 of NRS 338.13895.

(5) A contractor whose bid is accepted shall not substitute a subcontractor for

any subcontractor who is named in the bid, unless:

(a) The City or its authorized representative objects to the subcontractor, requests in writing a change in the subcontractor and pays any increase in costs resulting from the change.

8

(b) The substitution is approved by the City or its authorized representative. The substitution must be approved if the City or its authorized representative determines that:

(1) The named subcontractor, after having a reasonable

opportunity, fails or refuses to execute a written contract with the contractor which was offered to the named subcontractor with the same general terms that all other subcontractors on the project were offered;

(2) The named subcontractor files for bankruptcy or becomes

insolvent;

(3) The named subcontractor fails or refuses to perform his subcontract within a reasonable time or is unable to furnish a performance bond and payment bond pursuant to NRS 339.025; or

(4) The named subcontractor is not properly licensed to provide

that labor or portion of the work.

(c) The City or its authorized representative, in awarding the contract pursuant to NRS 338.1375 to 338.139, inclusive:

(1) Applies such criteria set forth in NRS 338.1377 as are

appropriate for subcontractors and determines that the subcontractor does not meet that criteria; and

(2) Requests in writing a substitution of the subcontractor.

(6) If a contractor indicates pursuant to subsection 1 that he will perform a

portion of work on the public work and thereafter requests to substitute a subcontractor to perform such work, the contractor shall provide to the City a written explanation in the form required by the City which contains the reasons that:

(a) A subcontractor was not originally contemplated to be used on that

portion of the public work; and

(b) The substitution is in the best interest of the City.

(7) As used in this section, “general terms” means the terms and conditions of a contract that set the basic requirements for a public work and apply without regard to the particular trade or specialty of a subcontractor, but does not include any provision that controls or relates to the specific portion of the public work that will be completed by a subcontractor,

9

including, without limitation, the materials to be used by the subcontractor or other details of the work to be performed by the subcontractor.

8) All Bids must include a printout from the Nevada State Contractor's

Board internet website (http://www.nscb.nv.gov), dated no more than 90 calendar days prior to the date for receipt of Bids, showing that the Bidder has a Nevada Contractor’s license in good standing, and that the license is of the type and the monetary limit is sufficiently high to permit the Bidder to perform the Work as a general contractor.

9) A Bid by a Nevada or non-Nevada corporation, limited liability company, or limited partnership, must include either: (A) a Certificate issued by the Nevada Secretary of State within 90 calendar days prior to the date for receipt of Bids, certifying that the Bidder is qualified to do business in the State of Nevada (i.e., a Good Standing Certificate); or (B) a printout of a Business Entity Search on the Nevada Secretary of State Website within 30 calendar days prior to the date for receipt of Bids showing that the Bidder is an active entity registered in that office and the other public Business Entity Information.

10) Bidders must supply all information required by Bid documents and

specifications. Bids must be full and complete. The City Council reserves the right in its sole discretion to reject any Bid as nonresponsive as a result of any error or omission in the Bid.

11) Bids must be clearly written without erasure or deletions. The City Council reserves the right to reject any Bid containing erasures or deletions.

12) Bidders may not modify Bid Form or qualify their Bids. 13) Submission of a Bid signifies careful examination of Contract Documents and

complete understanding of the nature, extent and location of Work to be performed. The Bidder must complete the tasks listed below in subsections "a" through "e" below, as a condition to bidding, and submission of a Bid shall constitute the Bidder's express representation to the City that the Bidder has fully completed the following:

a) Bidder has visited the site and has examined thoroughly and understood

the nature and extent of the Contract Documents, Work, Site, locality, actual conditions, as built conditions, and all local conditions and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto;

10

b) Bidder has examined thoroughly and understood all reports of exploration and tests of subsurface conditions, as built drawings, drawings or reports, available for Bidding purposes, of physical conditions, including Underground Facilities, which are identified in any Report of Geotechnical Data and Existing Conditions, or which may appear in the Drawings, and accepts the determination set forth in these documents and in the General Conditions of the limited extent of the information contained in such reports and drawings upon which the Bidder may be entitled to rely. Bidder agrees that except for the information so identified, Bidder does not and shall not rely on any other information contained in such reports and drawings;

c) Bidder has conducted or obtained and has understood all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph (b) above) which pertain to the subsurface conditions, as built conditions, Underground Facilities and all other physical conditions at or contiguous to the site or otherwise which may affect the cost, progress, performance or furnishing of Work, as Bidder considers necessary for the performance or furnishing of Work at the Contract Sum, within the Contract Time and in accordance with the other terms and conditions of Contract Documents, including specifically the provisions of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by Bidder for such purposes;

d) Bidder has correlated its knowledge and the results of all such

observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents;

e) Bidder has given City or authorized representative prompt written notice of

all conflicts, errors, ambiguities or discrepancies that it has discovered in or among the Contract Documents and as built and actual conditions and the written resolution thereof by City or authorized representative is acceptable to Bidder.

14) Bidders may examine any available "as-built" drawings of previous work by

giving City or authorized representative, reasonable advance notice. The City will not be responsible for accuracy of "as-built" drawings.

15) All questions about the meaning or intent of the Contract Documents are to be

directed to the City or authorized representative. Interpretations or clarifications considered necessary by the City or authorized representative in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the City or authorized representative as having received the Bidding Documents. Questions received less than seven (7) business days prior to the date for opening Bids may not be answered. Only questions answered by formal

11

written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.

16) Addenda may also be issued to modify the Bidding Documents as deemed

advisable by the City or authorized representative. 17) Addenda must be acknowledged in Bid Form by number and must be part of

Contract Documents. A complete listing of Addenda may be secured from the City or authorized representative.

18) All Bidders who actually discover any defect, error, ambiguity, omission,

inconsistency, conflict, incompleteness, inaccuracy, or unsuitability (Problem), or who reasonably should have discovered any material and patent, obvious or glaring defect, error, ambiguity, omission, inconsistency, conflict, incompleteness, inaccuracy, or unsuitability , in or in connection with the Contract Documents, have an affirmative duty to immediately (i.e. prior to the opening of bids) bring the Problem to the attention of the City or authorized representative by faxed, written notice and/or inquiry to allow the City or authorized representative to investigate, clarify or correct the Problem and if appropriate, to give written clarification or correction to all prospective Bidders as soon as is reasonably possible prior to the receipt of Bids. The breach of this duty will thereafter bar the Bidder from all claims for time and/or money to the extent related to, or arising out of, such Problem. The purposes of this provision are to correct errors at the earliest possible time, to put all bidders on equal footing as to such Problem, and to eliminate later claims that could have been avoided.

19) For contracts of $250,000.00 or more, NRS 338.020 requires the contractor,

and all sub-contractors, to pay at least the “prevailing” wage set by the Nevada Labor Commissioner in effect at the time of contract award, even if the “prevailing” wage rates are changed between the time of preparation of the specifications and the time of contract award. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by the Nevada Labor Commissioner and in effect at the time of the printing of the specifications, are included in the specifications. All Bidders are responsible for confirming whether any applicable “prevailing” wage rates are changed between the time of preparation of the specifications and the time of contract award.

20) “Equal” Items and Substitutions: Bids must be based on products and systems

specified, or listed by name, in Contract Documents or listed by name in Addenda. As to all items specified by name, the bid may include an “equal” which must be approved by the City or authorized representative.

a) Any Bidder may request the City or authorized representative to approve

an “equal” prior to Bid opening -- and all Bidders are encouraged to do so

12

as soon as possible if their Bid will include an unapproved “equal”. However, no Bidder is required to make such a request and a decision on the request is not required to be made prior to the expiration of the period described in subparagraph (d) below.

b) If an “equal” item is approved prior to Bid opening, it must be listed on an

Addenda to all prospective Bidders.

c) Requests for approval of an “equal” must contain sufficient information to assess acceptability of product or system and impact on the Project. Insufficient information shall be ground for non-approval.

d) Nevada law requires that the Contractor may submit data substantiating a

request for approval of an “equal” up to seven (7) business days after the award.

e) If the request for approval of an “equal” is not given, the Bidder’s Bid must

be deemed nonresponsive (and the award rescinded if it has been made).

f) Substitutions may be requested after the Contract has been signed only in accordance with requirements specified in the General Conditions and Specifications.

21) Bids will be received at the City Clerk’s Office at 1751 College Avenue, Elko,

Nevada. Bids will be opened in a conference room at the City offices.

a. Envelopes or boxes must be sealed, and marked with name and address of the Bidder, and addressed to:

City of Elko 1751 College Avenue Elko, Nevada 89801

b. Mark envelopes: BID FOR: “RUBY VIEW GOLF COURSE –

IRRIGATION AND GOLF COURSE RENOVATION PROJECT”.

City of Elko, Elko, Nevada PWP # EL-2016-083

22) By 5:00 p.m. of the twentieth business day following acceptance of Bids by the City Council, the original of following documents are to be executed and

submitted by the successful Bidder to City of Elko, 1751 College Avenue, Elko, Nevada 89801:

a Insurance Submittals: Satisfactory proof that Bidder has taken out for the

entire period covered by the proposed contract, insurance policies of the

13

following type, and with the following limits, with an insurance carrier satisfactory to the City:

1) Commercial Automobile Liability Insurance covering all owned,

non-owned and hired automobiles, trucks and trailers. Such insurance shall provide coverage not less than the Standard Comprehensive Automobile Liability policy with limits not less than $ 2,000,000 combined single limit each accident for bodily injury and property damage.

If the Work involves transporting of hazardous or regulated substances, hazardous or regulated wastes and/or hazardous or regulated materials, Contractor and/or its Subcontractors shall provide coverage with a combined single limit of $5,000,000 per accident covering transportation of such materials by amending the pollution exclusion of ISO Form CA 00 01 06 92 (or its equivalent) in the following manner:

(a) DELETE SECTION a. (1) a.: (POLLUTION) “BEING

TRANSPORTED OR TOWED AWAY BY, OR HANDLED FOR MOVEMENT INTO, ONTO OR FROM THE COVERED AUTO.”

(b) DELETE SECTION a.(1) b.: “OTHERWISE IN THE

COURSE OF TRANSIT BY THE INSURED.”

Such policy shall include the MCS-90 Endorsement. If the City is scheduled as an additional insured, the policy shall be endorsed to specifically limit the reimbursement provisions of the MCS-90 to the Named Insured.

2) Commercial General Liability Insurance on a form at least as broad

as the standard ISO Commercial General Liability Insurance policy (Occurrence Form, number CG 00010196), covering liability for bodily injury and property damage. Such insurance shall provide coverage for all operations and include independent contractors, products and completed operations, blanket contractual liability coverage including, to the maximum extent possible, coverage for the liability assumed by the indemnity provisions of this agreement, broad form property damage coverage, coverage for explosion, collapse, and underground hazards, and personal and advertising injury liability coverage. The limits of such insurance shall not be less than $2,000,000 per occurrence, $2,000,000 annual General Aggregate, and $2,000,000 products and completed operations aggregate.

14

3) Worker’s Compensation Insurance no less than the amount required by Nevada law, and Employers Liability Insurance at limits no less than $1,000,000 each accident for bodily injury by accident, $1,000,000 each employee and policy limit for bodily injury by disease.

All insurance policies (except the workers compensation policy) must contain an endorsement containing the following terms:

a) Naming the City and all of its Council members,

representatives, employees and agents as additional insured, but only with respect to liability arising out of the activities of the named insured (the endorsement for the Commercial General Liability form shall be equivalent to ISO form CG 20 10, 11/85);

b) The policies shall apply separately to each insured against

whom claim is made or suit is brought, except with respect to the limits of the company’s liability;

c) Written notice of any cancellation or of any limits reduction

change in the policy shall be mailed to the City at least 30 days in advance of the effective date thereof; and

d) The insurance shall be primary insurance and no other

insurance or self-insured retention carried or held by the City shall be called upon to contribute to a loss covered by the insurance for the named insured.

b. Contract Documents:

1) Contract: To be executed by successful Bidder. Submit three (3)

copies, each bearing an original signature.

2) Performance Bond: To be executed by successful Bidder and surety in an amount not less than the Contract Sum.

3) Labor and Material Bond: To be executed by successful bidder and

surety in an amount not less than the Contract Sum.

Failure to properly and timely submit these documents entitles the City Council to reject the bid as non-responsive, not issue a Notice to Proceed, and award the Contract to another Bidder.

15

23) Any bid protest must be submitted in writing to City legal counsel, David M. Stanton of Goicoechea, Di Grazia, Coyle & Stanton, Ltd., 530 Idaho Street, Elko, Nevada 89801 before 5 p.m. of the FIFTH business day following bid award.

a. The notice of protest must include a written statement setting forth with specificity the reasons the person filing the notice believes the applicable provisions of law were violated. The protest must refer to the specific portions of all documents which form the basis for the protest. The protest must include the name, address and telephone number of the person representing the protesting party. The party filing the protest must concurrently transmit a copy of the initial protest document and any attached documentation to all other Bidders with a direct financial interest which may be adversely affected by the outcome of the protest and/or who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest.

b. The City and/or legal counsel for the City Council may conduct an investigation into the protest. The City Council will issue its discretionary decision on the protest at a regularly noticed meeting. If The City Council determines that a protest is frivolous, the party originating the protest may be determined to be irresponsible and that party may be determined to be ineligible for future contract award.

c. The procedure and time limits set forth in this paragraph are mandatory and are the Bidder's sole and exclusive remedy in the event of bid protest and failure to comply with these procedures shall constitute a waiver of any right to further pursue the bid protest, including filing any legal proceedings.

d. One acceptable, but not required method of submission of the protest to David M. Stanton is by fax to 775-738-4220.

e. A person filing a notice of protest may be required by the City at the time the notice of protest is filed, to post a bond with a good and solvent surety authorized to do business in the State of Nevada or submit other security, in a form approved by the City, to the City who shall hold the bond or other security until a determination is made on the protest. A bond posted or other security submitted with a notice of protest must be in an amount equal to the lesser of: (a) Twenty-five percent of the total value of the bid submitted by the person filing the notice of protest; or (b) Two hundred fifty thousand dollars.

f. A notice of protest filed in accordance with the provisions of this section operates as a stay of action in relation to the awarding of any contract until a determination is made by the City on the protest.

16

g. A person who makes an unsuccessful bid may not seek any type of judicial intervention until the City has made a determination on the protest and awarded the contract.

h. Neither the City, nor any authorized representative of the City, is liable for any costs, expenses, attorney’s fees, loss of income or other damages sustained by a person who makes a bid, whether or not the person files a notice of protest pursuant to this section.

i. If the protest is upheld, the bond posted or other security submitted with the notice of protest must be returned to the person who posted the bond or submitted the security. If the protest is rejected, a claim may be made against the bond or other security by the City in an amount equal to the expenses incurred by the City because of the unsuccessful protest. Any money remaining after the claim has been satisfied must be returned to the person who posted the bond or submitted the security.

24) The City Council reserves the right to reject any or all Bids, including without limitation the right to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids, re-bid, and to reject the Bid of any Bidder if the City Council believes that it would not be in the best interest of Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is not responsible. The City Council also reserves the right to waive informalities not involving price, time or changes in the Work. For purposes of this paragraph, an "unbalanced bid" is one having nominal prices for some work items and enhanced prices for other work items.

25) Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between written words and figures, or words and numerals, will be resolved in favor of the words.

26) In evaluating Bids, the City Council will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. The City may conduct such investigations as the City Council deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors, suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time.

27) Bidders and their sub-contractors desiring to Bid on the work must be contractors and sub-contractors properly licensed, at the time of Bid opening, to perform all work bid under the Nevada State Contractors Law.

17

28) If the contract is to be awarded, in accordance with NRS 338.1385(5), the award will be made to the lowest responsive and responsible Bidder. The lowest responsive and responsible Bidder must be judged on the basis of price, conformance to specifications, Bidders' qualifications including the Bidders' past performance in such matters, quality and utility of services, supplies, materials or equipment offered and their adaptability to the required purpose and in the best interest of the public, each of the factors being considered.

29) The City must give preference to recycled products in accordance with NRS 332.065(2).

30) For contracts of $250,000.00 or more, NRS 338.147 requires the City to award the contract to the contractor who submits the best Bid. For purposes of this sub-section the lowest bid that is:

(a) Submitted by a contractor who:

(1) Has been found to be a responsible and responsive contractor by the local government or its authorized representative; and

(2) At the time he submits his bid, has a valid certificate of eligibility to receive a preference in bidding on public works issued to the contractor by the State Contractors' Board pursuant to subsection 3 or 4; and

(3) At least 50% of the workers on the public work must have a Nevada driver’s license or identification card; and

(4) All of the non-apportioned vehicles primarily used on the public work are registered in Nevada; and

(5) At least 50% of the design professionals who work on the public work have a Nevada driver’s license or identification card; and

(6) At least 25% of the suppliers of the materials used in the public work are located in Nevada; and

(7) Certain payroll records related to the public work are maintained and available within the State of Nevada; and

(b) Not more than 5 percent higher than the bid submitted by the lowest responsive and responsible bidder who does not have, at the time he submits the bid, a valid certificate of eligibility to receive a preference in bidding on public works issued to him by the State Contractors' Board,

shall be deemed to be the best bid for the purposes of this section.

31) No Bids may be withdrawn within a period of 60 calendar days from the opening date of the Bids, and then only in case Award of the Contract has not been made.

18

32) City telephones WILL NOT be available for any Bidder's use prior to Bid opening.

33) The City is a public agency under Nevada law. As such, it is subject to the Nevada Public Records Law (Chapter 239 of NRS). Bidders are advised that once a Bid is received, its contents will become a public record subject to public inspection and copying.

34) Alternate Dispute Resolution:

General. All claims, disputes and other matters in question arising out of, or relating to, the agreement or the breach of this agreement except for claims that have been waived by the making or acceptance of final payment as provided by the contract, shall comply with the provisions of NRS 338.150 regarding Alternate Dispute Resolution. Except where injunctive relief is sought, the parties agree that should a dispute arise between them with respect to the subject matter, interpretation, construction or claimed breach of this agreement that the dispute shall be submitted to not less than five (5) hours of good faith mediation as a precondition to commencement of litigation. Mediation shall occur in Elko, Nevada and the costs of a mediator and mediation shall be split equally by the parties.

Notice of Demand. Notice of demand for Alternate Dispute Resolution shall be filed in writing with the other party to the agreement and a copy shall be filed with Project Design Professional. The demand for Alternate Dispute Resolution shall be made within the period of time specified in the contract where applicable and in all other cases within 15 days after the claim, dispute or other matter in question has arisen, and in no event shall it be made after institution of a legal or equitable proceeding based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. Contractor to Continue With Work. Contractor will carry on the work and maintain the progress schedule during any Alternate Dispute Resolution proceedings, unless otherwise agreed by it and owner in writing.

35) Construction Industry Required OSHA 10 Hour & 30 Hour Training &

Certification: All Contractor personnel on-site shall have current OSHA 10 & 30 hour Construction Industry Safety Training and Certification as required by State of Nevada and City of Elko requirements. The Contractor’s personnel shall carry OSHA training proof of certification cards when on the jobsite. The Contractor shall submit a copy of the each worker’s OSHA certification prior to commencement of work on the project.

36) City furnished work: Any unforeseen work may be completed by City forces unless otherwise approved by change order.

19

37) City furnished products are described

38) Progress Meetings: All Progress Meetings will be held on a weekly basis as unless otherwise directed by the City’s Observer as stated in the General Conditions. Attendance at all Progress Meetings is required.

39) Contract Time: The Contract Time as stated in Contract between City and General Contractor is One Hundred-Fifty (150) calendar days.

40) Course Playability: The Contractor may coordinate with the Golf Pro and Superintendent to close two golf holes throughout construction.

41) Tournament Schedule: The Course must be 100% playable for Tournament

Play on the following days: a. May 6-8 NNGA Senior 2-Man Tournament b. May 21-22 City Championship c. June 6-7 Mine Expo d. July 2-3 RV Team Championship e. July 15-17 Elko Amateur f. July 23-24 Tom Scott Member/Firefighters Tournament

42) Construction Trailer: Any requirement of a construction trailer at the Work Site

in the General Conditions and in Temporary Facilities (Document ________) at ¶1.02(J) is not applicable to this Project.

43) Temporary Utilities: Contractor shall provide, pay for all permits, charges and installation fees, and maintain, any and all utility services necessary to perform the work under this Contract.

END OF DOCUMENT

20

CITY OF ELKO

BID FORM (MUST BE USED FOR BID SUBMITTAL)

Proposal of , (hereinafter called "Bidder"), a [ corporation / a partnership / an individual ] (State) (circle appropriate listing above) doing business as , to the CITY COUNCIL; CITY OF ELKO, NEVADA; 1751 College Avenue, Elko, Nevada 89801 (hereinafter called "Owner") to furnish and deliver all materials except those specified to be furnished by the City of Elko and to do and perform all work for: RUBY VIEW GOLF COURSE ‐ IRRIGATION AND GOLF COURSE RENOVATION PROJECT

together with incidental items necessary to complete the work to be constructed in accordance with the Contract, any and all Contract Documents, Special Provisions and Plans annexed hereto, and also in accordance with the "Standard Specifications and Details for Public Works Construction", 2012 Edition, and amendments (Orange Book) as adopted by the City of Elko. TO THE HONORABLE MAYOR & THE CITY COUNCIL OF ELKO, NEVADA: The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that the undersigned has carefully examined the location of the proposed work, the annexed proposed form of contract and the special provisions, plans and specifications therein referred to and made a part thereof; the bidder proposes and agrees if this proposal is accepted, that the undersigned will contract with the City of Elko, in the form of contract prescribed, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract and annexed special provisions, plans and specifications, in the manner and time prescribed and according to the requirements of the City as set forth, it being understood and agreed that the quantities shown herein are approximate only and are subject to increase or decrease, and that the undersigned will accept in full payment therefore the following unit prices:

21

RUBY VIEW GOLF COURSE ‐ IRRIGATION AND GOLF COURSE RENOVATION PROJECT BID FORMS

 BASE BID

City of Elko

PWP#EL 2016‐083

Ruby View Golf Course ‐ Irrigation and Golf Course Renovation Project

ITEM ESTIMATED

UNIT

BID

BID

ITEM

Base Bid; Automatic Underground Irrigation System (Hunter or Toro ) – All permits, materials, labor, equipment, 

housing and project related overhead expenses required to successfully install plumbing, electrical and mechanical 

components specified, designed and detailed on plan sheets IR0.0, IR0.1, IR1.0, IR1.1, IR2.0, IR2.1, IR3.0, IR3.1, 

IR4.0, IR4.1, IR5.0 and IR5.1.

ITEM 

NO. ITEM DESCRIPTION

ESTIMATED

QUANTITY UNIT

BID

PRICE

ITEM

TOTAL

1 Central Control System w/ 5 yr Warranty 1 EA

2 Radio, License & Components 1 EA

3 Decoder Hub Assembly (Hardwired) 1 EA

4 Decoder Hub Assembly (Radio) 2 EA

5 Concrete Pad 3 EA

6 Controller Grounding 3 EA

3 Decoder Grounding 43 EA

7 65' V.I.H. Full Circle Golf Rotors 1570 EA

8 65' V.I.H. Part Circle Golf Rotors 357 EA

9 65' V.I.H. Part Circle Golf Rotors w/ tail nozzle 54 EA

10 Intermediate Landscape Rotor Sprinkler Assembly 5 EA

11 MP Rotator Sprinkler Assembly 63 EA

12 2" R t C t l V l A bl 10 EA12 2" Remote Control Valve Assembly 10 EA

13 Single Station Decoder 10 EA

14 1" Quick Coupler Valve Assembly 39 EA

15 1‐1/4" Swing Joint 1981 EA

16 1" Swing Joint 5 EA

17 1/2" Swing Joint 63 EA

ITEM 

NO. ITEM DESCRIPTION

ESTIMATED

QUANTITY UNIT

UNIT

BID

PRICE

BID

ITEM

TOTAL

18 Air Release Valve Assembly 1 EA

19 10"x2" Lateral Valve Assembly 57 EA

" " l l bl20 8"x2" Lateral Valve Assembly 61 EA

21 6"x2" Lateral Valve Assembly 253 EA

22 4"x2" Lateral Valve Assembly 5 EA

23 12" Mainline Valve Assembly 1 EA

24 10" Mainline Valve Assembly 3 EA

25 8" Mainline Valve Assembly 7 EA

26 6" Mainline Valve Assembly 14 EA

27 4" Mainline Valve Assembly 2 EA

28 120V Power 250 LF

29 220V 350 MCM Trey Cable 2300 LF29 220V 350 MCM Trey Cable 2300 LF

30 14‐2 Communication Wire 24530 LF

31 High Voltage Splice Kit 1 LS

32 Low Voltage DBY Splice Kit 1 LS

33 16" C905 DR‐18 Gasketed  PVC 80 LF

34 12" Cl 200 Gasketed  PVC 120 LF

35 10" Cl 200 Gasketed  PVC 3020 LF

36 8" Cl 200 Gasketed  PVC 2660 LF

37 6" Cl 200 Gasketed  PVC 12200 LF

38 4" Cl 200 Gasketed  PVC 420 LF

39 2.5" CL 200 Solvent PVC 3800 LF

40 2" CL 200 Solvent PVC 112000 LF

ITEM 

NO. ITEM DESCRIPTION

ESTIMATED

QUANTITY UNIT

UNIT

BID

PRICE

BID

ITEM

TOTAL

41 8" Creek Crossing 1 EA

42 6" Creek Crossing 3 EA

" k d l43 12" CL 160 Gasketed PVC Sleeve 100 LF

44 4" CL 160 Gasketed PVC Sleeve 200 LF

45 16" 90 EL 1 EA

46 12x10x16 TEE 1 EA

47 12X10X10 TEE 1 EA

48 10X6X8 TEE 1 EA

49 8X6X6 TEE 1 EA

50 8X8X6 TEE 1 EA

51 8X6X8 TEE 1 EA

52 6X4X6 TEE 1 EA52 6X4X6 TEE 1 EA

53 8X8X4 TEE 1 EA

54 6X6X6 TEE 3 EA

55 10" 45 EL 1 EA

56 10" 22 EL 3 EA

57 8" 90 EL 1 EA

58 8" 45 EL 2 EA

59 8" 22 EL 1 EA

60 8" 11 EL 1 EA

61 6" 90 EL 5 EA

62 6" 45 EL 5 EA

63 6" 22 EL 5 EA

64 6" 11 EL 6 EA

65 12F16B ADAPTER 1 EA

66 RESTRAINTS 1 LS

67 Misc. Sch 40 PVC Fittings 1 LS

68 Air Diffuser System 2 EA

ITEM 

NO. ITEM DESCRIPTION

ESTIMATED

QUANTITY UNIT

UNIT

BID

PRICE

BID

ITEM

TOTAL

69 Incidentals 1 LS

70 Mobilization 1 LS

71 Permitting 1 LS

BIDDERS MUST SUBMIT BIDS ON BID FORM, FULLY COMPLETED WITH ALL BLANKS FILLED IN AND SIGNED BY AN AUTHORIZED 

REPRESENTATIVE OF THE BIDDER.  BIDDERS MAY NOT MODIFY THE BID FORM IN ANY WAY.  BIDS NOT SUBMITTED ON THE REQUIRED 

FORM, AND/OR NOT FULLY COMPLETED AND/OR NOT SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE BIDDER, AND/OR NOT 

BASE BID TOTAL:                                   

(CIRCLE ONE)  TORO  /  HUNTER    

Unit prices as established by the schedule of values shall be applied in the event of requested additions or subtractions to the Work 

and serve as the basis for pricing of any change orders. The Contractor acknowledges and understands that the submitted Bid shall be 

evaluated on the basis of a Lump Sum and no adjustments to payment will be made for variations in quantity between the Schedule of 

Values and the Plans. In submitting his Bid, Contractor acknowledges that he has independently verified the quantities of work 

required to complete the Project and has not relied on the approximations in this Schedule of Values.  Any item not specifically 

LEGIBLE SHALL BE DEEMED NONRESPONSIVE AND SHALL NOT BE CONSIDERED.

TOTAL BASE BID (WRITTEN):

q p j pp y p y

identified on the Schedule of Values shall be considered incidental to other items.

TOTAL BASE BID (NUMBERS): $

SIGN DATE

ADD ALTERNATE #1; C900 MAINLINE

City of Elko

Ruby View Golf Course ‐ Irrigation and Golf Course Renovation Project

PWP#EL 2016‐083

Add Alternate #1; C900 Mainline – Substitute all gasketed Class 200 PVC mainline fittings mainline gate valves and

ITEM 

NO. ITEM DESCRIPTION

ESTIMATED

QUANTITY UNIT

UNIT

BID

PRICE

BID

ITEM

TOTAL

Add Alternate #1; C900 Mainline   Substitute all gasketed Class 200 PVC mainline, fittings, mainline gate valves and 

restraints 4” and larger for C900 DR‐18 gasketed PVC mainline, fittings, mainline gate valves and restraints 4” and 

larger.(Value entered shall be equal to the difference between Cl 200 and C900 to provide a sumation of the added 

amount for a C900 DR‐18 gasketed PVC mainline system).

1 12" Mainline Valve Assembly 1 EA

2 10" Mainline Valve Assembly 3 EA

3 8" Mainline Valve Assembly 7 EA

4 6" Mainline Valve Assembly 14 EA

5 4" Mainline Valve Assembly 2 EA

6 12" C900 DR‐18 Gasketed  PVC 120 LF

7 10" C900 DR‐18 Gasketed  PVC 3020 LF

8 8" C900 DR‐18 Gasketed  PVC 2660 LF

9 6" C900 DR‐18 Gasketed PVC 12200 LF9 6  C900 DR 18 Gasketed  PVC 12200 LF

10 4" C900 DR‐18 Gasketed  PVC 420 LF

11 8" Creek Crossing 1 EA

12 6" Creek Crossing 3 EA

13 12x10x16 TEE 1 EA

14 12X10X10 TEE 1 EA

15 10X6X8 TEE 1 EA

16 8X6X6 TEE 1 EA

17 8X8X6 TEE 1 EA

18 8X6X8 TEE 1 EA

19 6X4X6 TEE 1 EA

20 8X8X4 TEE 1 EA

ITEM 

NO. ITEM DESCRIPTION

ESTIMATED

QUANTITY UNIT

UNIT

BID

PRICE

BID

ITEM

TOTAL

21 6X6X6 TEE 3 EA

22 10" 45 EL 1 EA

"23 10" 22 EL 3 EA

24 8" 90 EL 1 EA

25 8" 45 EL 2 EA

26 8" 22 EL 1 EA

27 8" 11 EL 1 EA

28 6" 90 EL 5 EA

29 6" 45 EL 5 EA

30 6" 22 EL 5 EA

31 6" 11 EL 6 EA

ADD ALTERNATE #1 TOTAL:                     

BIDDERS MUST SUBMIT BIDS ON BID FORM, FULLY COMPLETED WITH ALL BLANKS FILLED IN AND SIGNED BY AN AUTHORIZED 

REPRESENTATIVE OF THE BIDDER.  BIDDERS MAY NOT MODIFY THE BID FORM IN ANY WAY.  BIDS NOT SUBMITTED ON THE REQUIRED 

FORM, AND/OR NOT FULLY COMPLETED AND/OR NOT SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE BIDDER, AND/OR NOT 

LEGIBLE SHALL BE DEEMED NONRESPONSIVE AND SHALL NOT BE CONSIDERED.

Unit prices as established by the schedule of values shall be applied in the event of requested additions or subtractions to the Work and 

serve as the basis for pricing of any change orders. The Contractor acknowledges and understands that the submitted Bid shall beserve as the basis for pricing of any change orders. The Contractor acknowledges and understands that the submitted Bid shall be 

evaluated on the basis of a Lump Sum and no adjustments to payment will be made for variations in quantity between the Schedule of 

Values and the Plans. In submitting his Bid, Contractor acknowledges that he has independently verified the quantities of work required 

to complete the Project and has not relied on the approximations in this Schedule of Values.  Any item not specifically identified on the 

Schedule of Values shall be considered incidental to other items.

TOTAL ADD ALT #1 (NUMBERS): $

TOTAL ADD ALT #1 (WRITTEN):

SIGN DATE

ADD ALTERNATE #2; REUSE WATER LINECity of Elko

Ruby View Golf Course ‐ Irrigation and Golf Course Renovation Project

PWP#EL 2016‐083

Add Alternate #2; Reuse Water Line ‐ All permits, materials, labor, equipment, housing and project related overhead 

expenses required to successfully install the Reuse waterline designed detailed and specified on plan sheets IR6 0

ITEM NO. ITEM DESCRIPTION

ESTIMATED

QUANTITY UNIT

UNIT

BID

PRICE

BID

ITEM

TOTAL

1 Demolition and Site Preparation 1 LS

expenses required to successfully install the Reuse waterline designed, detailed and specified on plan sheets IR6.0 

and IR6.1.

2 SWPPP and Dust Control 1 LS

3 12" Valve Assembly 1 EA

4 12" C900 DR‐18 1260 LF

5 12" 90 EL 1 EA

6 12" 45 EL 1 EA

7 12"X10" REDUCER 1 EA7 12 X10  REDUCER 1 EA

8 12"X6" REDUCER 1 EA

9 10" END CAP 1 EA

10 6"X6"X6" TEE 1 EA

11 Type II Base Material 20 CY

12 Excavation Cut and Fill 1608 CY

13 Excavation Export 1188 CY

14 4" Plantmix Bituminous Pavement 402 SF

ADD ALTERNATE #2 TOTAL:

BIDDERS MUST SUBMIT BIDS ON BID FORM, FULLY COMPLETED WITH ALL BLANKS FILLED IN AND SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE 

BIDDER.  BIDDERS MAY NOT MODIFY THE BID FORM IN ANY WAY.  BIDS NOT SUBMITTED ON THE REQUIRED FORM, AND/OR NOT FULLY COMPLETED 

AND/OR NOT SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE BIDDER, AND/OR NOT LEGIBLE SHALL BE DEEMED NONRESPONSIVE AND SHALL NOT 

BE CONSIDERED.

Unit prices as established by the schedule of values shall be applied in the event of requested additions or subtractions to the Work and 

serve as the basis for pricing of any change orders. The Contractor acknowledges and understands that the submitted Bid shall be 

evaluated on the basis of a Lump Sum and no adjustments to payment will be made for variations in quantity between the Schedule of 

Values and the Plans. In submitting his Bid, Contractor acknowledges that he has independently verified the quantities of work required g g p y q q

to complete the Project and has not relied on the approximations in this Schedule of Values.  Any item not specifically identified on the 

Schedule of Values shall be considered incidental to other items.

TOTAL ADD ALT #2 (NUMBERS): $

TOTAL ADD ALT #2 (WRITTEN):

SIGN DATE

ADD ALTERNATES #3 THROUGH 18; GOLF COURSE IMPROVEMENTS

City of Elko

Ruby View Golf Course ‐ Irrigation and Golf Course Renovation Project

PWP#EL 2016‐083

ITEM  ESTIMATED

UNIT

BID

PWP#EL 2016 083

Add Alternates #3 through 18; Golf Course Improvements ‐ All permits, materials, labor, equipment, housing and 

project related overhead expenses required to successfully install the proposed tee boxes and cart paths as designed, 

detailed and specified on plan sheets G1.0, G1.1, G2.0 and G3.0.

ITEM 

NO.

ESTIMATED

QUANTITY UNIT

BID

PRICE

1 Cart Path Removal Asphalt and base removed, cavity filled, smoothed and 

sodded.See Plan Set LF

2 Cart Path Replacement Old asphalt removed, new asphalt installed. See Plan Set LF

3 Cart Path ‐ NewNew alignment subgrade established, new base and 

asphalt installed.See Plan Set LF

ITEM DESCRIPTION

p

4 Area Preparation Existing turf tilling See Plan Set SF

5 Fill/Topsoil export/importload and haul of material to satisfy grading requirements 

in each area.See Plan Set CY

6 Grading/ShapingDozer push and shape to achieve required grades and 

design. See Plan Set EA

7 Tee ConstructionTee sand material, installed, tee surface estbalished and 

laser leveled. See Plan Set SF

8 Green Construction New green constructed to USGA recommendations. See Plan Set SF

9 FinishingCleaning, fine grading and smoothing of all disturbed 

areas and preparation for sodding.See Plan Set SF

10 Sodding ‐ Green/collar T1 Bentgrass supplied and installed. See Plan Set SF

11 Sod ‐ Tees/rough Rye/Bluegrass sod supplied and installed. See Plan Set SF

ADD ALTERNATE #3 TOTAL:

ADD ALTERNATE #4 TOTAL:

ADD ALTERNATE #5 TOTAL:

ADD ALTERNATE #6 TOTAL:

ADD ALTERNATE #7 TOTAL:

ADD ALTERNATE #8 TOTAL:

ADD ALTERNATE #9 TOTAL:

ADD ALTERNATE #10 TOTAL:

ADD ALTERNATE #11 TOTAL:

ADD ALTERNATE #12 TOTAL:

ADD ALTERNATE #13 TOTAL:

ADD ALTERNATE #14 TOTAL:

ADD ALTERNATE #15 TOTAL:

ADD ALTERNATE #16 TOTAL:

ADD ALTERNATE #17 TOTAL:

ADD ALTERNATE #18 TOTAL:

BIDDERS MUST SUBMIT BIDS ON BID FORM, FULLY COMPLETED WITH ALL BLANKS FILLED IN AND SIGNED BY AN AUTHORIZED 

REPRESENTATIVE OF THE BIDDER.  BIDDERS MAY NOT MODIFY THE BID FORM IN ANY WAY.  BIDS NOT SUBMITTED ON THE REQUIRED 

FORM, AND/OR NOT FULLY COMPLETED AND/OR NOT SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE BIDDER, AND/OR NOT 

LEGIBLE SHALL BE DEEMED NONRESPONSIVE AND SHALL NOT BE CONSIDEREDLEGIBLE SHALL BE DEEMED NONRESPONSIVE AND SHALL NOT BE CONSIDERED.

Unit prices as established by the schedule of values shall be applied in the event of requested additions or subtractions to the Work and 

serve as the basis for pricing of any change orders. The Contractor acknowledges and understands that the submitted Bid shall be 

evaluated on the basis of a Lump Sum and no adjustments to payment will be made for variations in quantity between the Schedule of 

Values and the Plans. In submitting his Bid, Contractor acknowledges that he has independently verified the quantities of work required 

to complete the Project and has not relied on the approximations in this Schedule of Values.  Any item not specifically identified on the 

Schedule of Values shall be considered incidental to other items.

TOTAL ADD ALT #3 (NUMBERS): $

TOTAL ADD ALT #3 (WRITTEN):

TOTAL ADD ALT #4 (NUMBERS): $( ) $

TOTAL ADD ALT #4 (WRITTEN):

TOTAL ADD ALT #5 (NUMBERS): $

TOTAL ADD ALT #5 (WRITTEN):

TOTAL ADD ALT #6 (NUMBERS): $

TOTAL ADD ALT #6 (WRITTEN):

TOTAL ADD ALT #7 (NUMBERS): $

TOTAL ADD ALT #8 (NUMBERS): $

TOTAL ADD ALT #7 (WRITTEN):

TOTAL ADD ALT #8 (NUMBERS): $

TOTAL ADD ALT #8 (WRITTEN):

TOTAL ADD ALT #9 (NUMBERS): $

TOTAL ADD ALT #9 (WRITTEN):

TOTAL ADD ALT #10 (NUMBERS): $

TOTAL ADD ALT #10 (WRITTEN)

TOTAL ADD ALT #11 (NUMBERS): $

TOTAL ADD ALT #10 (WRITTEN):

TOTAL ADD ALT #11 (WRITTEN):

TOTAL ADD ALT #12 (NUMBERS): $

TOTAL ADD ALT #12 (WRITTEN):

TOTAL ADD ALT #13 (NUMBERS): $

TOTAL ADD ALT #13 (WRITTEN):

TOTAL ADD ALT #14 (WRITTEN):

TOTAL ADD ALT #15 (NUMBERS): $

TOTAL ADD ALT #14 (NUMBERS): $

TOTAL ADD ALT #15 (NUMBERS): $

TOTAL ADD ALT #15 (WRITTEN):

TOTAL ADD ALT #16 (NUMBERS): $

TOTAL ADD ALT #16 (WRITTEN):

TOTAL ADD ALT #17 (NUMBERS): $

TOTAL ADD ALT #17 (WRITTEN)

TOTAL ADD ALT #18 (NUMBERS): $

TOTAL ADD ALT #18 (WRITTEN):

TOTAL ADD ALT #17 (WRITTEN):

SIGN DATE

33

The City of Elko shall award the contract to the bidder submitting the best bid proposal. Unit prices for all items, all extensions, total base bid, additive and/or deductive alternate amounts of Proposal must be shown. In event of discrepancy between words and figures, the words shall prevail. If this Proposal shall be accepted and the undersigned fail to contract as aforesaid and to give a Performance Bond and a Payment Bond, each in an amount not less than the full contract amount, ONE HUNDRED PERCENT (100%) of the contract amount with surety satisfactory to the City of Elko and present evidence of required liability insurance and licenses within twenty (20) calendar days after the bidder has received the “Notice of Award” of the contract from the City of Elko; the Mayor and the City Council may, at its option, determine that the bidder has abandoned the contract, and thereupon this Proposal and acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal and the same shall be the property of the City of Elko. The bidder hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" of the Owner and to fully complete the project within One Hundred-Fifty (150) calendar days thereafter. The Contractor acknowledges and agrees that if the contractor fails to complete substantially, or cause the substantial completion of a portion of the work within the contract time, the owner will sustain extensive damages and serious loss as a result of such failure. The exact amount of such damages will be extremely difficult to ascertain. Therefore, the owner and the contractor agree as follows in this paragraph:

(a) If the contractor fails to achieve substantial completion of the work within the

contract time and as otherwise required by the contract documents, the owner shall be entitled to retain or recover from the contractor, as liquidated damages and not as a penalty, the following per diem amounts commencing upon the first business day following expiration of the contract time and continuing until the actual date of substantial completion. Such liquidated damages are hereby agreed to be a reasonable pre-estimate of damages the owner will incur as a result of delayed completion of the work: a minimum of five hundred ($500.00) dollars per calendar day.

(b) The owner may deduct liquidated damages from any unpaid amounts then or

thereafter due the contractor under this agreement. Any liquidated damages not so deducted from any unpaid amounts due the contractor shall be payable to the owner at the demand of the owner, together with interest from the date of the demand at a rate equal to the lower of the Federal Treasury Bill Rate or the highest lawful rate of interest payable by the contractor.

(c) If, and to the extent that, the contractor is delayed in the progress of the work

by an act or neglect of owner, authorized representative or a separate contractor employed by owner (owner delay), contractor may apply for an extension of the contract time in accordance with the contract documents, but

34

owner delay will not bar owner from recovery of damages for contractor delay beyond the contract time, as extended.

(d) If, and to the extent that, the owner can meet the burden of proving that

owner has suffered actual damages as a result of contractor delay substantially in excess of the assessable liquidated damages, the owner may retain or recover the excess actual damages in addition to the liquidated damages.

(e) Regardless of the owner’s retention or recovery of liquidated damages for the

period of the delay up to the date of substantial completion, the owner may recover actual damages for breach of contract by the contractor accruing thereafter until final completion, such as for the contractor’s failure to fully and timely complete uncompleted work (i.e., “punchlist” items).

(f) Liquidated damages for delay shall only cover administrative, overhead and

loss of public use damages suffered by owner as a result of delay. Liquidated damages shall not cover the cost of completion of the work, damages resulting from defective work, damages suffered by others who then seek to recover their damages from owner (for example, delay claims of other contractors, subcontractors, or tenants), and defense costs thereof.

Bidder acknowledges receipt of the following addendum: Accompanying this proposal is a Proposal Guarantee as a deposit in the form of a (circle form type words) - certified check, cashier's check, bid bond or cash) in the amount of: (Written Form) (Numbers) $ which amount is not less than ten percent (10%) of the total bid. The undersigned currently holds a valid Nevada State Contractor's license. License Classification(s) and Number: City of Elko Business License Number: BIDDER NAME: MAILING ADDRESS: CITY: STATE: ZIP CODE:

35

TELEPHONE: ( ) FAX: ( ) BY: (TYPED OR PRINTED NAME OF INDIVIDUAL AUTHORIZED TO SIGN BID) TITLE: The following signature indicates that bidder has inspected the site and to have read and to be thoroughly familiar with the Plans and Contract Documents (including all addenda). The failure or omission of any bidder to examine the site or any form, instrument or document shall in no way relieve any bidder from any obligation in connection with this Bid Proposal to perform the Work as required. SIGNATURE OF AUTHORIZED PERSON: (If bid is by a corporation, affix seal and attach certified copy of corporate resolution authorizing the officers or representatives to execute the Bid Proposal and all Contract Documents if the bid is accepted.)

36

PROPOSAL GUARANTEE (To Accompany Bid Form)

KNOW ALL MEN BY THESE PRESENTS, THAT WE, THE UNDERSIGNED, , as PRINCIPAL, and , as SURETY, are hereby held and firmly bound unto the CITY OF ELKO, NEVADA, as OWNER in the penal sum of at least ten (10%) percent of the total amount of bid equal to: (Written Form) (Numbers) $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that whereas the Principal is herewith submitting to the CITY OF ELKO, NEVADA, a certain Bid for the:

RUBY VIEW GOLF COURSE – IRRIGATION AND GOLF COURSE RENOVATION PROJECT

NOW, THEREFORE, (a) If the Principal shall not withdraw said Bid within thirty (30) days after the opening of the same, or (b) If said Bid shall be rejected, or in the alternate, (c) If said Bid shall be accepted and the Principal shall within twenty (20) calendar days after receipt of Notice of Award, execute and deliver a contract in the form of Contract specified in the Contract Documents (properly completed in accordance with said Bid) and shall furnish a bond with good and sufficient surety or sureties for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, then this obligation shall be void, otherwise the same shall remain in force and effect and the Principal and Surety will pay unto the Owner the penal sum hereof; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time

37

within which the OWNER may accept such Bid; and said Surety does not hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of , 20 ; PRINCIPAL: SURETY: BY: (SEAL)

38

RUBY VIEW GOLF COURSE – IRRIGATION AND GOLF COURSE RENOVATION PROJECT

EXPERIENCE QUALIFICATIONS (To Accompany Bid Form) The Bidder has been engaged in the contracting business, under the present business name for years. Experience in work of a nature similar to that covered in the proposal extends over a period of years. The Bidder, as a contractor, has never failed to satisfactorily complete a contract awarded to contractor except as follows: The following contracts have been satisfactorily completed in the last three (3) years for the persons, firm or authority indicated, and to whom reference is made: YEAR CONTRACT

AMOUNT TYPE OF WORK LOCATION & FOR

WHOM PERFORMED

CONTACT NAME

PHONE #

The following is a list of plant and equipment owned by the Bidder, which is definitely available for use on the proposed work as required: QUANTITY NAME, TYPE & CAPACITY CONDITION LOCATION

SIGNED: DATE:

39

RUBY VIEW GOLF COURSE - IRRIGATION AND GOLF COURSE RENOVATION

PROJECT NEVADA STATE CONTRACTOR’S BOARD STATUS

(To Accompany Bid Form)

All Bids must include a printout from the Nevada State Contractor's Board internet website (http://www.nscb.nv.gov), dated no more than 90 calendar days prior to the date for receipt of Bids, showing that the Bidder has a Nevada Contractor’s license in good standing, and that the license is of the type and the monetary limit is sufficiently high to permit the Bidder to perform the Work as a general contractor.

40

SUBCONTRACTORS LIST PURSUANT TO NRS 338.141 (1) (b) - INCLUDING CONTRACTORS

For use in preparing 5% List or 1% List (To Accompany Bid Form)

Pursuant to NRS 338.141 (1) (b), each bid submitted to a public body for any public work to which paragraph (a) of subsection 1 of NRS 338.1385 or paragraph (a) of subsection 1 of NRS 338.143 applies, must include, if the public body does not provide a list of the labor or portions of the public work which are estimated by the public body to exceed 3 percent of the estimated cost of the public work, the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 5 percent of the prime contractor’s total bid. This is referred to as the “5% List.” If the bid is submitted pursuant to this paragraph, within 2 hours after the completion of the opening of the bids, the contractors who submitted the three lowest bids must submit a list containing the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 1 percent of the prime contractor’s total bid or $50,000, whichever is greater, and the number of the license issued to the first tier subcontractor pursuant to chapter 624 of NRS. This is referred to as the “1% List.” These lists must include a description of the labor or portion of the work which each first tier subcontractor named in the list will provide to the prime contractor. A prime contractor shall include his or her name on these lists if, as the prime contractor, the prime contractor will perform any of the work required to be listed.

The following list is submitted as the: 5% List

1% List

Name of

First Tier Subcontractor

Contractor’s License Number (1% List Only)

Description of Labor or Work

Percentage of Work Done

(Use additional sheets if necessary)

41

RUBY VIEW GOLF COURSE - IRRIGATION AND GOLF COURSE RENOVATION PROJECT

AFFIDAVIT OF NON-COLLUSION (To Accompany Bid Form) STATE OF ) )SS. COUNTY OF ) I, (Name of party signing this affidavit and the Proposal Form) (Title), being duly sworn to depose and say: That (Name of person, firm, association, or corporation) has not, either directly or indirectly, entered into agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this contract. Signature: Title: Sworn to before me this day of , 20 . Signature: Title:

(SEAL)

42

CERTIFICATION OF BIDDER REGARDING PENALTIES FOR NONCOMPLIANCE WITH NEVADA PREVAILING WAGE

REQUIREMENTS The undersigned bidder, proposed contractor or subcontractor certifies that: 1. This contract is for a public work project as set forth in Nevada Revised Statutes

Chapter 338. 2. A contractor engaged on public works shall forfeit, as a penalty to the public body in

behalf of which the contract has been made and awarded to the contractor, not lessthan $20 nor more than $50 for each calendar day or portion thereof that each workman employed on the public work:

(a) Is paid less than the designated rate for any work done under the contract, by the

contractor or any subcontractor under him. (b) Is not reported to the labor commissioner and the public body awarding the

contract as required pursuant to NRS 338.070. 3. If a penalty is imposed pursuant to this section, the costs of the proceeding,

including investigative costs and attorney’s fees, may be recovered by the laborcommissioner.

___________________________________________________________ Name of Bidder ___________________________________________________________ Name and Title of Authorized Representative _______________________________________ _________________ Signature Date

43

FRINGE BENEFITS PLAN, FUND OR PROGRAM DISBURSEMENT INFORMATION

CONTRACTOR: ______________________________________________________ CONTACT: _________________________________ PHONE: _________________ Classification ________________________________ Paid per hour Name, Address and Telephone Number of Fund

Manager $ _________ Vacation ____________________________ ____________________________ ____________________________ $ _________ Health and Welfare ____________________________ ____________________________ ____________________________ $ _________ Pension ____________________________ ____________________________ ____________________________ $__________ Apprentice/training ____________________________ ____________________________ ____________________________ $ _________ Other ____________________________ ____________________________ ____________________________

Classification ________________________________ Paid per hour Name, Address and Telephone Number of Fund

Manager $ _________ Vacation ____________________________ ____________________________ ____________________________ $ _________ Health and Welfare ____________________________ ____________________________ ____________________________ $ _________ Pension ____________________________ ____________________________ ____________________________ $__________ Apprentice/training ____________________________ ____________________________ ____________________________ $ _________ Other ____________________________ ____________________________ ____________________________

44

CERTIFICATION OF BIDDER, PROPOSED CONTRACTOR OR SUBCONTRACTOR REGARDING DEBARMENT, SUSPENSION,

INELIGIBILITY OR VOLUNTARY EXCLUSION The undersigned bidder, proposed contractor or subcontractor certifies, to thebest of his knowledge and belief, that: 1. Neither it nor its principals are presently debarred, suspended, proposed for

debarment, declared ineligible or voluntarily excluded from participation in thiscontract by any Federal department, agency, or program.

2. Neither it nor its principals are presently debarred, suspended, proposed for

debarment, declared ineligible or voluntarily excluded from participation inpublic works contracts by the Nevada Labor Commissioner.

3. Where either the bidder or subcontractor is unable to certify to any of the

above statements, the bidder or subcontractor shall attach an explanation asto why a certification cannot be submitted.

___________________________________________________________ Name of Bidder, Proposed Contractor or Subcontractor ___________________________________________________________ Name and Title of Authorized Representative _______________________________________ _________________ Signature Date

45

CONTRACT THIS CONTRACT, made and entered into this ____ day of 20___,

in the amount of ($_______________________________) numbers

_____________________________________ ______________

_ (words) by and between the City of Elko, hereinafter called the City of

"Owner", acting herein through its Mayor, Party of the first part, and

______________________________________________________________________

(Corporation, partnership, or individual doing business as)

of , County of ,

State of , Party of the second part, hereinafter called

the Contractor.

WITNESSETH, that the Contractor agrees with the City, for the consideration and Contract hereinafter mentioned and contained to be made and performed by the Contractor, and under the conditions expressed in two (2) bonds bearing even date with these presents, approved by the City Attorney and hereunto annexed, that the Contractor shall and will at Contractor's own proper cost and expense, do all the work and furnish all the materials, necessary for the substantial construction and completion and to the satisfaction of the City of Elko, the RUBY VIEW GOLF COURSE - IRRIGATION AND GOLF COURSE RENOVATION PROJECT, hereinafter called the "Project", together with incidental items necessary to complete the work in strict conformity in every part and particular special provisions and standard specifications which are made a part hereof, and in full compliance with the terms of this agreement. And the Contractor hereby further agrees to receive and accept the prices set forth in the Bid Proposal Schedule of Prices hereto annexed and hereby made a part of this agreement, as full compensation for furnishing all materials and labor, and the doing of all work, to the satisfaction of the City or authorized representative and in the manner and under the conditions hereinafter specified. The City hereby promises and agrees with the Contractor, to employ, and does hereby employ, the Contractor to provide the materials and to do all the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the said Contractor at the time, in the manner, and upon the conditions set forth in the Contract Documents; and the said parties themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained. The Owner agrees, to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as provided in the Contract Documents.

46

The said Contractor hereby further agrees, that the payment of the final amount due under this contract shall release the City of Elko from any and all claims or liability on account of work performed under this contract other than such claims, if any, as may be specifically accepted by the Contractor in writing at the time final payment is made. The City of Elko shall pay the Contractor no more than ninety-five (95%) percent of the total amount due under the Contract until fifty percent (50%) of the work required by the Contract has been performed. Thereafter, the City may pay any of the remaining installments without retaining additional funds if, in the opinion of the City of Elko, satisfactory progress is being made in the work. Upon final acceptance of the completed work, the City of Elko may publish a Notice of Completion of creditors and other concerned. The balance of funds retained shall be paid to the contractor within a reasonable time following the filing of a "Notice of Completion" or upon other proper evidence of satisfactory completion of the Contract, unless the Labor Commissioner of the State of Nevada requires the City of Elko to withhold the funds pursuant to NRS 338.515. The Contractor further agrees that no moneys payable under this contract shall be assigned by power of attorney, or otherwise, except upon written consent of the City. The Contractor further agrees to promptly repair, replace, restore, or rebuild, as the City may determine, any finished work in which defects or materials or workmanship may appear or to which damage may occur, because of such defects, during a one (1) year period subsequent to the date of final acceptance. It is further expressly agreed, by and between the parties hereto, that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, which this instrument shall control and nothing herein shall be considered an acceptance of the said terms or said proposal conflicting therewith. The Contract Documents shall include the following, all of which are made a part hereof and collectively evidence and constitutes the Contract: 1. The advertised Invitation to Bid. 2. The Instructions to Bidders. 3. The Bid Proposal by the Contractor. 4. Bid Proposal Guarantee. 5. Bidder Experience Qualifications.

6. Designation of Subcontractors. 7. Affidavit of Non-Collusion.

8. This Contract. 9. The Performance Bond and Payment Bonds. 10. Notice of Award 11. Notice to Proceed 12. General Provisions 13. Special Provisions 14. The contract drawings, plans, maps, plat, blueprints, and other drawings

47

and printed or written explanatory or supplementary matter thereof, as attached to this Contract.

15. All provisions required by law to be inserted in this Contract, whether actually inserted or not.

The Contractor hereby agrees that if the contractor fails to complete substantially, or cause the substantial completion of a portion of the work within the contract time, the owner will sustain extensive damages and serious loss as a result of such failure. The exact amount of such damages will be extremely difficult to ascertain. Therefore, the owner and the contractor agree as follows in this paragraph:

(a) If the contractor fails to achieve substantial completion of the work within the contract time and as otherwise required by the contract documents, the owner shall be entitled to retain or recover from the contractor, as liquidated damages and not as a penalty, the following per diem amounts commencing upon the first business day following expiration of the contract time and continuing until the actual date of substantial completion. Such liquidated damages are hereby agreed to be a reasonable pre-estimate of damages the owner will incur as a result of delayed completion of the work: five hundred ($500.00) dollars per calendar day.

(b) The owner may deduct liquidated damages from any unpaid amounts then or thereafter due the contractor under this agreement. Any liquidated damages not so deducted from any unpaid amounts due the contractor shall be payable to the owner at the demand of the owner, together with interest from the date of the demand at a rate equal to the lower of the Federal Treasury Bill Rate or the highest lawful rate of interest payable by the contractor.

(c) If, and to the extent that, the contractor is delayed in the progress of the work by an act or neglect of owner, or authorized representative or a separate contractor employed by owner (owner delay), contractor may apply for an extension of the contract time in accordance with the contract documents, but owner delay will not bar owner from recovery of damages for contractor delay beyond the contract time, as extended.

(d) If, and to the extent that, the owner can meet the burden of proving that owner has suffered actual damages as a result of contractor delay substantially in excess of the assessable liquidated damages, the owner may retain or recover the excess actual damages in addition to the liquidated damages.

(e) Regardless of the owner’s retention or recovery of liquidated damages for the period of the delay up to the date of substantial completion, the owner may recover actual damages for breach of contract by the contractor accruing thereafter until final completion, such as for the contractor’s failure to fully and timely complete uncompleted work (i.e., ”punchlist” items).

(f) Liquidated damages for delay shall only cover administrative, overhead and loss of public use damages suffered by owner as a result of delay. Liquidated damages shall not cover the cost of completion of the work, damages resulting from defective work, damages suffered by others who then seek to

48

recover their damages from owner (for example, delay claims of other contractors, subcontractors, or tenants), and defense costs thereof.

The contractor represents and warrants the following to the owner (in addition to any other representations and warranties contained in the contract documents) as an inducement to the owner to execute this agreement, which representations and warranties shall survive the execution and delivery of this agreement, any termination of this agreement and the final completion of the work:

1. Solvent. That it is, and its subcontractors are, financially solvent, able to pay all debts as they mature and possessed of sufficient working capital to complete the work and perform all obligations hereunder;

2. Ability to Complete Work. That it is able to furnish the plant, tools, materials, supplies, equipment and labor required to complete the work and perform its obligations hereunder, within the contract completion time;

3. Authorized to do Business. That it is authorized to do business in the State of Nevada and properly licensed by all necessary governmental and public and quasi-public authorities having jurisdiction over it and over the work and the project, including, without limitation, a Nevada contractor’s license in good standing that authorizes the contractor to perform the work;

4. Authority to Execute Contract. That its execution of this agreement and its performance thereof is within its duly authorized powers;

5. On-Site Observations. That its duly authorized representative has visited the site of the project, is familiar with the local and special conditions under which the work is to be performed and has correlated on-site observations with the requirements of the contract documents; and

6. Level of Expertise. That it possesses a high level of experience and expertise in the business administration, construction, construction management and superintendence of projects of the size, complexity and nature of this particular project, and that it will perform the work with the care, skill and diligence of such a contractor.

7. Understanding of Law and Conditions. Contractor has visited the site and has examined thoroughly and understood the nature and extent of the contract documents, work, site, locality, actual conditions, as-built conditions, and all local conditions and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by contractor and safety precautions and programs incident thereto.

8. Review of Reports. Contractor has examined thoroughly and understood all reports of exploration and tests of subsurface conditions, as-built drawings, drawings or reports, available for bidding purposes, of physical conditions, including underground facilities, which are identified in any report of geotechnical data and existing conditions, or which may appear in the drawings, and accepts the determination set forth in these documents and all other contract documents. Contractor agrees that except for the information

49

so identified, contractor does not and shall not rely on any other information contained in such reports and drawings.

9. Subsurface Conditions. Contractor has conducted or obtained and has understood all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 8.8 above) which pertain to the subsurface conditions, as-built conditions, underground facilities and all other physical conditions at or contiguous to the site or otherwise which may affect the cost, progress, performance or furnishing of work, as contractor considers necessary for the performance or furnishing of work at the contract sum, within the contract time, including specifically the provisions of the general conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by contractor for such purposes.

10. Unforeseen Subsurface Conditions. Contractor will promptly notify owner and or authorized representative in writing of any subsurface or latent physical conditions at the site differing materially from those indicated in the contract documents. Owner and or authorized representative will promptly investigate those conditions and advise owner in writing if further surveys or subsurface tests are necessary. Promptly thereafter, owner will obtain the necessary additional surveys and tests and furnish copies to or authorized representative and contractor. If owner and or authorized representative finds that the results of such surveys or tests indicate subsurface or latent physical conditions differing significantly from those indicated in the contract documents, a change order shall be issued incorporating the necessary revisions.

11. Correlation of Knowledge. Contractor has correlated its knowledge and the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the contract documents.

12. Disclosure of Ambiguities or Errors. Contractor has given Project Design Professional prompt written notice of all conflicts, errors, ambiguities or discrepancies that it has discovered in or among the contract documents and as-built and actual conditions and the written resolution thereof by Project Design Professional is acceptable to contractor.

13. General Warranties. The foregoing warranties are in addition to, and not in lieu of, any and all other liability imposed upon the contractor by law with respect to the contractor’s duties, obligations and performance hereunder. The contractor’s liability hereunder shall survive the owner’s final acceptance of and payment for the work. All representations and warranties set forth in this agreement, including, without limitation, this Article VIII, shall survive the final completion of the work or the earlier termination of this agreement.

IN WITNESS WHEREOF, the parties to these presents have executed this Contract in three (3) counterparts, each of which shall be deemed an original, in the year and day first above-mentioned.

50

OWNER: CITY OF ELKO, NEVADA BY: Mayor: Chris J. Johnson ATTEST: BY: City Clerk: Shanell Owen (SEAL) CONTRACTOR: BY: (Typewritten or Printed Name) SIGNATURE:

TITLE: ATTEST: BY: (Typewritten or Printed Name) SIGNATURE: (SEAL) I hereby certify that I have examined the written contract and find the same to be in accordance with the Elko City Code. David M. Stanton BY: Attorney of the City of Elko Nevada Date: NOTE: If Contractor is a corporation, Secretary should attest and affix the seal.

51

PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we

(name of contractor) are a

(corporation, partnership or individual) hereinafter called "Principal" and

(Surety) of , State of , hereinafter called the "Surety", are held and firmly bound unto the CITY OF ELKO, of ELKO COUNTY, NEVADA, hereinafter called "Owner" in the penal sum of: Dollars

(Written Form) (Numbers) $ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents for the faithful performance of a certain written Contract entered into between the Principal and the Owner, dated this day of , 20 , a copy of which is incorporated herein by reference, and made a part hereof as if fully copied herein, for the construction of the RUBY VIEW GOLF COURSE - IRRIGATION AND GOLF COURSE RENOVATION PROJECT. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall in all respects, well, truly and faithfully perform such contract and the Principals, duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if the Principal shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and if their Principal shall save, indemnify and keep harmless the Owner against all loss, damages, claims, liabilities, judgments, costs and expenses which may accrue against the Owner in consequence of the awarding of said Contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and

52

agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, the day of , 20 . PRINCIPAL: BY: ADDRESS: CITY, STATE & ZIP CODE: ATTEST: PRINCIPAL SECRETARY: (SEAL) WITNESS AS TO PRINCIPAL: ADDRESS: CITY, STATE & ZIP CODE: SURETY: BY:

53

ATTORNEY-IN-FACT ADDRESS: CITY, STATE & ZIP CODE: ATTEST: SURETY SECRETARY: (SEAL) WITNESS AS TO SURETY: ADDRESS: CITY, STATE & ZIP CODE: NOTE: Date of Bond must not be prior to date of Contract. (1) Correct Name of Contractor. (2) A Corporation, a Partnership or an Individual, as case may be. (3) Correct Name of Surety. If Contractor in Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury

Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Nevada.

54

PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we

(name of contractor) are a

(corporation, partnership or individual) hereinafter called "Principal" and

(Surety) of , State of , hereinafter called the "Surety", are held and firmly bound unto the CITY OF ELKO, of ELKO COUNTY, NEVADA, hereinafter called "Owner" in the penal sum of: Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Owner, dated the day of , 20 , a copy of which is incorporated hereby by reference, and made a part hereof as if fully copied herein for the construction of the RUBY VIEW GOLF COURSE - IRRIGATION AND GOLF COURSE RENOVATION PROJECT. NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations supplying or furnishing labor or materials to the Principal, or to any of the Principals' subcontractors in the prosecution of the work provided for in said Contract, and any authorized extension or modification thereof, including but not limited to any amounts due for materials, supplies, lubricants, oil, gasoline, fuels, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by, to, or for Principal or subcontractor or subcontractors of the Principal, then this obligation shall be void; otherwise to remain in full force and effect. The Principal and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum

55

which the owner may be compelled to pay as a result of non-payment for labor or material furnished for the work embraced by said Contract. The Principal and Surety hereby further agree that not only said Owner may sue on this bond, but that subject to the provisions hereinafter set out, any individual, firm, partnership, association or corporation, (hereinafter called claimant), who has performed labor or furnished materials to or for the Principal or its subcontractor or subcontractors in the prosecution of the work provided for in the Contract for which this bond is given, and who has not been paid in full before the expiration of ninety (90) days after the date on which the claimant performs the last of such labor or furnished the last of such materials for which the claimant claims payment, may bring an action on this bond in the claimant's own name to recover any amount due the claimant for such labor or materials, and may prosecute such action to final judgment and have execution on the judgment. Provided, however, that any claimant who has a direct contractual relationship with any subcontractor of the Principal, but no contractual relationship, express or implied, with such Principal, may bring an action on this bond only: A. If the claimant has within thirty (30) days after furnishing the first of such materials

or performing the first of such labor, served on the Principal a written notice which shall inform the Principal of the nature of the materials being furnished or to be furnished, or the labor performed or to be performed, and identifying the person contracting for such labor or materials and the site for the performance of such labor or furnishing such materials; and

B. After giving written notice to such principal within ninety (90) days from the date on

which the claimant performed the last of the labor or furnished the list of such materials for which the claimant claims payment.

Each written notice shall state with substantial accuracy the amount claimed and the name of the person for whom the work was performed or the material supplied, and shall be served by being sent by registered mail, postage prepaid, in an envelope addressed to such Principal at any place in which the Principal maintains an office or conducts business, or at the Principal's residence. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

56

IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, on this the day of , 20___. PRINCIPAL: BY: ADDRESS: CITY, STATE & ZIP CODE:

ATTEST: (SEAL)

PRINCIPAL SECRETARY: WITNESS AS TO PRINCIPAL: ADDRESS: CITY, STATE & ZIP CODE: SURETY: BY: ATTORNEY-IN-FACT ADDRESS: CITY, STATE & ZIP CODE: ATTEST: SURETY SECRETARY: (SEAL)

57

WITNESS AS TO SURETY: ADDRESS: CITY, STATE & ZIP CODE: NOTE: Date of Bond must not be prior to date of Contract. (1) Correct Name of Contractor. (2) A Corporation, a Partnership or an Individual, as case may be. (3) Correct Name of Surety. If Contractor in Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury

Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Nevada.

58

CITY OF ELKO NOTICE OF AWARD

To: DATE: PROJECT: Pursuant to the City Council acceptance of your submitted proposal, this form shall be the formal Notice of Award. You are hereby notified to execute the Contract, furnish a Performance and a Payment bond, and present evidence of required liability insurance and being licensed within twenty (20) calendar days after receipt of the "Notice to Award." Said surety company shall forthwith pay to the City of Elko the sum set forth in the Bid Bond if successful bidder fails to meet any of the above requirements. Contractor: By: Date: Authorized Company Representative Title: Owner: CITY OF ELKO, NEVADA By: DATE: Title: ********** Return signed copy to: City of Elko Clerk's Office 1751 College Avenue Elko, Nevada 89801 along with aforementioned document(s) requested.

59

CITY OF ELKO NOTICE TO PROCEED

To: DATE: PROJECT: You are hereby notified to commence work in accordance with the Agreement dated the __ day of ______ _ , 20___, on or before the day of _ ________ , 20___, and you are to complete construction One Hundred-Fifty (150) calendar days from the written notification to proceed. Contractor: By: DATE: Authorized Company Representative Title: Owner: CITY OF ELKO, NEVADA By: DATE: Title: ********** RETURN SIGNED COPY TO: City of Elko Clerk's Office 1751 College Avenue Elko, Nevada 89801 along with aforementioned document(s) requested.

60

CITY OF ELKO GENERAL PROVISIONS

RUBY VIEW GOLF COURSE – IRRIGATION AND GOLF COURSE RENOVATION PROJECT

PROJECT SPECIFICATIONS: The "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", 2012 Edition, (Orange Book) as amended by the City of Elko shall be the Project Specifications. All sections shall apply except as specifically deleted or modified by these Supplementary Conditions or the Technical Specifications. Wherever these specifications refer to the agency, this reference shall mean the CITY OF ELKO and wherever these specifications refer to the Engineer, this reference shall mean the City or authorized representative. LAWS, RULES, REGULATIONS, HEALTH, SAFETY AND OSHA TRAINING REQUIREMENTS: Laws, Rules and Regulations All workmanship and materials shall comply with all applicable laws, codes, rules and regulations, and the Contractor shall comply with all safety regulations which are applicable to his work, and particular attention for applicability shall be given to the United States Department of Labor Occupational Safety and Health Administration (OSHA) Standards, and the regulations of the State of Nevada in which the job is located. The responsibility for complying with all such laws, codes, rules and regulations, and safety standards shall be the responsibility of the Contractor. If the City is fined for any Contractor violations, these costs will be fully reimbursed by the Contractor. Safety In accordance with all OSHA safety regulations (29 CRF Part 1910 - 1926 inclusive) and the City of Elko’s Safety and Confined Space programs, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all personnel and property during the performance of the work: to include supplying their personnel with proper personnel protective equipment (PPE), first aid kit, fire extinguishers, confined space equipment and air monitors, underground metal utility detectors, tools, necessary equipment and materials. This requirement will apply continuously and not be limited to normal working hours on City of Elko property. The City will require of all Contractors the 30-hour supervisor and 10-hour employee OSHA certification training in CFR 1926 Construction Safety and Health before the work begins. All Contractors shall be responsible for the required certified training on equipment, tools, confined space and safety training, PPE, etc. The Contractor will produce these training documents as requested by the City. Health and Safety in Employment All applicable provisions in NRS Chapter 618 shall be incorporated in the construction

61

practices for all employees directly engaged in the completion of any City of Elko project(s).

CITY OF ELKO

RUBY VIEW GOLF COURSE – IRRIGATION AND GOLF COURSE RENOVATION PROJECT

SPECIAL PROVISIONS

City of Elko Ruby View Golf Course Irrigation Renovation Project 02110/1 01/16

SECTION 02110

SITE CLEARING PART 1 – GENERAL

1.1 SUMMARY

A. Section Includes 1. Remove surface debris. 2. Clear site of plant life and grass. 3. Remove existing site items as noted on the drawings.

1.2 REGULATORY REQUIREMENTS

A. Conform to applicable code for disposal of debris.

1.3 SEQUENCING AND SCHEDULING

A. Coordinate clearing Work with utility companies.

1.4 QUALITY ASSURANCE - NOT USED. 1.5 DELIVERY, STORAGE AND HANDLING - NOT USED. 1.6 PROJECT/SITE CONDITIONS

A. Protection of Existing Improvements: Provide protection necessary to prevent damage to

existing improvements indicated to remain in place.

B. Dust Control: The amount of dust from clearing and grubbing shall be controlled to prevent the spread of dust to adjacent properties. Water sprinkling shall be used to control release of dust during clearing and grubbing.

PART 2 – PRODUCTS - NOT USED. PART 3 – EXECUTION

3.1 EXECUTION

A. Clearing 1. Clear areas required for access to site and execution of Work.

B. Removal 1. Remove debris, rock, concrete, asphalt, trees and extracted plant life from site.

Excavate organic root fibers. Remove root fibers from site. Remove existing site items as indicated on the drawings.

C. Dispose of waste materials, including trash, debris concrete, pipe, etc. off site.

3.2 PROTECTION

A. Protect utilities that remain, from damage. B. Protect bench marks, trees and existing structures from damage or displacement. C. Protect irrigation structures and underground piping.

END OF SECTION 02110

City of Elko Ruby View Golf Course Irrigation Renovation Project 02211/1 01/16

SECTION 02211

ROUGH GRADING PART 1 – GENERAL

1.1 SUMMARY

A. Section Includes 1. Removal of topsoil and subsoil. 2. Cutting, grading, filling and rough contouring the site.

1.2 REFERENCES – NOT USED. 1.3 SUBMITTALS – NOT USED. 1.4 QUALITY ASSURANCE – NOT USED. 1.5 DELIVERY, STORAGE, AND HANDLING - NOT USED. 1.6 PROJECT/SITE CONDITIONS - NOT USED. 1.7 SEQUENCING AND SCHEDULING - NOT USED. 1.8 EXTENDED WARRANTY - NOT USED. 1.9 MAINTENANCE - NOT USED.

PART 2 – PRODUCTS

2.1 MANUFACTURES - NOT USED.

2.2 MATERIALS

A. Topsoil: Excavated material, graded, free of roots, rocks larger than 1 inch, subsoil, debris, and large weeds.

B. Subsoil: Excavated material, graded, free of lumps larger than 6 inches, rocks larger than 3 inches, and debris.

2.3 MANUFACTURED UNITS - NOT USED. 2.4 EQUIPMENT - NOT USED. 2.5 COMPONENTS - NOT USED. 2.6 ACCESSORIES - NOT USED. 2.7 MIXES - NOT USED. 2.8 FABRICATION - NOT USED. 2.9 SOURCE QUALITY CONTROL - NOT USED.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Verify that survey benchmark and intended elevations for the Work are as indicated.

3.2 PREPARATION

A. Identify required lines, levels, contours, and datum. B. Identify known underground, above ground, and aerial utilities. Stake and flag locations. C. Notify utility company to relocate utilities, if required. D. Protect above and below grade utilities which are to remain. E. Protect bench marks, fences, surveying control points, existing structures, sidewalks, plant life and

paving, from excavation equipment and vehicular traffic. F. Generally, compact subgrade to density requirements for subsequent backfill materials.

3.3 EXECUTION

A. Topsoil Excavation

1. Notify Engineer for approval before continuing work.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02211/2 01/16

2. If necessary before making cuts, remove existing top soil over areas to be cut and filled not previously removed by stripping specified in other Sections and stockpile in suitable area.

3. Stockpile on site. Verify stockpile location with Owner. Separate topsoil from subsoils. Protect from erosion.

B. Subsoil Excavation 1. Excavate subsoil from areas to be further excavated, or re-graded. 2. Stockpile on site. Protect from erosion. If soft spot, water, or other unusual excavating

conditions are encountered, stop work and notify Architect. C. Filling

1. Exposed surfaces to be proof-rolled with a fully loaded rubber tire dump or water truck under the observation of a representative of the Engineer. Areas found to be soft or otherwise unsuitable for support of support of structural loads should be over-excavated and replaced with compacted structural fill.

2. Fill areas to contours and elevations with unfrozen materials. 3. Maintain optimum moisture content of fill materials to attain required compaction density. 4. Slope grade away from building as shown on plans. 5. Make grade changes gradual. Blend slope into level areas. 6. Remove surplus fill materials from site.

D. Tolerances 1. Top Surface of Subgrade: Plus or minus 1/10 foot.

3.4 FIELD QUALITY CONTROL

A. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner.

B. Proof-roll compacted fill surfaces under slabs-on-grade and paving. Proof roll building pad before placing footings.

3.5 ADJUSTING - NOT USED. 3.6 CLEANING - NOT USED. 3.7 DEMONSTRATION - NOT USED.

3.8 PROTECTION

A. Protect finished work under provisions of Division One.

3.9 SCHEDULES - NOT USED.

END OF SECTION 02211

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/1 01/16

SECTION 02811

GOLF COURSE IRRIGATION PART 1 – GENERAL 1.1 SUMMARY A. Section Includes

1. Pipe and fittings, valves, sprinkler heads, accessories, and connections to water source. 2. Control system.

B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section 02110 “Site Clearing” for site preparation. 2. Division 2 Section 02211 “Rough Grading” for course improvements.

1.2 SYSTEM PERFORMANCE REQUIREMENTS

A. Location of Sprinklers and Devices: Design location is intended for maximum irrigation

efficiency. All Sprinklers will be located by Irrigation Consultant B. Minimum Water Coverage:

1. Not less than:Turf Areas: 100 percent. C. All flow velocities, within the entire irrigation system, shall not exceed 5 feet per second.

1.3 SUBMITTALS

A. Product data including pressure rating, rated capacity, settings, and electrical data of selected

models for the following: 1. Valves, including general-duty, underground, automatic control, and quick-coupler types,

isolation and valve boxes. 2. Sprinklers. 3. Field Controllers. 4. Wiring and Splice Kits. 5. Irrigation system record drawings. 6. Central control system. 7. Decoders.

B. Wiring diagrams for electrical controllers, valves, and devices.

C. Maintenance data for inclusion in "Operating and Maintenance Manual" specified in Division 1 Section "Contract Closeout" for the following:

1. Seasonal activities of start-up, shut-down and winterization, including blow-out operation of

sprinkler system with compressed air. 1. Automatic control valves. 2. Sprinklers. 3. Controllers. 4. Irrigation system record drawings. 5. Central control system. 6. Remote Control.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: Engage an experienced Installer with a minimum of five years experience and who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance.

B. Listing/Approval Stamp, Label, or Other Marking: On equipment, specialties, and accessories

made to specified standards.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/2 01/16

C. Listing and Labeling: Equipment, specialties, and accessories that are listed and labeled.

1. The Terms "Listed" and "Labeled": As defined in "National Electrical Code,"

Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing

Laboratory" (NRTL) as defined in OSHA Regulation 1910.7.

D. Product Options: Irrigation system piping, specialties, and accessories are based on specific types, manufacturers, and models indicated. Components with equal performance characteristics produced by other manufacturers may be considered, provided deviations in dimensions, operation, and other characteristics do not change design concept or intended performance as judged by the Irrigation Consultant. The burden of proof of product equality is on the Contractor. Any substitutions must be approved by the Irrigation Consultant in writing prior to installation.

1.5 PROJECT CONDITIONS

A. Perform site survey, research public utility records, and verify existing utility locations. Verify that irrigation system piping may be installed in compliance with original design and referenced standards.

1.6 SEQUENCING AND SCHEDULING

A. Maintain uninterrupted water service to building during normal working hours. Arrange for temporary water shutoff Owner.

B. Maintain Uninterrupted existing irrigation system during construction. Arrange for temporary water shutoff with owner. Provide alternate water source for irrigation if water is to be shut off for more than (2) days.

C. Coordinate irrigation systems work with landscape work specified in Division 2 Section "Landscaping.”

1.7 EXTRA MATERIALS

A. Deliver extra materials to Owner. Furnish extra materials matching products installed as described below. Package them with protective covering for storage and label clearly describing contents.

1. Quick Coupler Valves, Hose Swivels and Operating Keys: Furnish (3) extra parts. 2. VIH Rotors: Furnish (5) extra full heads and (5) extra part circle heads, each model. 3. Decoders: Furninsh (10) extra one station. 4. Remote Control Valves: Furnish (2) extra valve assemblies. 5. Landscape Sprinklers: Furnish (2) extra full circle rotors and (2) extra adjustable heads,

each model. 6. Landscape Spray/Rotary Sprinklers: Furnish (6) extra each model spray body and nozzle.

1.8 SUBSTITUTIONS

A. Substitutions to the specified equipment will be permitted with the express written approval of the Irrigation Consultant. Substitutions will be approved only when the substituted item is equivalent or better in quality and performance than the item originally specified. The final determination for "equivalents" rests with the Irrigation Consultant. Their decision shall be final and binding.

1.9 WARRANTY

A. Warranty system against defects of installation and material for a period of 1 year after final completion of the irrigation system. Guarantee shall also cover repair or damage to any part of the premises resulting from leaks or other defects in material, equipment and workmanship to the

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/3 01/16

satisfaction of the Irrigation Consultant. Repairs, if required, shall be done promptly upon notification by the Owner, and, at no cost to the Owner.

B. As part of the warranty, the Contractor shall be responsible for deactivating and winterizing the

system prior to the onset of the freezing season and for reactivating the system at the onset of the spring growing season; each event must be accomplished once during the warranty period. In the event the system is completed in a season when it will not be in use, the Contractor shall winterize the system upon completion of testing (and approval by the Irrigation Consultant) and reactivate the system in the spring. The Contractor shall submit a letter to the Irrigation Consultant certifying that the system was winterized and drained and indicate the date such action was accomplished. The Contractor shall be responsible for any damage resulting from failure to comply. Contractor shall instruct and demonstrate winterization and startup techniques for Owner.

PART 2 MATERIALS 2.1 SWING JOINTS:

A. Toro Irrigation: 1. Toro INF34 Series Rotors: Toro TSJ-12GT-12-3-10A 2. Toro INF 35 Series Rotors: Toro TSJ-12GT-12-3-10A 3. Toro T7P Series Rotors: Toro TSJ-10GT-12-3-10A 4. Toro 477 Quick Couplers: Toro TSJ-10GT-18-3-10M

B. Hunter Industries: 1. Hunter G884 Series Rotors: Hunter HSJ-3-4-0-2-12 2. Hunter G885 Series Rotors: Hunter HSJ-3-4-0-2-12 3. Hunter I-40 Series Rotors: Hunter HSJ-1-3-2-2-18 4. Hunter MP Rotators: As detailed in plan set 5. Hunter HQ44 Quick Couplers: Hunter HSJ-1-3-2-2-18

2.2A TORO VIH ROTORS: A. Full-circle sprinklers shall be Toro INF34-336-5-7. B. Part-circle sprinklers shall be Toro INF35-346-5-7. 2.2B HUNTER SPRINKLERS:

A. Full-circle sprinklers shall be Hunter G884-D-23-P6-S.

B. Part-circle sprinklers shall be Hunter G885-D-25-P6-S.

2.3A TORO LANDSCAPE ROTORS:

A. Toro T7P-42. 2.3B HUNTER LANDSCAPE ROTORS:

A. Hunter I-40-04-SS. 2.4A TORO ROTARY SPRAY HEADS: N/A 2.4B HUNTER ROTARY SPRAY HEADS:

B. Hunter MP####-PRS40.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/4 01/16

2.5A TORO REMOTE CONTROL VALVES:

A. Toro P220GS-27-08-DLE-DC 2.5B HUNTER REMOTE CONTROL VALVES:

A. Hunter ICV-201G-DC 2.5A TORO DECODERS:

B. Toro DEC-ISP-1 2.5B HUNTER DECODERS:

B. Hunter Pilot-100 2.6A TORO CENTRAL CONTROL SYSTEM:

A. Toro Lynx CE package to include Lynx CE, software preloaded onto an Intel Cor i7 (3.6 GHz) Biostart BIB85-AHA ATX System Board, LGA1150 socket 1333 MHz Bus Processor; 16 GB DDR3-Dual Channel 16 GB max RAM; Realtek CODEC ALC892-VC, 5.1 channel Audio; 1 – INTEL 82579 10/11 Mb/s, 1 Gb/s auto negotiation Network Interface; 1 TB SSHD Hard Drive; DVD/CD-RW Dual Format LightScrib DVDR, DVDRW, CDR, CDRW Optical Drive; (1) PCI-E x 16, (2) PCI-E x1, (1) PCI-E x 4, (2) PCI Expansion Slots; 3 – (1) Integrated VGA, (1) DVI, (1) HDMI INTEL HD Graphics with dual display Video/Graphics; 6 – (2) Integrated system board COM Port, (4) Integrated RS-232 9 pin Single headers Serial Ports; 6 – (2) in front, (4) integrated in back – (2) x 2.0, (2) x 3.0 USB Ports; Mid Tower (5 Bay) Case; 500 GB Removable Hard Drive 8 GB USB 2.0 Mini Flas Drive Second Copy License Backup Device/Media/Software; Windows 7 Ultimate 64 bit OS; 500 GB Removable Hard Drive, Symantec Ghost OS Recovery Device/Software; AVAST Anti-Virus (5-yr) Antivirus Software; Windows Media Player DVD Decoder; Roxio Easy Media Creater CD/DVD Authoring Software; Stereo on Monitor Speakers; Logitec Optical Wheel wireless USB Mouse; Logitec Wireless USB Keyboard; 32” ViewSonic Wide Screen Flat Panel with speakers Monitor; EATON/Powerware BackUPS 1500 LCD Battery Backup; Canon PIXMA iP7220 (or equal) Printer; RS-232 In-line surge protection device; mouse pad; (1) USB Printer Cable; all necessary power cords; FIU; RIU.

2.6B HUNTER CONTROL SYSTEM:

A. Hunter Pilot-CC package to include Pilot-CC software preloaded onto an Intel Cor i7 (3.6 GHz) Biostart BIB85-AHA ATX System Board, LGA1150 socket 1333 MHz Bus Processor; 16 GB DDR3-Dual Channel 16 GB max RAM; Realtek CODEC ALC892-VC, 5.1 channel Audio; 1 – INTEL 82579 10/11 Mb/s, 1 Gb/s auto negotiation Network Interface; 1 TB SSHD Hard Drive; DVD/CD-RW Dual Format LightScrib DVDR, DVDRW, CDR, CDRW Optical Drive; (1) PCI-E x 16, (2) PCI-E x1, (1) PCI-E x 4, (2) PCI Expansion Slots; 3 – (1) Integrated VGA, (1) DVI, (1) HDMI INTEL HD Graphics with dual display Video/Graphics; 6 – (2) Integrated system board COM Port, (4) Integrated RS-232 9 pin Single headers Serial Ports; 6 – (2) in front, (4) integrated in back – (2) x 2.0, (2) x 3.0 USB Ports; Mid Tower (5 Bay) Case; 500 GB Removable Hard Drive 8 GB USB 2.0 Mini Flas Drive Second Copy License Backup Device/Media/Software; Windows 10 Ultimate 64 bit OS; 500 GB Removable Hard Drive, Symantec Ghost OS Recovery Device/Software; AVAST Anti-Virus (5-yr) Antivirus Software; Windows Media Player DVD Decoder; Roxio Easy Media Creater CD/DVD Authoring Software; Stereo on Monitor Speakers; Logitec Optical Wheel wireless USB Mouse; Logitec Wireless USB Keyboard; 32” ViewSonic Wide Screen Flat Panel with speakers Monitor; EATON/Powerware BackUPS 1500 LCD Battery Backup; Canon PIXMA iP7220 (or equal) Printer; RS-232 In-line surge protection device; mouse pad; (1) USB Printer Cable; all necessary power cords; all necessary interface units require to communicate to the field.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/5 01/16

2.7 VALVES:

A. Automatic Electric Valves: 1. Toro P220GS-27-08-DLE-DC 2. Hunter: ICV-210G-DC

B. Manual Valves (2” and smaller): 1. Leemco LBT Series on RSST Saddle.

C. Quick Coupling Valves and Keys: 1. Toro 474-44, 464-03 Key 2. Hunter: HQ-44-RC-AWE, HK-44 key and HS-1 hose swivel.

D. Lateral Isolation Valves: 1. Leemco LV-210 on RSLS Series Saddle.

E. Mainline Isolation Valves: 1. Leemco LMC-SB Series (Base Bid) 2. Clow MJ resilient wedge epoxy coated gate valve (Add Alternate #1)

F. Ductile Iron Valves and Fittings 1. All Mainline Isolation Valves shall be spigot x bell and capable of direct insertion and

restraint to the mainline fitting. 2. All Ductile Iron shall have a fusion bonded epoxy coating on interior and exterior of product

surface, average of 10-12mm thickness. Epoxy coating shall conform to the requirements of CSA Z245.20-20 and NSF 61 for water services. Tar/bitumen coating will not be approved.

3. All ductile iron pipe fittings, joint restraints, lateral isolation valves and mainline isolation gate valves shall be of the same manufacturer which offers a 10-Year warranty on products and replacement labor costs. Prior to install, manufacturer shall provide documentation stating the above warranty information.

4. All ductile iron fittings shall have slanted, deep bell, gasket style made in accordance with ASTM A-536, Grade 65-45-12 and AWWA C153. All fittings shall have 5-degree freedom of pipe deflection within the bell end.

5. All rubber gaskets and O-rings shall be constructed of EPDM (ethylene propylene diene monomer) high grade rubber. SBR (styrene-butadiene) rubber gaskets and O-rings will not be approved.

6. All gasketed pipe shall be restrained as suggested by the fitting and valve product manufacturer.

7. All ductile iron joint restraints shall have blunt cast serrations. Machine threaded joint restraints will not be approved.

2.8 VALVE OPERATING KEYS: A. The contractor shall provide three keys of each type required to operate all types of manual gate

valves used. 2.9 VALVE BOXES:

A. Automatic Electric Valves:

1. Carson 1324 Spec Grade Valve Box with Green Flush Solid Lid and L Bolt. Extensions as required.

B. Lateral Isolation Valves: 1. Carson 910 Spec Grade Valve Box with Green Flush Solid Lid. Extensions as required.

C. Mainline Isolation Valves: 1. Carson 910 Spec Grade Valve Box with Green Flush Solid Lid. Extensions as required.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/6 01/16

D. Air Relief Valve: 1. Christy B24 Concrete Valve Box with B24D Lid and B24x12 extensions as required.

E. Splices: 1. Carson 910 Spec Grade Valve Box with Black Flush Solid Lid. 10” CL

2.9 FLUSH VALVE AND AIR-RELIEF VALVE: A. Crispin PL10A Air/Vac Combo Valve assembly as detailed. 2.10 WIRE CONNECTORS: A. Wire splice kits shall be Direct Bury Splice Kits (DBY) as manufactured by 3-M. All 120 volt

wire splices are to be placed in Carson 910 valve boxes. 2.11 WIRING:

A. 120 and 220 volt and wiring shall be type UF, direct burial copper wire sized as shown on the irrigation plan. 120-volt wiring is to consist of one black power wire, one white common wire, and one green ground wire which is to be one wire size smaller that the power wire which the ground is servicing. Satellite grounding is to be provided per manufacturer’s recommendation.

B. Communication wire shall be 14-2 double jacketed Paige #P7072 Maxi wire. No loops allowed.

2.12A TORO WEATHER STATION

A. Existing weather station shall be reused in place. Contractor shall make all necessary connections to central control system to read current weather data at computer and automate irrigation scheduling.

2.12B HUNTER WEATHER STATION

A. Weather Hawk 240 Signature Wireless Weather Station shall communicate to central control system wirelessly and be powered by existing power at existing Toro T107 weather station.

B. To be installed on a galvanized tripod stand, minimum 10’ above finish grade. 3.1 PIPE AND FITTINGS 3.2 MAINLINE PIPE:

A. Mainline pipe shall be Class 200 rubber-ring-joint PVC unless noted on plan. Pipe shall be suitable for use at maximum hydrostatic pressure of 160 psi at 73o F. All pipe must meet requirements as set forth in PS22-70, with standard dimension ratio SDR26, and bearing the National Sanitation Foundation Seal for potable water pipe and shall conform to the NSF Standard 14 for Thermo-plastic pipe. Provisions must be made for contraction and expansion at each joint with a rubber ring and integral thickness bell. Pipe and fittings must be assembled with a nontoxic lubricant as recommended by the pipe manufacturer. Joint restraints are required at all changes of pipe direction and is to be provided in accordance with manufacturer's recommendations.

B. Pipe shall be made from clean, virgin, NSF approved, Class 12454-B, PVC compound conforming

to ASTM resin specification D1784. Clean reworked material generated from the manufacturer's own production may be used. All the physical and chemical tests shall be made at 73o F. The pipe shall be designed to pass, without failure, when tested in accordance with PS22-70, as referenced to ASTM 1599. 1598, and ASTM 2152. The pipe shall be homogeneous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles and dents.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/7 01/16

3.3 LATERAL PIPE:

A. Lateral pipe 2-1/2" and smaller shall be Sch. 40 solvent weld PVC sized as shown on the irrigation plan. Pipe shall be rigid unplasticized PVC - SDR 26 extruded from virgin parent material. The pipe shall be homogeneous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles and dents. Pipe shall conform within all requirements of ASTM Standards D-1785 and D2241. The pipe shall bear the National Sanitation Foundation seal of approval and shall conform to the NSF Standard 14 for Thermo-plastic pipe.

3.4 SLEEVES:

A. All sleeves shall be Sch. 40 PVC pipe (unless noted) sized to adequately accommodate the pipe or wire requiring sleeving. All existing and proposed pavement pipe crossings will be made with the sleeves at a depth greater than 36 inches and must extend at least 18 inches past the pavement. No sleeved crossings will be required for cart paths. All above ground steel pipe is to be painted in a color approved by the Owner.

3.5 ABOVE GRADE MAINLINE: A. All above grade and other steel mainline and lateral piping shown on plans shall be constructed

with schedule 40 ASTM A120, ASTM A53. All above grade steel pipe is to be powder coated in a color approved by the Owner.

3.6 MAINLINE PIPE FITTINGS:

A. All Mainline Isolation Valves shall be spigot x bell and capable of direct insertion and restraint to the mainline fitting.

B. All Ductile Iron shall have a fusion bonded epoxy coating on interior and exterior of product surface, average of 10-12mm thickness. Epoxy coating shall conform to the requirements of CSA Z245.20-20 and NSF 61 for water services. Tar/bitumen coating will not be approved.

C. All ductile iron pipe fittings, joint restraints, lateral isolation valves and mainline isolation gate valves shall be of the same manufacturer which offers a 10-Year warranty on products and replacement labor costs. Prior to install, manufacturer shall provide documentation stating the above warranty information.

D. All ductile iron fittings shall have slanted, deep bell, gasket style made in accordance with ASTM A-536, Grade 65-45-12 and AWWA C153. All fittings shall have 5-degree freedom of pipe deflection within the bell end.

E. All rubber gaskets and O-rings shall be constructed of EPDM (ethylene propylene diene monomer) high grade rubber. SBR (styrene-butadiene) rubber gaskets and O-rings will not be approved.

F. All gasketed pipe shall be restrained as suggested by the fitting and valve product manufacturer. G. All ductile iron joint restraints shall have blunt cast serrations. Machine threaded joint restraints

will not be approved. 3.7 LATERAL PIPE FITTINGS: A. Lateral pipe fittings shall be Schedule 40, PVC standard weight as manufactured by Lasco, or

approved equal unless otherwise noted. All fittings shall be approved by the National Sanitation Foundation.

3.8 LATERAL SERVICE CONNECTIONS:

A. Fittings for lateral takeoffs from mainlines shall be Leemco pipe service saddles sized to fit the mainline and lateral connection serviced.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/8 01/16

B. All Ductile Iron shall have a fusion bonded epoxy coating on interior and exterior of product surface, average of 10-12mm thickness. Epoxy coating shall conform to the requirements of CSA Z245.20-20 and NSF 61 for water services. Tar/bitumen coating will not be approved.

C. All ductile iron pipe fittings, joint restraints, lateral isolation valves and mainline isolation gate valves shall be of the same manufacturer which offers a 10-Year warranty on products and replacement labor costs. Prior to install, manufacturer shall provide documentation stating the above warranty information.

D. All ductile iron fittings shall have slanted, deep bell, gasket style made in accordance with ASTM A-536, Grade 65-45-12 and AWWA C153. All fittings shall have 5-degree freedom of pipe deflection within the bell end.

E. All rubber gaskets and O-rings shall be constructed of EPDM (ethylene propylene diene monomer) high grade rubber. SBR (styrene-butadiene) rubber gaskets and O-rings will not be approved.

F. All gasketed pipe shall be restrained as suggested by the fitting and valve product manufacturer. G. All ductile iron joint restraints shall have blunt cast serrations. Machine threaded joint restraints

will not be approved. 3.9 PIPE CONNECTION MATERIALS: A. Solvent shall be grey in color, heavy-bodied, fast curing, high strength cement in accordance with ASTM D2564, approved by the manufacturer of the pipe used. Primer shall be purple in color, non-bodied, very fast acting, water thin solvent, approved by the manufacture of the pipe used. B. Joint compound for non-pressure threaded connections shall be PTFE (teflon) tape, UL listed or

approved equal Joint compound for constant pressure threaded connections shall be Permatex No. 51 pipe joint compound as manufactured by Loctite, Corp., or approved equal.

C. Lubricant for bell joint pipe shall be as approved and/or supplied by the mainline pipe manufacturer. D. All cans of compounds, solvents, and primers shall have labels intact and shall be stamped with the date of manufacture. No cans over two years old shall be permitted. 4.1 CONSTRUCTION: 4.2 EXCAVATION AND BACKFILL: A. The Contractor shall do all necessary trenching and backfilling required for the proper installation

of the system. Only mainlines will be installed with trenches. All pipe 2-1/2" and smaller shall be installed using the "pulling method".

B. The Contractor shall use backfilling equipment and techniques that will tamp the backfill in such a manner that no settling will result. C. Trench bottoms and backfill material will be free from rock or stones over 1/2 inch in diameter,

clodded dirt, or other unsuitable substances to prevent damage to pipe during backfill operation. The trench bottom is to be smooth and where rock or other debris is encountered, over excavation of 6 inches is required and suitable material will be used to form an adequate pipe bed.

D. Backfilling of trenches containing plastic pipe shall be done when the pipe is cool to avoid

excessive contraction in cold weather. All pipe embedment material should be selected and placed carefully, avoiding stones (over 1/2" in size), frozen lumps, and debris. Sharp stones and crushed rock larger than 3/4 inch which could cause significant scratching or abrasion of the pipe, should be excluded from the embedment material.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/9 01/16

E. Contractor shall perform all boring, cutting, removal, and/or repair of pavement, where pipes must

be installed across existing roads, paths, walkways or other pavement. Such work shall be coordinated with the owner and/or governmental agencies to minimize time of close for any road, walkway, etc. Where cart path crossings are required, contractor shall cut and remove pavement and provide a temporary gravel repair until Contractor is able to pave prior to finalization of project.

F. Lateral pipe is to be installed with a vibratory plow, the Contractor should use due care to insure

the pipe is not damaged by scraping or stretching during installation, and a bullet with a diameter at least 1" greater than the pipe being installed shall be used.

G. Trenches shall be made wide enough to allow a minimum of 6 inches between parallel pipes.

Trenches for pipes shall be made of sufficient depths to provide the minimum cover from finished grade as follows:

1. 30" minimum cover over main lines (pipe 3" and larger). 2. 18" minimum cover over lateral lines (pipe 2-1/2" and smaller). 3. 36" minimum cover over 24-volt electric wires.

H. Where 120-Volt power wire and 24 volt power wire share the same mainline trench, they are to be laid on opposite sides of the mainline with the 120-volt power near the bottom of the pipe and the 24-volt control wire near the top of the pipe.

I. Where the 120-volt power wire is not in the mainline trench, it is to be installed in a trench with a minimum of 36 inches of cover. J. Maintain all warning signs, shoring, barricades, flares, and red lanterns as required by any local

ordinances.

K. Backfill shall be placed in layers of twelve inches (12") or less and tamped in place. The contractor shall guarantee that all trenches and other disturbed areas will be free from settling of more than one-half inch (1/2"). Should more settling than this occur, the Contractor shall regrade and reseed the trench. This no-settlement guarantee shall be in effect for one year following the final acceptance.

L. If rock is encountered in sufficient amounts that it cannot be removed by trencher or backhoe, the

Contractor shall notify the Owner and they shall negotiate the additional cost incurred in the handling of such areas of excavation.

M. If existing utilities or other components are damaged during construction they are to be repaired by the contractor at no additional cost to the owner. N. All equipment on the golf course shall be equipped with a non-aggressive turf type tread. No

tracks allowed. 4.3 MAINLINE INSTALLATION:

A. Installation of gasketed mainline is to be in accordance with manufacture's recommendations. Mainline is to be installed in one complete operation with all associated components (fittings, concrete blocking, lateral valves, etc.) The mainline is to be tested under normal operating pressure for at least 24 hours prior to making lateral connections. Mainlines are to be flushed and all air removed prior to connecting laterals.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/10 01/16

B. Routing of mainline shall be in accordance with the plans wherever possible. The Contractor may make necessary adjustments to avoid obstacles provided the adjustments do not conflict with the intent of the plans and specifications. All such changes or adjustments are subject to the approval of the Owner.

C. Joining of O-ring pipe shall be completed with a lubricant approved by the pipe manufacturer.

Pipe Manufacturer's recommendations shall be used to join pipe lengths. Gasketed fittings shall be installed by cutting the pipe square, removing burrs and using a rasp or beveling tool to taper the cut ends of pipe. Lubricant shall be also used to install fittings per manufacturer's recommendations.

D. All mainline trenches are to be closed at the end of each day. E. Where mainlines are to cross shallow drainage pipes, irrigation contractor shall adjust mainline depth to route pipe over or under drainage pipe as required. 4.4 JOINT RESTRAINTS:

A. Concrete thrust blocks are not allowed unless approved by Irrigation Consultant for special conditions. 4.5 MATERIAL STORAGE:

A. Materials shall be stored to insure the preservation of their quality. Materials can be stored on the site providing the storage area is approved by the Owner. Security of the stored materials is the responsibility of the Contractor. The Contractor shall be responsible for correctly handling the materials used to construct the irrigation system, and all materials will be handled and stored in accordance with the manufacturer's recommendations. The Contractor shall adequately protect the Owners property from theft or vandalism and shall be permitted to erect a temporary construction fence for storage of equipment and materials. The Contractor will be required to keep a neat and orderly construction area. Disposal of rubbish and waste material shall be continuous. Upon completion of the system, the contractor shall remove all temporary structures, rubbish, and waste material remaining from the installation.

4.6 ELECTRICAL WORK: A. The Contractor is responsible for all electrical work pertaining to the irrigation system unless otherwise noted on the plan. B. All electrical shall be installed per local and national codes. C. All high voltage power shall be installed by a licensed electrician. 4.7 UTILITIES A. The Contractor shall be required to locate all utilities within the limits of construction, including

private and public utilities prior to construction. B. Owner shall be responsible to verify utility locates and make Contractor aware of other possible

utilities not located. C. Any and all damage to located utilities, tile lines, and existing water lines will be repaired by the

Contractor at the Contractors expense. Any and all damage to non-located utilities, tile lines, and existing water lines will be repaired by the Contractor and paid for by the Owner at a negotiated price.

4.8 QUICK COUPLE VALVES:

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/11 01/16

A. Quick couple valves are to be installed with prefabricated swing joint assemblies as shown in the

details. One quick coupler valve shall be provided for each tee complex and one quick coupler valve shall be provided for each green and tee complex and located per plan.

4.9 LATERAL LINES: A. Plastic pipe and fittings shall be solvent welded using solvents and methods as recommended by

manufacturer of the pipe, except were screwed connections are required. Pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before applying solvent with a non-synthetic bristle brush. Primer coat all weld connections. All welded lines are to set for 24 hours prior to pressurization or installation by the pulling technique. Lateral pipes and fittings shall be installed in accordance with the manufactures recommendations. The pulling technique shall be used and a bullet with a diameter 1" greater than the pipe will be required. Lateral lines are to be flushed prior to connection with sprinkler heads and remote control valves.

4.10 SPRINKLER HEADS: A. All sprinkler heads are to be installed on swing joints as shown on the detail sheet. B. Sprinklers are to be installed with the top of the sprinkler body at finish grade and level to

maintain equal water distribution in 360 degrees rotation. C. Sprinklers shall be installed at least 4" away from curbs, sidewalks or buildings. The contractor shall be responsible for damage from landscape maintenance operations to sprinklers which are installed incorrectly. D. Each VIH rotor or remote control valve shall be spiced to a single station decoder at the rotor.

Decoder shall be installed in top service rotor compartment. 4.11 CONTROL EQUIPMENT INSTALLATION

A. Installation of all control equipment, wired and radio is to be complete in accordance with manufacturers recommendations. Refer to details and manufacturer installation manuals for detailed installation instructions.

B. Irrigation Consultant to provide contractor with suggested run times for all sprinklers and remote

control valves installed. C. Central controller shall be located at the superintendent's office. 4.12 FIELD GROUNDING: A. All central control and field control units shall be ground per manufacturers recommendations.

Grounding shall be tested by manufacturers representative to ensure the minimum resistance is achieved at each controller unit.

4.13 HANDLING OF MATERIALS: A. The Contractor shall be responsible for correct procedures in loading, unloading, stacking,

transporting, and handling all materials to be used in the system. The Contractor shall avoid rough handling which could affect the useful life of equipment. Pipe shall be handled in accordance with the manufacturer's recommendations on loading, unloading, and storage.

4.14 CLEANING PREMISES:

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/12 01/16

A. The Contractor shall continuously keep a neat and orderly area in which he is installing the system. Disposal of rubbish and waste material resulting from the installation shall be continual. Upon completion of the system, the Contractor shall remove from the Owner's property, at his own expense, all temporary structures, rubbish, and waste materials resulting from installation.

4.15 COURSE PLAYABILITY:

A. The Contractor may coordinate with the Golf Pro and Superintendent to close two golf holes throughout construction.

B. The Course must be 100% playable for Tournament Play on the following days: a. May 6-8 NNGA Senior 2-Man Tournament b. May 21-22 City Championship c. June 6-7 Mine Expo d. July 2-3 RV Team Championship e. July 15-17 Elko Amateur f. July 23-24 Tom Scott Member/Firefighters Tournament

4.16 CARE OF SOD AND TURF:

A. For all phases of the installation requiring trenching or excavating, sod shall be cut, removed and replaced alive within fairways. Rough areas shall be seeded. Turf elevated due to pulling laterals and 24-volt wiring shall be rolled to establish a level surface after all connections have been completed. All areas disturbed by construction or equipment shall be graded to conform to their specified or original condition and be sodded as approved by the Owner. Where work is to occur in newly seeded areas or if sod is frozen during the excavating or trenching operation, contractor shall restore grade and reseed disturbed areas as required. No more than 1000 feet of trench will be permitted to be unrestored at any one time. (Golf course superintendent will provide seed mix requirements.)

4.17 VEGETATION:

A. No trees or shrubs shall be cut, pruned or removed without authorization of the Owner in writing. Trees whose removal is required shall be cut by golf course personnel.

4.18 REMOVAL OF EXISTING IRRIGATION EQUIPMENT:

A. Existing irrigation equipment shall be removed by Contractor. Contractor shall coordinate construction schedule with golf course superintendent for removal of existing irrigation equipment.

B. All irrigation valves, rotors and field satellites removed shall be returned to Owner. C. All voids in finish grade from removal of irrigation shall be filled with local topsoil, graded flush

with surrounding grade and seeded. 4.19 ADDITIONAL HEADS & DECODERS FOR SHOP INVENTORY: A. See Section 1.7. 4.20 EXISTING IRRIGATION SYSTEM:

A. The existing irrigation system shall be kept fully operational during the construction of the new irrigation system during the irrigation season. If the existing system is damaged during the irrigation season, the contractor shall repair the existing system to provide irrigation to the golf course as water is needed to maintain vegetation. If the existing system is damaged outside the irrigation season, damaged location shall be adequately marked for possible future repair by the contractor prior to the following irrigation season if required to maintain existing vegetation. The

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/13 01/16

contractor shall coordinate construction of the new irrigation system so that the existing system can be removed as the new system is installed. Work shall proceed from holes located furthest from the pump house and work towards the pump station. The existing system is to be kept operational during construction and if required, the new system can be temporally connected to the existing system to provide irrigation during the construction period.

4.21 ROAD CROSSINGS:

A. All road crossings shall be per the Orange Book, City of Elko. 4.22 CART PATH CROSSING AND REPAIR:

A. Cart path crossings are to be made by cutting the street or cart path and pulling the pipe under the path with a vibratory plow. Provide a temporary gravel repair which will be suitable for a future pavement base. Contractor will provide all permanent repairs to street and cart path crossings. Mainline crossings shall be made by making a 3 foot cut and removing existing pavement. Provide a temporary gravel repair which will be suitable for a future pavement base. Contractor will provide all permanent repairs to cart path and street crossings. Where possible, cart path crossings shall be made by pushing pipe under the path.

4.23 GPS SURVEYING OF STAKED SPRINKLERS: A. Location of all sprinklers will be marked with GPS by Baer Design Group, LLC in six site visits.

Additional staking requested the Contractor will be at the Contractors expense at a rate of $140/hr plus all travel expense. Contractor shall install sprinkler heads within 6 inches of GPS's location. Contractor is responsible to provide offset markers during excavation for head set to ensure rotor is installed in desired location.

B. The Contractor will provide one person to assist in the head staking and the same person shall be

used to stake the entire golf course. The Contractor is to provide whiskers for marking head locations. Whisker colors shall be pink for sprinkler heads and blue for valve box locations. The irrigation consultant is to be notified at least 10 working days prior to each staking phase.

4.24 RIPRAP: N/A 4.25 OTHER INSTRUCTIONS: A. Manufacturer's recommendations and instructions will be followed on the installation of all equipment constituting the irrigation system. B. Valve boxes are to be installed so that the top of the box is in the same plane as the ground surface directly surrounding the box. C. The Contractor shall maintain adequate protection of all his work as well as the Owner's property

from damage, injury or loss arising in connection with work on this Contract. The Contractor shall securely cover all openings into the pipe system at the end of the day.

D. The Contractor shall conduct their operations in a manner to comply with all provisions of the Soil

Erosion and Sedimentation Control Act, as well as preventing the entry of fuels, oils, chemicals, or sewage or other harmful substances into any bodies of water or aquifers.

E. Any existing equipment removed and not used in the irrigation system shall remain the property of the Owner. Removed equipment shall be cleaned and delivered to the Owner prior to completion of the contract. 5.1 FINALIZATION:

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/14 01/16

5.2 TESTING: A. The Owner's authorized representative shall be responsible for inspection of the Contractor's work while such work is in progress. The Contractor will be notified of any work which does not meet the installation instructions and will be required to correct such work. B. Upon completion of construction, the contractor will test the entire system under the normal

working conditions. Upon visual inspection of the ground, should any leak be found, it shall be promptly repaired. All components will be checked for proper operation. Any malfunctioning equipment or leak shall be repaired and retested until it is in satisfactory working condition.

C. Upon completion of construction, the Contractor will test all grounding and provide a written

report to the Owner on the installed performance for each wire leg, central control, weather station, pump station and other grounding system.

5.3 ADJUSTING THE SYSTEM:

A. Upon completion of the system the Contractor shall adjust the sprinkler heads to provide optimum performance, and all controllers, and other equipment will be set so that the overall operation of the system is at its most efficient. The irrigation consultant will assist the Contractor in programming the central controller. The Contractor shall flush all lines and evacuate all air from the system. Additionally, the Contractor shall adjust the pressure of all heads to provide performance which most closely matches operating conditions outlined on the irrigation plan. Minor adjustment during the guarantee period will be made by the Owner.

5.4 NOTIFICATION AND COMPLETION OF REQUIREMENTS:

A. When the Contractor is satisfied that they have completed the requirements of the contract documents, and has tested the system, the contractor shall submit a written statement which indicates the installation is complete. At a prearranged time, the system will be inspected by the Owner and any items found which do not constitute completion of the irrigation system will be noted. The Contractor will be notified of corrections in writing.

5.5 OWNER'S ACCEPTANCE:

A. Final acceptance of the work may be obtained from the Owner upon the satisfactory completion of all work. The Owner may accept the system prior to completing corrections deemed necessary during the final inspection. Any appropriate deductions for such conditions will be made to the final payment.

5.6 RECORD DRAWINGS: A. The contractor shall furnish the Owner with a reproducible "Record" drawing with each payment

request showing all sprinkler heads, valves, flush valves, and pipelines to a reasonable scale and provide a minimum of two dimensions taken from fixed, obvious objects to each automatic and manual control valves, and quick coupling valve.

B. Instruction sheets and parts lists covering all operating equipment will be bound into a 3 ring binder and furnished to the Owner in two copies. 5.7 OPERATIONAL INSTRUCTIONS: A. After completion, testing and acceptance of the system the Contractor will instruct the Owner's

personnel in the operation and maintenance of the system.

City of Elko Ruby View Golf Course Irrigation Renovation Project 02811/15 01/16

5.8 WARRANTY: A. The Contractor shall furnish a certificate of warranty registration and a guarantee of work and

materials for a period of one year from the date of final acceptance. Final payment for the system shall not be made unless this certification is presented to the Owner.

5.9 GUARANTEE: A. For a period of one (1) year from the date of acceptance of the installation, the Contractor shall promptly furnish and install, without cost to the Owner, any parts which prove defective in material, and/or workmanship. Failure to respond to the Owner's request for repairs within a period of 5 days authorizes the Owner to proceed with such necessary repairs and charge the Contractor for all expenses incurred in the repair work. B. In the Fall following final acceptance of the installation the Contractor shall "winterize" the system as part of the guarantee. C. In the Spring following final acceptance of the installation the Contractor shall turn the system on and make any necessary repairs as part of the guarantee. D. Any damage to the equipment not covered by the guarantee will be repaired by the Contractor and charged to the Owner at the Contractor's regular service rates. It will be the responsibility of the Contractor to get the signed work order before making any non-warranty repairs. E. Emergency repairs may be made by the Owner without relieving the contractor of his guarantee obligation. 5.10 OWNER'S RESPONSIBILITY FOR MAINTENANCE: A. It will be the Owner's responsibility to maintain the system in good working order during the

guarantee period, performing necessary minor maintenance, keeping the grass from obstructing the sprinkler heads, and preventing damage during landscape maintenance operations.