Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete...

192
Bid No. 7446 Villegas Park ADA Walkway Improvements ADDENDUM NO. 1 02/08/2017 Refer to the attached pages for any questions/changes. *** ACKNOWLEDGEMENT OF THIS ADDENDUM IS REQUIRED. Please acknowledge all addenda manually by signing and submitting all addenda cover pages as part of your final submittal before the deadline. Failure to acknowledge an addendum, unless the requirement to acknowledge has been waived, will immediately cause your bid to be deemed nonresponsive. Authorized Signature (Sign here to acknowledge receipt of this addendum)

Transcript of Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete...

Page 1: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446 

Villegas Park ADA Walkway Improvements

ADDENDUM NO. 1 

02/08/2017 

Refer to the attached pages for any questions/changes.      

*** ACKNOWLEDGEMENT OF THIS ADDENDUM IS REQUIRED. Please acknowledge all addenda manually by signing and submitting all addenda cover pages as part of your final  submittal before the deadline. Failure to acknowledge an addendum, unless the requirement to acknowledge has been waived, will immediately cause your bid to be deemed non‐responsive.       Authorized Signature    

(Sign here to acknowledge receipt of this addendum) 

Page 2: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446; Addendum No. 1; Page 1

ADDENDUM NUMBER: ONE February 8, 2017 CITY OF RIVERSIDE BID NUMBER: 7446 Villegas Park ADA Concrete Walkway Improvements 3091 Esperanza Street, Riverside, CA 92504 (A CDBG Fund Funded Project) TO ALL PRIME CONTRACT BIDDERS OF RECORD: NOTICE This addendum forms a part of the contract documents for the above named project and modifies the original drawings and specifications dated January 2017. All portions of the contract documents not specifically modified in this Addendum remain in full force and effect. The entire Project Specifications dated January 2017 will be replaced by the Project Specifications dated February 2017 issued as a part of this Addendum. The bid schedule includes the Base Bid Item I-A, and Additive Bid Item II-A and II-B. The Project Plans dated January 31, 2017 remains as a part of the bid documents. Acknowledge receipt of this Addendum shall be made on the Bid Proposal. Failure to do so may subject Bidder to disqualification. All trades affected shall be fully advised of these changes. Note: Bids are due before 3:00 pm on Wednesday, February 22, 2017. After bid opening, the three apparent low bidders will be requested to provide the Base Bid lump sum breakdown within five calendar days to Ms. Ewina Lau with Parks, Recreation, & Community Services Department for further review (Email: [email protected]). The Lowest Responsible Bidder recommended for award will be subject to successful verification of the required contractor license and project experience listed on the Project Specifications. This Addendum includes a total of 1 page, and attachment of the Project Specifications dated February 2017. END OF ADDENDUM

Page 3: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

EL/02/8/17

PROJECT SPECIFICATIONS

To Accompany Project Plans

For

Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project)

3091 Esperanza Street, Riverside, CA 92504

All bids are due before 3:00 pm on Wednesday, February 22, 2017. Questions regarding the bid shall be submitted by RFIs (Appendix G) by no later than February 15, 2017.

Prepared for & by Parks, Recreation & Community Services Department

3900 Main Street Riverside, California 92522

Posted by Purchasing Services Manager

3900 Main Street Riverside, California 92522

City of Riverside February 2017 State of California

Page 4: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

EL/02/8/17

PROJECT SPECIFICATIONS

To Accompany Project Plans

For

Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project)

3091 Esperanza Street, Riverside, CA 92504

TABLE OF CONTENTS SECTION PAGE I. BIDDING REQUIREMENTS:

Notice Inviting Bids Attached Instructions and Conditions Attached

II. GENERAL CONDITIONS:

Special Provisions (includes Information for Bidders) 1-28 III. TECHNICAL SPECIFICATIONS:

Section 01000 Mobilization 1-2 Section 01240 Contractor’s RFI’s 1-2 Section 01300 Submittals 1-5 Section 01770 Park Site Maintenance 1-3 Section 02110 Clear and Grub & Selective Demolition 1-2 Section 02210 Grading & Drainage 1-6 Section 02442 Irrigation, Netafim Drip 1-12 Section 02461 Site Furnishing 1-3 Section 02480 Planting 1-12 Section 02515 Concrete, Paving & Curbs 1-3 Section 03100 Formwork 1-2 Section 03200 Reinforcement 1-4 Section 03300 Cast-in-Place Concrete (use for concrete structures) 1-5 Section 05500 Metal Fabrication 1-4 Section 16530 Electrical 1-12

IV. APPENDICES:

A. Sample Agreement w/Exhibits A1-A Exhibit C-1 – Special Equal Opportunity Provisions 1-12 Exhibit C-2 – Federal Labor Standard Provisions 1-4 Exhibit C-3 – Special Provisions Related to Hazards Standards and Accident Prevention 1 Exhibit C-4 - Sample HUD Project Sign 1 Exhibit C-5 – Project Area Trainees, Employees and Businesses 1 Exhibit C-6 – Notice to All Employees (English and Spanish) 1-3 Exhibit C-7 – WH-347 & WH-348 - Payroll Certification Forms 1-2 Exhibit C-8 – Federal Wage Decision No. CA-170036 01/06/2017 CA36 1-23

B. Performance and Payment Bonds B1--B2 C. General Liability Additional Insured Endorsement C1--C2 D. Standard Forms for Bidders’ Use D1-D5 E. Best Management Practices (BMP’s) for typical Construction Activities E1-E2 F. Contractor’s RFI F1 G. Change Order Proposal (COP) Form G1 H. Change Order Proposal (COP) Log H1

Page 5: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 1 of 28

SPECIAL PROVISIONS SP-1 INTRODUCTION: The format of these Special Provisions follows that of the "Standard Specifications"

(as defined in following Section 1-2 DEFINITIONS), which are included within the Contract Documents of this Project. These Special Provisions supplement, modify and take precedence over the Standard Specifications. (See also Section 2-5 PLANS AND SPECIFICATIONS as modified by 2-5.1 General herein regarding numbering and precedence.)

SP-2 THE STANDARD SPECIFICATIONS ARE HEREBY AMENDED OR MODIFIED AS FOLLOWS: PART 1 - GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS. Add the following definitions to Section 1-2:

Accepted Bid - The bid or proposal accepted by City as a basis to enter into a Contract for the proposed Work.

Agency - The City of Riverside, California. Agreement - The written contractual agreement between Agency and Contractor covering the Work. Architect/Engineer - Parks, Recreation & Community Services Department's consultant, or its

representative, acting within the scope of their particular duties; sometimes referred to as A/E, Architect, Landscape Architect, Owner's Representative, Engineer, Electrical Engineer, Consultant, or term of like import.

Bid - The offer or proposal of the Bidder submitted electronically to the City setting forth the prices to perform the Work called for by the Contract Documents.

Board - The City Council of the City of Riverside, California. City - The City of Riverside, California, and includes any official of City authorized to act for City;

sometimes referred to as Agency or Owner. City Approved Equal - Shall mean products and/or materials that have been submitted to the Parks

Department Representative for review and approval, and have been determined by the City to be equal to such products or materials as specified, as verified in writing by City to Contractor, contingent upon the installed performance meeting or exceeding that of the specified product and/or material.

City's Official Address - Parks, Recreation & Community Services Department, 3900 Main Street, Riverside, California 92522.

Contract Documents - Add the following to the Standard Specifications definition: The following are also part of the contract documents: The Accepted Bid, the Agreement, the Performance and Payment Bonds, the Non-Collusion Affidavits, the Technical Specifications, the Appendices to the Project Specifications, and all Field and Change Orders issued during construction.

Council - The City Council of the City of Riverside, California. Director - The Director of the Parks, Recreation & Community Services Department, City of Riverside,

acting either directly or through properly authorized agents, each agent acting only within the scope of authority designated to such agent.

Drawings - See "Project Plans". Final Acceptance - That stage of construction and Plant Establishment which allows City to accept the

Project as completed (no construction work or Substantial Completion Punch List items remaining uncompleted or unresolved).

When Contractor believes the Project is ready for Final Acceptance, Contractor shall call for a Final Acceptance Inspection. The Director will inspect the Project to verify its completion. If there are elements that in the opinion of the Director are not completed, the Director will record same (Final Acceptance Punch List) and bring such items to the attention of Contractor. All punch list items must be completed or resolved to the satisfaction of the Director prior to Final Acceptance.

When, in the Director's judgment, the Work has been completed in accordance with the Plans and Specifications and is ready for Final Acceptance, the Director may accept the completed Work. Upon acceptance of the Work, the City Clerk will file the Notice of Completion with the County Recorder. The five percent (5%) retention will be processed for release thirty-five (35) days following the filing of the Notice, provided no claims have been filed with City.

Page 6: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 2 of 28

Owner - The City. Park Projects Inspector - An authorized representative of City assigned by the Park and Recreation

Director to make inspection of the Work performed by and materials supplied and/or installed by Contractor. Parks Department Representative - An authorized representative of Parks, Recreation & Community

Services Department of the City of Riverside assigned by the Director to administer the Project, to observe the Work performed by Contractor, and to supervise the Park Projects Inspector.

Plans - See "Project Plans". Project - The Work contemplated by the Contract Documents as well as other collateral work as

needed to complete the Work. Project Plans - The full set of the "plans," as defined by the Standard Specifications, and as

distinguished from "Standard Plans." Project Plans shall mean the drawings prepared specifically to describe the Work contemplated.

Project Specifications - The specifications prepared specifically for the Work contemplated (as distinguished from Standard or Reference Specifications), generally including, but not necessarily limited to, the following:

SECTION I - BIDDING REQUIREMENTS SECTION II - GENERAL CONDITIONS SECTION III - TECHNICAL SPECIFICATIONS SECTION IV - APPENDICES (See Table of Contents for further listing of subsections) Record Drawings - Drawings prepared by Contractor as the Work progresses that record the

"As-built" conditions of the Work, per the Specifications. Specifications - All specifications applicable to the Project, includes "Project Specifications",

"Standard Specifications", and any "Reference Specifications" that may be listed in the various sections of the "Project Specifications".

Standard Specifications - The "Standard Specifications for Public Works Construction", 2012 Edition prepared by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California Districts of the Associated General Contractors of California (Building News Inc., Los Angeles, California).

Substantial Completion - That stage of construction which allows the Director to occupy or use the Project for its intended purpose. When the Project includes a Plant Establishment Period, at the discretion of the Director and provided all elements of the Project other than the landscape are Substantially Complete as defined above, the date of the start of the Plant Establishment Period may be used as a basis for determining the Substantial Completion Date.

The Substantial Completion Date will be determined by the Director in cooperation with Contractor and establishes the termination of the time period for construction, and this date is used as a basis for determining whether liquidated damages are assessable. In no case shall the Plant Establishment Period end prior to the Final Acceptance of the Project.

When Contractor believes construction of the Work is Substantially Complete, Contractor shall call for an inspection. The Director will inspect the Work to verify its completion by Contractor. If in the Director's opinion, there are significant elements of the Work (either in number or in type) that are not yet completed, the Director may declare the Work to have failed inspection and that re-inspection of the Work for Substantial Completion will be required. In such event, the Director will make a record of all known deficiencies that preclude a finding of Substantial Completion (Failed Inspection Punch List) and will bring such items to the attention of Contractor. If the Director finds that the Work is Substantially Complete, but that there remain other items that need to be completed before the Work can be Finally Accepted, then the Director will record same (Substantial Completion Punch List) and bring such items to the attention of Contractor. All Failed Inspection Punch List items must be completed prior to Substantial Completion. All Substantial Completion Punch List items must be completed prior to Final Acceptance of the Work.

Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, Record Drawings, guarantees and payroll records.

1-3 ABBREVIATIONS

1-3.2 Common Usage. Add the following to subsection listing: Abbreviation Word or Words A/E Architect/Engineer.

Page 7: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 3 of 28

SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT Add new subsections as follows:

2-1.1 Scope of the Work. The Work to be done, in general, consists of furnishing all labor, materials, tools, equipment, and incidentals, unless otherwise specified, to construct the Work and complete the Contract in compliance with the Plans and Specifications and to the satisfaction of the Director.

The Work shall include, but is not necessarily limited to, the stated contents of any given section, and is subject to all the provisions of the General Conditions, the Special Provisions, and the Technical Specifications.

2-1.1.1 Bid Schedule I - Base Bid. (a) Item I-A. Base Bid – Concrete Walkway. The scope of work for this bid item shall include

all Work shown on the Plans and all Work described in the Specifications except items of work described in other Bid Items. The Work shall generally consist of, but is not necessarily limited to the following:

• Submittals, including shop drawings, materials list and work schedule; • Meeting all requirements for CDBG (HUD) funded projects, see SP-6 on Special

Provision; • Obtaining all necessary permits and inspections, such as light pole relocation; • Excavation, backfill and compaction for new construction as per Project Plans and

specifications; • Provision of approved shoring, lights and barricades as may be required by site

conditions and as specified; • Disposal of excess soil excavated for foundations as directed by the Park Projects

Manager; • Protection and restoration of all existing site features and mature trees in the

construction area, unless noted for removal otherwise; • Compliance with the Best Management Practices (BMPs) required by the attachment

to these Special Provisions titled “Best Management Practices for Typical Construction Activities” (Appendix E);

• Saw-cut, removal and patch-back of existing pavement or site features as necessary to install new concrete walk, conduit runs, or irrigation sleeves as per plans;

• Removal of existing turf as necessary for new construction of concrete sidewalk; • Site grading and construction of the new concrete ADA path and retaining wall per

Project Plans and Specifications; • Relocation of one existing light pole and fixture near the handball court and re-install it

with new concrete footing per detail (Contractor is required to pull a building permit for this work and obtain inspection); Install new conduit and pull new wires from the nearest pull box to make the relocated light operational;

• Irrigation and planting modifications per plans; • Construct concrete wall, steps, & handrails; • Repair of all damage to all existing improvements caused by this Work; • Testing and clean-up; and, • Spare parts, turn-over items, record drawings, and guarantees.

2-1.1.1 Bid Schedule II – Additive Bid. a) Item II-A. Removal & Replacement of Existing Bleachers. Contractor shall remove and

replace the existing bleachers (3) with new bleachers per specifications, as described in the Specifications Section 02461 and as shown on the plans. The Work shall generally consist of, but is not necessarily limited to the following:

• Submittals, including shop drawings, materials list and work schedule; • Provide construction drawings, details, and structural engineering and calculations for

the new bleachers as required to obtain a building permit as required;

Page 8: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 4 of 28

• Removal and legal disposal of the existing bleachers (3) and their foundations near the Bunker Street parking lot (two 9 rows 54’ length bleachers and one 9 rows 32’ length bleacher);

• Excavation, backfill and compaction of the areas underneath the existing bleachers (3); • Disposal of excess soil excavated for foundations as directed by the Park Projects

Manager; • Compliance with the Best Management Practices (BMPs) required by the attachment

to these Special Provisions titled “Best Management Practices for Typical Construction Activities” (Appendix E);

• Install new concrete paving (4” thick with rebars) for the areas under the old bleachers; • Install a total of five sets of new aluminum bleachers per Project Specifications Section

02461 (two each of 8 Rows 27’ Length bleachers at two sides, and one 8 Rows 27’ Length bleacher at the center);

• Repair of all damage to all existing improvements caused by this Work; • Testing and clean-up; and, • Spare parts, turn-over items, record drawings, and guarantees.

b) Item II-B. Installing Compacted D.G. at the Areas Underneath the Existing Bleachers (3).

Contractor shall remove an average of 2” of existing dirt at the bleachers areas (3), and install approx. 2” deep compacted D.G. to be flush with adjacent finish surface as described in the Specifications and as shown on the plans. The Work shall generally consist of, but is not necessarily limited to the following:

• Submittals, including materials list and work schedule; • Excavation, backfill and compaction of the areas underneath the existing bleachers (3); • Compliance with the Best Management Practices (BMPs) required by the attachment

to these Special Provisions titled “Best Management Practices for Typical Construction Activities” (Appendix E);

• Install new Decomposed Granite (2” thick D.G.) at the areas under the old bleachers; • Repair of all damage to all existing improvements caused by this Work; • Testing and clean-up; and, • Spare parts, turn-over items, record drawings, and guarantees.

2-1.2 Examination of Work Site, Proposal Forms, Plans, Specifications, and Special Provisions. The Bidder is required to examine carefully the Work site, proposal forms, Plans, Specifications, and Special Provisions for the Work contemplated. The submission of a proposal shall be considered conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and quantities of the Work to be performed and materials to be furnished, and as to the requirements of all the above documents.

2-1.2.2 Contractor Customer Service Standards. Contractor and all of Contractor’s

employees, subcontractors and agents, shall at all times represent the City in a professional, courteous, friendly, efficient and cost-effective manner, and shall at all times comply with the City of Riverside’s Customer Service Standards as listed in the Contractor Customer Service Standards Acknowledgment form, a copy of which is included in the Bid Proposal form, and is hereby made a part of these Special Provisions.

2-1.3 Addenda and Notifications. Unless otherwise specified, any addenda issued during the time of

bidding must be acknowledged on the proposal pages and by signing each addendum, which will be made part of the contract. Addenda notifications will be provided to those subscribed to the Electronic Bidder’s List via email.

2-1.3.1 Interpretations. No interpretation of the meaning of the plans, specifications or other pre-bid

documents will be made to any Bidder orally.

Every request for Contract Document interpretation should be made in writing (addressed to Parks, Recreation & Community Services Department, 3900 Main Street, Riverside, California 92522) and to be given consideration must be received at least ten (10) working days prior to the date fixed for the opening

Page 9: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 5 of 28

of bids. Any and all such interpretations and any supplemental instructions will be in the form of electronic addenda e-mailed to prospective Bidders appearing on the Bidder’s List not later than three days prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addendum or interpretation shall not relieve such Bidder from any obligation under his or her bid as submitted. All addenda so issued shall become part of the Contract Documents.

2-1.4.1 Proposal Information and Submittal All prospective bidders submitting a bid package must be subscribed to the Electronic Bidder’s List for that bid. If the bidder is not listed on the Electronic Bidder’s List by subscribing at www.riversideca.gov/bids then the bid package will be declared non-responsive and given no further consideration. Additionally, the bid package must be submitted using the same company name as used to subscribe to the Bid on the Electronic Bidder’s List. All line items must be submitted electronically through the bidding website, no hard copy line items will be accepted. Failure to submit line items electronically will immediately cause a bid to be deemed non- responsive. Bid Submittal Subcontractor information and any necessary additional information must be submitted on the forms provided. All required documents such as the Non-Collusion Declaration and the Standards Acknowledgment and any bid security must be supplied as signed originals. Please note that WITH THE EXCEPTION OF LINE ITEMS bid documents are accepted in hard copy only. Line items must be submitted electronically through the bidding website prior to the bid due day/time. Additional bid documents may be submitted by mail or in person but must be time stamped by the Purchasing office before the due day/time. NO HARD COPY LINE ITEMS WILL BE ACCEPTED. All packages must be addressed as follows: Bidder’s Name & Address

City of Riverside Purchasing Department (Bid No. 7446) City Hall, 6th Floor 3900 Main Street Riverside, CA 92522 Bid No.: 7446 Due: 2/22/2017 BEFORE 3:00 pm Project: Villegas Park ADA Walkway Improvements

Packages must be time stamped at the Purchasing office before the due day/time or they will be considered non-responsive.

2-1.5 Proposal Guaranty. Prior to the proposal submission deadline, bidders must submit an original

bid bond executed by a corporate surety admitted to engage in such business in the State of California, with an A:7 rating, for an amount equal to at least ten percent of the amount of its proposal. No proposal shall be considered unless such proposal guaranty is received by the proposal submission deadline. Proposals submitted without a proposal guarantee shall be declared non-responsive and will not be further considered. The bidder shall have sole responsibility for the timely delivery of its proposal guarantee. If a bid bond will not be submitted, the City will accept a cashier's or certified check made payable to the City of Riverside - said check must be delivered to the Purchasing Services Manager (6th floor) at 3900 Main Street, Riverside CA 92522 prior to the submission deadline. Late checks will not be accepted.

2-1.6 Withdrawal of Proposals. Any proposal may be withdrawn prior to the hour and date set forth

in the Notice Inviting Bids. The timely withdrawal of a proposal shall not prejudice the right of a Bidder to file a revised proposal.

Page 10: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 6 of 28

2-1.7 Bidder Evaluation. Attention Contractors and Subcontractors: Senate Bill 854 (Stat. 2014, chapter 28) made several changes to the laws governing how the Department of Industrial Relations (DIR) monitors compliance with prevailing wage requirements on public works project.

- No contractor or subcontractor may be listed on a bid proposal for a public works project

(submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

- No contractor or subcontractor may be awarded a contract for public work on a public works

project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

- This project is subject to compliance monitoring and enforcement by the Department of

Industrial Relations.

Registration can be accomplished through the DIR website by using this link: http://www.dir.ca.gov/Public-Works/PublicWorks.html

2-1.7.1 Qualifications / License Requirements of Bidder. City may make such investigations

as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to City all such information and data for this purpose as City may reasonably request. City reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy City that such Bidder is properly qualified to carry out the obligations of the contract and to complete the Work contemplated therein. Conditional bids will not be accepted. It has been determined that based on the scope of work for this Project, the work requires a Class A, “General Engineering”, State of California Contractor’s License. Contractor must have a minimum of five (5) years of experience under their current license and firm name in the construction of Public Works projects of similar size, scope, and dollar value of this project.

Subcontractors must have appropriate State of California Contractor’s Licenses for their trades.

2-1.7.2 Disqualification of Bidders. More than one proposal from an individual, a firm or partnership, a corporation or an association under the same or different name will not be considered.

If there is a reason for believing that collusion exists among the bidders, none of the participants in such collusion will be considered in awarding the Contract. In order to comply with Public Contract Code Section 7106 a bidder shall certify to non-collusion when submitting the bid. This declaration is contained in the Standard Forms for Bidders’ Use, Appendix D to the Special Provisions. Proposals in which the prices obviously are unbalanced may be rejected. If the experience or financial background of Contractor is inadequate or past performance has been unsatisfactory, the proposal may be rejected.

At the time Bidders submit bid proposals, Bidders must be properly licensed to perform the Work

of the project in accordance with the provisions of Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Procedures of the California State Contractors’ License Board. Bidders’ licenses must be in good standing with the Board at the time of bid. Proof of such license shall be provided as required by Business and Professions Code Section 7031.5. Failure to be so licensed shall result in rejection of the proposal as non-responsive.

2-1.8 Rejection of Proposals. Proposals may be rejected if the proposal shows any alterations of

form, additions not called for, conditional or alternative bids uncalled for, incomplete proposals, erasures, or irregularities of any kinds; however, City reserves the right to waive irregularities. City also reserves the right to reject all proposals and shall not be liable for any expenses or costs incurred by Bidders in preparing proposals.

Page 11: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 7 of 28

2-1.9 Award of Contract. The low bidder will be determined based on the total bid amount of the BASE BID item. The Contract, if awarded, will be awarded to the Lowest Responsible Bidder. All Bids will be compared to each other and to the Engineer’s Estimate. The award of the Contract will be made by City Council at a scheduled meeting.

The City reserves the right to award a contract either for the Base Bid Item I-A alone, or with Additive

Bid Item II-A, as in the best interest of the City and as necessary to stay within the limitations of available approved funds. Such award, if made, will be within ninety (90) calendar days after the opening of the proposals. Prior to award of the Contract, if requested, the Bidder shall submit to City a financial statement and resume of previous work of a similar nature.

The City reserves the right to: (1) award additives or alternates, if applicable; (2) increase or decrease

scope of the Project; and (3) award or not award the contract as is in the best interest of the City and as necessary to stay within the limitations of available and approved funding.

2-1.10 Execution of the Agreement. The Agreement (a sample of which is included in the

Specifications as Appendix A) shall be signed by the successful Bidder in duplicate counterparts and returned, together with the Contract Bonds and insurance, within fifteen (15) calendar days after the date City mails, or by other means delivers, the Contract Documents to the successful Bidder. No Contract shall be binding upon City until the documents are fully executed by Contractor and City.

Failure to execute and return the Agreement and acceptable bonds and insurance as provided herein within the above specified time limit may be just cause for the City to rescind the award and for Bidder to forfeit the proposal guaranty.

2-1.11 Return of Proposal Guaranties. Within ten (10) calendar days after the award of the Contract,

the City Clerk will return all the “original” proposal guaranties which are not to be further considered in making the award. All other proposal guaranties will be held until the Contract Documents have been fully executed, after which all proposal guaranties, except those forfeited, will be returned to the respective Bidders.

2-1.12 Bid Protest Procedures. Protestant may file a written protest with the City’s Purchasing

Services Manager no more than five calendar days following the posting of bid results on the City’s website. The written protest must set forth, in detail, all grounds for the protest, including without limitation all facts, supporting documentation, legal authorities and arguments in support of the grounds for the protest. All factual contentions must be supported by competent, admissible and credible evidence. Any matters not set forth in the written protest shall be deemed waived. Any protest not conforming to this procedure shall be rejected as invalid.

The Purchasing Services Manager shall review the merits and timeliness of the protest and issue a

written decision to the Protestant within 7 calendar days of receipt of the protest. The decision of the Purchasing Services Manager may be appealed to the Chief Financial Officer (“CFO”).

The Protestant may appeal the decision of the Purchasing Services Manager to the CFO by filing a

letter of appeal within 10 calendar days of the date of the Purchasing Services Manager’s decision. The letter of appeal should be addressed to the CFO and shall set forth, in detail, all grounds for the appeal, including without limitation all facts, supporting documentation, legal authorities and arguments in support of the grounds for the appeal. All factual contentions must be supported by competent, admissible and credible evidence. Any matters not set forth in the letter of appeal shall be deemed waived. Any letter of appeal not conforming to this procedure shall be rejected as invalid.

The CFO shall review the merits and timeliness of the letter of appeal and issue a written decision to

the Protestant within 14 calendar days of receipt of the letter of appeal. The decision of the CFO is final. However, this decision is reviewable under California Code of Civil Procedure Section 1094.5 et seq. The time in which judicial review of the decision must be sought shall be governed by California Code of Civil Procedure Section 1094.6 or as such section may be amended from time to time.

The Protestant may appeal the decision of the CFO to the appropriate federal agency in accordance with its established appeal procedures when the subject project is federally funded.

Page 12: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 8 of 28

2-2 ASSIGNMENT. Add new subsection 2-2.1 to read:

2-2.1 Contractor Indebtedness. Indebtedness incurred for any cause in connection with this Work must be paid by Contractor and City is hereby relieved at all times from any indebtedness or claim other than payments under terms of the Contract. Contractor will indemnify and hold harmless City and its officers and employees from any loss, demand, damages, claims or actions arising from or in connection with said indebtedness.

2-3 SUBCONTRACTS. Add new subsection 2-3.1.1 to read: 2-3.1.1 Specialty Items. Per the Standard Specifications, Contractor shall perform, with Contractor's own organization, Contract Work amounting to at least 50 percent of the Contract Price. Excluded from such computations are items identified by the Agency as "Specialty Items". For the purposes of this Project the following "Specialty Items" are listed: None Add new subsection 2-3.3 to read:

2-3.3 HUD Requirements. The Bidder is specifically advised that any person, firm, or other party to whom Bidder proposes to award a subcontract under this contract:

1) Must be acceptable to City and the Department of Housing and Urban Development; and 2) Must submit Form HUD-4238-CD-2, "Certification by Proposed Subcontractor Regarding Equal

Employment Opportunity." Approval of the proposed subcontract award cannot be given by City unless and until the proposed subcontractor has submitted the certification and/or other evidence showing that the subcontractor has fully complied with any reporting requirements to which the subcontractor is or was subject.

Although attachment to the bid of such certifications by proposed subcontractors is not required for a

responsive bid, the Bidder is hereby advised of the above requirements for such certifications so that appropriate action can be taken to prevent subsequent delay in subcontract awards.

Add new subsection 2-3.4 to read:

2-3.4 Prompt Payment of Contractors. A prime contractor or subcontractor shall pay any subcontractor not later than 7 days after receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Profession Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the Contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

2-4 CONTRACT BONDS. Add the following at the end of Section 2-4:

Performance and Payment Bonds are required for contracts $25,000 or over. The amount of each Bond shall be 100% of the Contract Price. See Section 2-4 of the Standard Specifications for other details. For all bids exceeding $5,000.00 in aggregate sum, both a performance and material payment bond will be required.

Each bond which is written by an out-of-state bonding company shall contain the name, address, and

telephone number of an agent located in the State of California who is authorized to act for the bonding company. Listing of bonding companies in U.S. Department of Treasury Circular 570 is NOT required, but the corporate surety must be authorized to issue bonds in the State of California, with a policy holder’s rating of ‘A+’ or better and a Financial Class of VII or greater.

Attached to these Special Provisions are forms for the Performance Bond and Payment Bond. These

forms, in lieu of bonding company forms, must be used. The forms will be delivered to Contractor with the Contract Agreement.

Page 13: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 9 of 28

2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following at the end of subsection 2-5.1:

The Work shall be done in accordance with the provisions of the "Standard Specifications" insofar as the same may apply.

The Parts, Sections and Paragraphs in these Special Provisions bound herein are titled and numbered corresponding to the Standard Specifications, and are to be read in conjunction therewith to supplement, modify and take precedence over the Standard Specifications.

2-5.2 Precedence of Contract Documents. Revise Subsection 2-5.2 in its entirety to read as follows:

2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence of documents shall be as follows:

1) Permits issued by jurisdictional regulatory agencies as may be required by law; 2) State and local codes; only where such codes are more stringent and/or where such codes require

materials larger in size, greater in number and/or strength, and/or configured in a particular manner in order to ensure the public health, safety and welfare;

3) Change Orders and/or Supplemental Agreements; whichever occurs last; 4) The Agreement; 5) Addenda; 6) Bid/Proposal; 7) Project Specifications; 8) Project Plans; 9) Standard Plans; 10) Standard Specifications; and, 11) Reference Specifications.

2-5.2.1 Add the following new subsection 2-5.2.1: 2-5.2.1 Second Tier Precedence. In addition to the items listed in above Section 2-5.2

Precedence of Contract Documents the following precedence shall also apply: 1) Detail plans shall take precedence over general plans; 2) General and/or Special Provision Sections of the Specifications shall take precedence over

Technical Specification Sections; 3) Written descriptions of fixtures, equipment and materials shall take precedence over catalog

numbers; 4) Construction notes on the Plans shall take precedence over graphic representations; and, 5) Noted dimensions shall take precedence over scaled dimensions.

2-5.2.2 Add the following new subsection 2-5.2.2:

2-5.2.2 Clarifications. Where conflicting information is presented in such a manner that the above specified precedents do not clarify the contract requirements, a written request for clarification shall be submitted to City's Purchasing Services Manager. Such request, in order to be considered, must be received a minimum of 10 working days prior to the bid opening. If insufficient time remains to meet the 10 day requirement, Bidders should assume the most expensive alternative is to apply, and shall bid accordingly. Clarification will then be provided after award of the Contract.

2-5.3 Shop Drawings and Submittals. Modify subsection 2-5.3.1 General to conform to the following:

Provide submittals and shop drawings, at Contractor’s expense, as required by the various sections of the Specifications, or when requested by the Parks Department Representative. All submittals and shop drawings shall be submitted to the Parks Department Representative a minimum of thirty (30) calendar days before approved submittals or drawings will be required for the Work (Note: See also Spec. Prov. Subsection 6-1.1 Long Lead Time Items regarding submittal deadlines for such items). No materials that are the subject of such submittals or shop drawings shall be furnished or fabricated until the corresponding submittal or shop drawings have been submitted and approved by the Parks Department Representative and the A/E.

1) Shop Drawings as referred to in these Specifications are drawings showing details not shown on the

Plans which are required to be designed by the Contactor. Drawings shall consist of newly prepared information, drawn to accurate scale, and shall be of a size and scale to clearly show all necessary

Page 14: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 10 of 28

details. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard drawings and information prepared prior to the Contract without specific reference to the Project will not be considered a Shop Drawing.

2) Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings, and shall include the following minimum information:

(a) Cover transmittal; (b) Dimensions; (c) Identification of products and materials included; (d) Certification of compliance with specified standards; (e) Notation of coordination requirements; (f) Notation of dimensions established by field measurement.

3) Sheet Size: Except for templates, patterns and similar full-size Drawings, submit Shop Drawings as pdf file to be printed by City on standard sheet sizes at least 8-1/2" x 11" but no larger than 30" x 40". 4) Number of Submittals: Submit one pdf file for City's review. Digital pdf file will be returned. If the submittal is rejected, resubmit per above.

2-5.3.3 Submittals. Add the following paragraph to subsection 2-5.3.3:

Submit all materials lists, product data sheets (catalog cuts) and samples required by Technical Specification Section 01300 SUBMITTALS, together with those identified by the various other technical specification sections prior to the pre-construction meeting. Approval of all materials lists, product data sheets (catalog cuts) and samples must be obtained prior to initiation of the Work involving the product or sample being submitted. Contractor shall allow thirty (30) days for review and approval of such submittals.

2-9 Surveying. Revise Section 2-9 in its entirety to read as follows:

2-9.1 Permanent Survey Markers. Contractor shall be responsible for preserving all survey monuments during construction of the project. If any survey monument is disturbed or destroyed due to the construction, it shall be Contractor’s responsibility to reestablish the monument. Survey work shall be performed by a professional engineer or a land surveyor, licensed by the State of California to perform such work. Such licensed engineer or land surveyor shall be responsible for filing Corner Record Forms referencing survey monuments subject to disturbance in the Office of the County Surveyor prior to start of construction and also prior to completion of construction for the replacement of survey monuments.

2-9.2 Survey Service. Contractor shall be responsible for providing all surveying services

required for the construction of the Project. All plans, descriptions and calculations related to surveying, including grade sheets, shall be signed and stamped by the Contractor’s Land Surveyor, or Professional Engineer authorized by the State of California to practice land surveying. Grade sheets shall be submitted to the Parks Department Representative for review and final release at least two working days prior to the start of the Work requiring the grade sheets. No construction on the Work requiring grade sheets shall take place without the release of the grade sheets from the Parks Department Representative.

The Contractor’s Land Surveyor, or Professional Engineer authorized by the State of California to

practice land surveying, shall upon completion of construction be required to submit final certification that the Project has been constructed in substantial conformance with the Plans and any approved alterations thereof.

Payment for all survey work required for the project as described in these Specifications shall be

included in the lump sum bid price and no additional payment to Contractor will be made. If at any time during the course of constructing the Project Contractor believes that additional

survey services will be required for which Contractor intends to make a claim to City for added cost, such additional survey work must be authorized by City in writing prior to work being performed or such work will be considered "unauthorized."

Page 15: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 11 of 28

As a part of project close-out Contractor’s Land Surveyor, or Professional Engineer authorized by

the State of California to practice land surveying, shall provide to City a topographic map of the entire site of the Work to serve as a "record drawing" of the Work. All surface features, including irrigation heads, valve boxes, clean-outs, pull boxes, drains, trees, walkways, curbs, structures, etc., are to be shown. Mapping is to be done at the same scale as the construction drawings. Prints are to be submitted to the Parks Department Representative for review and approval at the final inspection. Two sets of Xerox bond copies of the approved "record drawing" surveys as well as digital files compatible with the City’s AutoCAD program are both to be turned over to the Park Projects Inspector prior to Final Acceptance. A boundary survey with monumentation is NOT required for record purposes unless such existing monuments have been disturbed by the Work of the Contract.

2-11 INSPECTION. Add the following at the end of the section:

In the event re-inspection of any Project element results in additional cost to City for consultant or staff time, the Director retains the right to withhold sufficient funds from payments due Contractor to cover the costs to City of such re-inspection.

2-11.1 Add the following new subsection 2-11.1:

2-11.1 Inspection Scheduling. Inspection will be provided based on regular eight-hour working days, Monday through Friday, excluding City holidays. The work hours shall generally include from 7:00 AM to 3:30 PM (excluding a 30 minute lunch break between 11:00 AM and 11:30 AM). When Contractor’s operations or public safety requires inspection beyond the regular eight-hour work days, the cost of the additional inspection shall be borne by Contractor and shall be deducted from any payments due Contractor.

If and when Contractor wishes to perform any Work which would require inspection beyond the

regular eight-hour work day, Contractor shall submit a written request to the Parks Department Representative no less than two working days before the planned start of such work.

2-11.2 Add the following ne subsection 2-11.2:

2-11.2 City Holidays. City holidays will be observed on the following days: January 1st New Year’s Day Third Monday in January Martin Luther King Jr’s Birthday Third Monday in February President’s Day Last Monday in May Memorial Day July 4th Independence Day First Monday in September Labor Day Second Monday in October Columbus Day November 11th Veteran’s Day Fourth Thursday in November Thanksgiving Day Day after Thanksgiving day December 25th Christmas Day

If a holiday falls on a Saturday, it will be observed on the preceding Friday. If a Holiday falls on a Sunday, it will be observed on the following Monday.

2-12 Add new subsection 2-12 to read:

2-12 NOTICE OF SPECIAL CONDITIONS. Attention is particularly called to those parts of the Contract Documents and Specifications which deal with the following: 1) Submittal of Materials Lists, Product Data, and Samples (Spec. Prov. 2-5.3.3) 2) Survey Services (Spec. Prov. 2-9) 3) Construction Schedule (Spec. Prov. 6-1) 4) Long Lead Time Items (Spec. Prov. 6-1.1) 5) Insurance requirements (Spec. Prov. 7-3) 6) Construction Fence (Spec. Prov. 7-10.1.1) 7) Submittal of Certified Payroll Records (Spec. Prov. 7-15) 8) Submittals (Tech. Spec. Section 01300 SUBMITTALS)

Page 16: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 12 of 28

SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. Add new subsection 3-2.3 to read:

3-2.3 Emergency Change Orders. If a necessary change results in a change in the Work, the Park Projects Inspector is authorized to negotiate an emergency change order, not to exceed $500, with Contractor's representative. After both sign this emergency change order, the change will become effective. With the signing of the Contract Documents, Contractor acknowledges that Contractor's representative is authorized to sign emergency change orders not to exceed $500 each.

3-3.1 General: Add the following paragraph at the end of this section:

All work identified by the contractor as new or unforeseen shall be submitted to the City as a Change Order Proposal (COP) on approved City form (See Appendix I). All approved and pending COPs shall be tracked by the Contractor on approved City Change Order Log form (See Appendix J).

All work and expense incurred by Contractor prior to submitting COP to City for review and approval

shall be borne by Contractor, and there shall be no extra charge to City therefor. All work and expense incurred by Contractor by reason of any known natural obstructions or conditions

(such as rock, unstable soil, groundwater, etc.), whether the same be located within the limits of the Work or so nearly adjacent thereto as to interfere with the doing of said work, shall be borne by Contractor, and there shall be no extra charge to City therefor.

3-3.2.2 Basis for Establishing Costs, subparagraph (a) Labor. Add the following:

No labor cost for move in and out or minimum charges, other than the hourly rate, shall be allowed for workers available from the force already on the job site. Only the foremen directly supervising the job and the workers used in the actual and direct performance of the work shall be included in the labor charges.

Labor rates for Extra Work will be taken from the rates published periodically by the State of California

in the publication entitled "General Prevailing Wage Rates," which is in effect on the date upon which the job is advertised.

For work performed by the prime contractor and by subcontractor, the labor, materials, and overhead

markup percentage for EXTRA WORK shall not exceed 13%, and in addition 2% as compensation for bonding. For work performed by subcontractor, the percentage markup added by the prime contractor on such EXTRA WORK shall not exceed 5% for subcontracted work.

For federally funded projects, Contractor shall use the applicable Federal wage rates if higher than

State rates. 3-3.3 Daily Reports by Contractor. Add the following to this section:

The daily report specified in Section 3-3.3 shall include all Work for which Contractor intends to submit a claim, and any extra work being performed on a time and materials basis.

3-5 DISPUTED WORK. Add the following at end of section:

In any case where Contractor deems extra compensation is due for work or materials not clearly covered in the Contract, or not ordered by the Director as Extra Work, Contractor shall notify the Director in writing of Contractor's intention to make claim for such extra compensation before Contractor begins the work on which such claim is based. If such notification is not given, or the Director is not afforded proper facilities by Contractor for keeping strict account of actual cost, then Contractor shall be deemed to have waived the claims for such extra compensation.

The provision of such notice by Contractor, and the fact that the Director has kept account of the cost

as aforesaid, shall not in any way be construed as proving the validity of the claim. The validity of the claim must be determined by the Director. If the Director determines that the claim is well-founded, it shall be allowed and paid for as Extra Work; if the Director determines that the claim is not well-founded, it shall be disallowed and will not be paid.

Page 17: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 13 of 28

3-6 Add new section 3-6 to read: 3-6 UNAUTHORIZED WORK. Work done beyond the lines and grades shown on the Plans, work done in the absence or without the knowledge of the Director or any alleged extra work done without City's written authorization, will be considered as unauthorized and at the expense of Contractor and will not be measured or paid for by City. Contractor may be required to remove such unauthorized work at no expense to City, as determined by the Director.

3-7 Add new section 3-7 to read:

3-7 NOTICE OF POTENTIAL CLAIM. Contractor shall not be entitled to payment of any additional compensation or extension of time unless Contractor has given the Parks Department Representative a written Notice of Potential Claim as required herein. Compliance with this Section 3-7 shall not be a prerequisite as to matters within the scope of the protest provision in Section 6-7, “Time of Completion,” or the notice provisions in Section 3-4, “Changed Conditions,” nor to any claim which is based on differences in measurements or errors of computation as to Contract quantities. This provision does not relieve Contractor of the requirement to present a statutory claim in accordance with California Government Code sections 905 and 910.

Contractor shall submit the written Notice of Potential Claim to the Parks Department Representative prior to the time that the Contractor performs the work giving rise to the potential claim for additional compensation and/or time.

Contractor’s written Notice of Potential Claim shall be submitted on Contractor’s letter head, and shall

be certified with reference to the California False Claims Act, Government code Sections 12650-12655. The Notice of Potential Claim shall set forth the justification for the additional compensation, as well as a breakdown of the estimated costs. Within 15 calendar days of completing the affected work, Contractor shall submit substantiation of the Contractor’s actual costs. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of the Notice of Potential Claim.

The intention of this section is to bring differences between the parties to the attention of the Parks

Department Representative as early as possible, in order to expedite resolution. Contractor waives its right to any additional compensation and/or extension of time for any claim not submitted in accordance with this section.

Upon request by City, Contractor shall make available for inspection and copying, any and all

documents or records in Contractor’s possession which pertain to the potential claim. SECTION 4 - CONTROL OF MATERIALS 4-1.1 General. Add new paragraph at end of subsection to read:

Any inspection or verbal approval by any representative or agent of City will not relieve Contractor of the responsibility to incorporate in the Work only the materials and quality of workmanship which conform to the Specifications, as modified by change orders, supplemental agreements, approved revisions to Plans and Specifications, all as issued in writing, and which conform to all applicable codes.

4-1.3.4 Add new subsection 4-1.3.4 to read:

4-1.3.4 Concealment. Inspections by the Park Projects Inspector shall be in addition to any inspection required by the local Building and/or Safety Divisions or any inspection required elsewhere in the Specifications. Contractor shall notify the Park Projects Inspector sufficiently in advance of the permanent concealment of any materials or Work to allow for the Park Projects Inspection of such work prior to its concealment. Similarly, Contractor shall call for Inspections by Building and Safety and other inspectors as required, prior to the concealment of the work. The following list is typical of inspections requiring such notice and inspection prior to concealment:

(a) Piping and conduit prior to backfill;

(b) Subgrade, steel placement and forms for all concrete work, prior to pour; (c) Finish grade prior to seeding or planting; (d) All soil mixes prior to installation;

Page 18: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 14 of 28

(e) All chemicals and amendments prior to installation or application; (f) All plant holes prior to planting; (g) Irrigation coverage test prior to groundcover or turf planting; If any Work is concealed or performed without the prior notice specified above, such concealed Work

shall be subject to such tests or exposure as may be necessary to prove to the Inspector that the materials used and the Work done are in conformance with the Plans and Specifications. All labor and equipment necessary for exposing and testing shall be furnished by Contractor, at Contractor's expense. Contractor shall replace at Contractor's own expense any materials or Work damaged by exposure or testing. Time delays as a result of such exposing and testing shall not constitute justification for a time extension.

4-1.4 Tests of Material. 4-1.4.1 Add new section to read:

4-1.4.1 Materials and Conditions to be Tested. Contractor shall be responsible for controlling the quality of the material entering the Work and of the Work performed, and shall perform testing as necessary to ensure control. The tests and methods used for quality control testing shall be as determined by the Contractor. The results of the testing shall be made available to the Parks Department Representative upon request. These test are for Contractor’s use in controlling the Work and will not be accepted for use as acceptance tests.

Full compensation for performing quality control tests and making the results available to City shall be

considered as included in the contract prices paid for the various bid items of Work and no additional compensation will be allowed therefor.

City may perform quality assurance testing at the discretion of the Parks Department Representative.

Contractor shall provide reasonable access and time for the performance of quality assurance testing. The costs of re-testing any portion of the Work or materials, which have failed initial quality assurance tests taken by City, shall be borne by Contractor.

4-1.6.1 Add new subsection 4-1.6.1 to read:

4-1.6.1 Proposed Substitutions. Products and equipment proposed for substitution as "equals" to the products and equipment specified are subject to the written approval of the Parks Department Representative. Substitution proposals must be submitted prior to contract award.

After bid opening, Bidders being further considered shall submit all substitution proposals fully

documented for consideration within five (5) working days after the bid opening. Submittal of substitution proposals more than five (5) working days after bid opening may be grounds for rejection of the proposal on the basis of late submission, at the discretion of the Parks Department Representative. Bidders being further considered shall also submit catalog cuts and specification information on the materials and/or equipment as specified for the Contract. Documentation shall be sufficient to allow for a thorough comparative check of the proposed substitution vs. the specified item.

It shall be Bidder's responsibility to show that all products proposed for substitution are equal to the

item specified. Bidders being further considered shall submit six (6) copies of materials documentation, including

equipment brochures, parts lists and material specifications, for all proposed substitutions and the respective specified item; the documentation shall be indexed with job title.

Proposed substitutions will not be evaluated until after award of the Contract. Award of the

Contract and Bidders’ bids are to be based on items as specified. Within thirty-five (35) calendar days following contract award, City will evaluate the proposed substitutions and shall advise Contractor whether such substitution is approved or not. Reference in the Project Specification to specific manufacturers and model numbers is intended to establish the standards required for the various materials and equipment. Piping and wiring as shown on the Plans is for materials and equipment as specified. Substitutions may be approved if it is determined by the Director that the materials and/or equipment proposed are at a minimum equal to the specified material and/or equipment in all terms including quality, performance, appearance,

Page 19: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 15 of 28

durability, method of operation, etc. Should equipment of other manufacturers be approved and used, Contractor shall make all changes in the Work, including changes in other equipment, piping, conduit, wiring, location of equipment, re-arrangement of partitions, openings for pipes or ducts, intakes, exhausts, etc., that may be required due to design or space allotment, as approved by the engineer and the Parks Department Representative, all at no additional cost to City and no change in contract time.

In making requests for substitution, Contractor represents: 1) Contractor has personally investigated the proposed product or method, and has determined that it is equal or superior in all respects to that specified. 2) Contractor will provide the same guarantee for the substitution as for the product or method specified. 3) Contractor will coordinate the installation of the approved substitution into the Work, making such changes as may be required for the Work to be completed in all respects. 4) Contractor waives all claims for additional costs related to the substitutions which become apparent.

At the time items proposed as "equal" to items specified are first inspected on site by the Parks Department Representative, if such items are determined by the Parks Department Representative to NOT be equal to the items specified, such unacceptable items shall be removed, whether already incorporated into the Work or not, and items as specified shall be provided and installed by Contractor all at no additional cost to City.

4-1.6.2 Add new subsection 4-1.6.2 to read:

4-1.6.2 Approved Equal. The term "equal" shall mean the product or material used shall have equivalent or more value to City based on the value of the item set forth in the Specifications or Plans, and then only after a written submittal to the Parks Department Representative has been reviewed and approved by the Parks Department Representative. If, after installation substituted equipment is found not to be equal to material specified, it shall be removed and replaced with the material originally specified or some other substitution as approved by the Parks Department Representative, all at no additional cost to City, and with no change in contract time.

SECTION 5 - UTILITIES 5-2 PROTECTION. Add the following to section:

All known utilities located as defined in Subsection 5-1 LOCATION of the Standard Specifications which are broken due to Contractor's operations shall be repaired at Contractor's expense. Repair work shall be in accordance with governing agency's standards. Determination of who will make repairs will be made by utility's owner.

5-4 RELOCATION. Add new subsection 5-4.1 to read:

5-4.1 Payment for Relocation and/or Protection of Existing Utilities. It is not expected that existing utilities, other than as shown on the Plans for relocation, will conflict with permanent improvements. In the event existing utilities are found to interfere with proposed permanent improvements, relocation and/or protection shall be accomplished, as directed by the Park Projects Inspector.

Payment for performing the above shall be in accordance with Subsection 3-2.2 Contract Unit Prices, or 3-3 Extra Work.

SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Modify section in its entirety to read:

6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. A construction schedule is required. Contractor shall prepare a preliminary schedule in a manner to reflect Contractor's equipment and planned operations. Contractor shall then submit this written work schedule to the Parks, Recreation & Community Services Department at the preconstruction conference. The Parks Department Representative will review and, if acceptable, approve Contractor's proposed schedule. This approved schedule shall be used to track the Project's progress during construction. Failure to submit a schedule, and obtain approval of same, may delay issuance of the Notice to Proceed. Variation from the approved schedule shall only be as

Page 20: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 16 of 28

authorized by City in writing.

Within the written schedule various tracking dates for completion of various items are to be identified. If as the Work progresses any of these tracking dates are missed, Contractor agrees to accelerate the Work as necessary to bring the Project back within schedule upon being requested by the Parks Department Representative to do so. Failure of Contractor to bring the Project back on schedule within a reasonable period of time following such request will subject Contractor to assessment of liquidated damages at the daily rate specified for late completion. Contractor shall not shorten or delete specified cure times, omit portions of the Work, such as weed control measures or other such items, in order to bring the Project back within schedule unless such measures are mutually agreed to by the Parks Department Representative and Contractor and the Parks Department Representative's written authorization is obtained prior to deletion of any of the Work.

The contract time shall commence on the date specified in the Notice to Proceed. If the total contract

time as provided in Special Provisions Section 6-7 TIME OF COMPLETION, subsection 6-7.1 General, is 30 calendar days or less, then Contractor shall commence the Work within 5 calendar days after the commencement date specified in the Notice to Proceed; if greater than 30 calendar days, then the Work shall commence within 15 calendar days after the commencement date specified in the Notice to Proceed.

6-1.1 Add new subsection 6-1.1 to read: 6-1.1 Long Lead Time Items. This Contract includes various items that may require long lead times

for fabrication and delivery to the construction site. Contractor's attention is directed to these Long Lead Time Items, and the need to expedite the preparation and submittal of Shop Drawings and Submittals for such items. Shop Drawings and Submittals for Long Lead Time Items shall be prepared as soon as possible after award of the Contract and shall be submitted at or prior to the preconstruction conference. Regardless of the precedence of documents as defined in Special Provisions Section 2-5.2 Precedence of Contract Documents, this submittal time requirement for Long Lead Time Items shall take precedence over any submittal times specified elsewhere for such items within these Special Provisions, the Standard Specifications and Project Specifications. Failure to comply with submittal time-frame requirements for Long Lead Time Items may subject Contractor to assessment of liquidated damages for each day following the preconstruction conference that such submittals are late. Long Lead Time Items for this Contract may include: Light poles; electrical panels and weatherproof enclosures; etc.

6-3 SUSPENSION OF WORK. Add new subsection 6-3.1.1 to read:

6-3.1.1 Stage III Smog Episode. No work shall be done on a day for which a Stage III smog episode is forecast as defined by the Air Quality Management District (AQMD). Contractor will not be entitled to any delay damages for such a suspension, but an automatic time extension will be granted.

When the AQMD predicts that a Stage III episode level will be reached the following day, an

announcement containing the specifics will generally be provided by 2 p.m. on the day the prediction is made.

6-7 TIME OF COMPLETION 6-7.1 General. Revise subsection 6-7.1 in its entirety as follows:

Contractor shall complete the Base Bid Work within Seventy (70) calendar days;

to which additional time for completion of the work shall be added as follows: Additive Bid Item II-A: Thirty (30) calendar days. Additive Bid Item II-B: Ten (10) calendar days.

Total Contract Time if the Base Bid Item I-A and Additive Bid Items II-A and II-B are awarded: One Hundred and Ten (110) calendar days.

The Work shall commence within the time frames specified in Section 6-1 CONSTRUCTION

SCHEDULE AND COMMENCEMENT OF WORK herein, following the commencement date specified in the Notice to Proceed. The Work shall be completed within the number of calendar days specified in the

Page 21: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 17 of 28

Contract following the commencement date specified in the Notice to Proceed. The contract completion time shall be independent of the Plant Establishment Period.

6-7.2 Working Day. Delete Subsection 6-7.2, Working Day, in its entirety and substitute therefor the following:

6-7.2 Calendar Day. A calendar day is any day within the period between the start of the contract time and substantial completion of all the Work provided for in the Contract Agreement and all Supplemental Agreements and/or Change Orders. Contractor is expected to take into account in the Construction Schedule all weekends and holidays when preparing the bid. Extensions of time will only be considered for the causes defined in above subsections 6-3.1.1 Stage III Smog Episode and Standard Specifications Section 6-6 Delays and Extension of Time.

6-7.3 Contract Time Accounting. Modify Subsection 6-7.3 in its entirety to read as follows:

6-7.3 Contract Time Accounting. The Inspector will make a monthly determination of calendar days charged against the contract time. These determinations will be discussed with Contractor and Contractor will be furnished with a monthly time recap statement showing the time used and time remaining under the Contract, as adjusted, as of the date of the statement. If Contractor does not agree with the statement, Contractor shall file a written protest within 15 calendar days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted.

6-7.4 Add new subsection 6-7.4 to read:

6-7.4 Plant Establishment Period. A Plant Establishment Period of a MINIMUM of thirty (30) consecutive calendar days is required. This period is included in the construction period of Base Bid Work. The Plant Establishment Period shall commence on the date all planting and construction is completed to the satisfaction of the Director, as defined for "start of plant establishment" in the Technical Specifications section covering planting work, and shall continue until satisfactory Plant Establishment has been obtained and until Final Acceptance of the Project. This entire period shall be concurrent with the construction period.

6-8 COMPLETION, ACCEPTANCE, AND WARRANTY.

6-8.2 Acceptance. Delete Subsection 6-8.2 in its entirety (Greenbook) and modify to read as follows: When, in the Director's judgment, the Work has been completed in accordance with the Plans and

Specifications, the Director will accept the Work as complete (Final Acceptance as defined in Special Provisions Section 1-2 Definitions). Contractor shall complete closeout procedures and provide operations & maintenance data per Specifications Section 01775 and 01782 prior to the City’s acceptance. The date of this acceptance will be the date when Contractor is relieved from responsibility to protect and maintain the Work.

6-8.3 Warranty. Delete Subsection 6-8.3 in its entirety (Greenbook) and modify to read as follows: All Work shall be guaranteed in writing by Contractor against any and all defective workmanship and

materials furnished by Contractor in the performance of the Contract for a minimum period of one year, and portions of the work for longer periods where noted otherwise. The guarantee period shall commence on the date the Notice of Completion is filed with the County Recorder. Contractor shall replace or repair any such defective work in a manner satisfactory to the Parks Department Representative, after notice to do so from the Parks Department Representative, and within the time specified within the notice. If Contractor fails to make such replacement or repairs within the time specified in the notice, City may perform this work and Contractor and Contractor's surety shall be liable for the cost thereof.

The following guarantees are required:

General Contract Work 1 year Manufacturer's Guarantees See individual Technical Specifications Sections

Written Guarantees shall be in the form of the following example on Contractor's own letterhead:

Page 22: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 18 of 28

GENERAL CONTRACT WORK GUARANTEE FOR BID # 7446 We hereby guarantee that the Work, including materials and equipment, which we have installed for the Villegas Park ADA Concrete Walkway Improvements, 3091 Esperanza Street, Riverside, CA 92504, is in accordance with the Project Plans and Specifications and that the Work, materials, and equipment as installed will fulfill the requirements of the guarantee included in the Specifications. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced in so doing, that may prove to be defective in its workmanship or materials within a period of One year, ordinary wear and tear and unusual abuse or neglect excepted. This guarantee period shall commence on the date the Notice of Completion is filed with the Riverside County Recorder's Office for the above named Project. The above guarantee is offered without limitation to the cost of such repairs or replacement.

When the immediate repair or replacement of the Work is necessary to ensure the public safety and welfare, which would be endangered by continued usage of the facility, such circumstance will be deemed an operational emergency. In the event of such an emergency, after City contacts our firm and after allowing 24 hours to initiate repairs, if we fail to initiate and diligently complete such repairs in a timely manner, the Director may direct City forces to perform such functions as the Director may deem necessary to correct the Work and immediately place the facility back in operational condition. If such procedure is implemented, we shall bear all expenses incurred by City. In all cases, the judgment of the Director shall be final in determining whether an operational emergency exists.

In the event of our failure to comply with City's request for repairs under the guarantee provisions (other than

operational emergency conditions) within thirty (30) calendar days after being notified in writing by the City of Riverside, California, we collectively and separately do hereby authorize the City of Riverside, California, to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefor upon demand.

SIGNED (CONTRACTOR)

6-9 LIQUIDATED DAMAGES. Section 6-9 of the Standard Specifications is amended to provide that liquidated damages in the amounts as follows: For each day the project remains incomplete

past the Contract Completion Date $250.00 per calendar day; For each day tasks on the construction schedule remain incomplete past deadline $100.00 per calendar day; For each day any Substantial Completion punch list items remain incomplete past deadline $250.00 per calendar day;

For each incident that the Contractor fails to comply with the Best Management Practices (BMP’S) within 24 hours of notification as described in Section 7-8.6.5 of the Special Provisions. $250.00 per calendar day.

Page 23: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 19 of 28

SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR. Insert new subsection 7-2.2.1 as follows:

7-2.2.1 Prevailing Wages/Certified Payrolls. In accordance with the Labor Code and City Council Resolution No. 13346, a schedule of prevailing wage rates as published by the California Department of

Industrial Relations for the types of work to be done under these Specifications is available on the Internet at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm.

Contractor and all subcontractors shall pay not less than these rates. Contractor is also required to

post the applicable prevailing wage rates at the job site. See also Special Provisions Section 7-15 CERTIFIED PAYROLL RECORDS herein.

The possibility of wage increases is one of the elements to be considered by the Contractor prior to bid, in

determining Contractor’s bid price. No additional compensations will be made for any increases in prevailing wage rates in excess of those set forth in the Contract. However, if the project is delayed by City beyond the specified days in the Time of Completion, reimbursements may be made for increases in prevailing wage rates, but only for the working days beyond the stipulated Time of Completion in Section 6-7.

Note: Non-union contractors and subcontractors, when computing wage rates to be paid to the worker: All fringe benefits are to be added to the basic hourly rates for payment directly to the worker when no union/trust is applicable as recipient of such fringe benefit payments.

7-2.3 Add new subsection 7-2.3 to read:

7-2.3 Apprenticeship Requirements. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by Contractor and all subcontractors.

Section 1777.5, as amended, requires Contractor or subcontractor employing tradespersons in any

apprentice-able occupation to apply to the joint apprenticeship committee which is nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The Committee shall set an hourly apprenticeship ratio which Contractor shall observe in the performance of the Contract.

Contractor and all subcontractors shall comply with the requirements of Sections 1777.5 and 1777.6 in

the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be

obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.

7-2.4 Add new subsection 7-2.4 to read:

7-2.4 Discrimination. There shall be no discrimination against any employee who is employed in the Work covered by these Special Provisions or against any applicant for such employment because of age, race, color, national origin, ancestry, religion, marital status, sex or sexual orientation, disability or medical condition, including the medical condition of Acquired Immune Deficiency Syndrome [AIDS], or any condition related thereto, and such nondiscrimination shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall also comply with the Americans with Disabilities Act in the performance of the Contract.

7-3 LIABILITY INSURANCE. Amend section 7-3 to add the following:

All liability insurance policies shall be issued by an insurance company or companies authorized to transact insurance business in the State of California, with a policy holder’s rating of ‘A+’ or better and a Financial Class of VII or greater. The insurance policy or policies shall contain the following provisions:

1) Coverage for owned, hired and non-owned automobiles. 2) Manufacturers and Contractors liability. 3) Broad form property damage in any case where Contractor has any property belonging to City in

Contractor's care, custody or control. 4) Owners and Contractors protective liability. 5) Blanket contractual liability.

Page 24: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 20 of 28

6) Products and completed operations coverage. 7) Coverage for collapse, explosion, and where any excavation, digging and trenching is done with

power equipment. 8) An endorsement containing the following provisions:

"Solely with respect to work done by and on behalf of the named insured for the City of Riverside, it is agreed that the City of Riverside and its officers and employees are added as additional insured under this policy.”

9) An endorsement or rider providing that, in the event of expiration, material alteration, or proposed cancellation of such policies for any reason whatsoever, City shall be notified by certified mail not less than thirty (30) calendar days before expiration, material alteration or cancellation is effective.

The minimum amounts of liability insurance coverage specified in Standard Specifications Section 7-3

do not apply to this project. Commercial general liability insurance shall cover both bodily injury (including death), and property

damage (including but not limited to premises-operations liability, products-completed operations liability, independent contractors liability, personal injury liability, and contractual liability), in an amount not less than $1,000,000 per-occurrence limit/$2,000,000 aggregate.

Automobile liability insurance shall cover both bodily injury and property damage in an amount not less

than $1,000,000 per-occurrence limit, unless otherwise approved by the City’s Risk Manager or his designee.

All General Liability Policies shall be confirmed by the completion and submission of an "Additional

Insured Endorsement" per Appendix C, or an equivalent form produced by the Insurance Company and approved by the City’s Risk Manager.

During the term of this contract, Contractor shall maintain in force, at its own expense, Installation Floater insurance covering contractor's labor, materials and equipment to be installed for completion of the work performed under this contract. Coverage shall be against all risks of direct physical loss including theft, but excluding earthquake and flood. The policy is to include The City of Riverside as loss payee. Coverage is to include materials while at the contractor's yard location, in transit, at any temporary storage location, and while at the jobsite during installation. The limit of insurance shall be equal to the full amount of the contract. The deductible shall not be more than $10,000 per occurrence. Coverage shall be with a carrier that has an AM Best financial rating of A or higher and a Financial Class of VII or larger. 7-4 WORKERS' COMPENSATION/EMPLOYER’S LIABILITY INSURANCE. Amend in its entirety as follows:

7-4 WORKERS' COMPENSATION INSURANCE. Contractor’s workers compensation carrier shall be authorized to transact insurance business in the

state of California, with a policy holder’s rating of ‘A’ or better and a Financial Class of VII or greater. All workers’ compensation insurance policies shall bear an endorsement or shall have attached a rider

whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the City of Riverside shall be notified by certified mail not less than thirty (30) calendar days before expiration or cancellation is effective.

Prior to City’s execution of the Contract Agreement, Contractor shall secure, and shall thereafter maintain without lapse of coverage until completion of the Contract such workers’ compensation and/or employer’s liability insurance.

If Contractor has no employees, a certified statement to that affect shall be submitted to the Director, acknowledging that if Contractor does employ any person a certificate of insurance shall be submitted as provided in this section.

Contractor shall comply with Labor Code Section 1861 by signing and filing the Workers’ Compensation Certification, contained in the Contract Documents, with the City Attorney.

Coverage limits shall be no less than one million dollars ($1,000,000.00). Policy shall be endorsed to waive any right of subrogation against the City, and its Sub-consultants, employees, officers, agents and directors for work performed under this Contract.

Page 25: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 21 of 28

7-5 PERMITS. Add the following to section 7-5: No Work shall be started within the street right-of-way or on any City property until Contractor has

obtained all necessary permits. Contractor shall obtain all permits and give all notices necessary and incident to the due and lawful prosecution of the Work and to the preservation of the public health and safety.

City will be responsible for payment of all initial fees collected on permits obtained from the City of

Riverside, including water and electric fees for permanent services (NOT for temporary construction services). Contractor shall turn-over the signed-off building permit card issued by City's Building Division to the Park Projects Inspector at the Final Acceptance Inspection.

Contractor shall obtain and pay for all permits from Agencies other than the City, and shall pay for any re-inspection/ penalty fees that may result from Contractor's operations.

7-5.1.1 City Permits. Permits required from the City for completion of the Work include, but are not necessarily limited to, the following:

Public Landscape Permit as issued by the Parks, Recreation & Community Services Department is required for all construction work within a public park;

Building Permit for the light pole relocation as issued by the Building Division of the Planning Department for construction of any and all items subject to a building permit;

7-5.1.2 Outside Agency Permits. Permits from outside agencies required for completion of the Work include, but are not necessarily limited to, the following:

OSHA Excavation Permit Excavation work for this project is not expected to exceed five feet in depth. Therefore, Contractor is not required to have a permit for excavation from the Division of Industrial Safety, unless field conditions or project scope change such that excavations exceed this “trigger” excavation depth limit.

National Pollutant Discharge Elimination System (NPDES) Permit. This project will not require an NPDES permit, however, Best Management Practices (see Appendix G) must be implemented and followed regardless of project size. Refer to Section 7-8.6.1 “Water Pollution Control” for NPDES requirements and information regarding Best Management Practices.

7-5.2 Add new subsection 7-5.2 to read:

7-5.2 Local Licenses. Contractor shall obtain and pay for all local licenses necessitated by Contractor's operations. Prior to starting any work, Contractor is required to have a City of Riverside Business Tax Registration valid for the life of the Contract; all subcontractors shall also have Business Tax Registrations, each registration valid for the time each subcontractor is engaged in the Work.

7-6 CONTRACTOR’S REPRESENTATIVE. Add the following to the end of section 7-6:

Throughout the progress of the Work, provide at least one English speaking person who shall be thoroughly familiar with the specified requirements, completely trained and experienced in the necessary skills, and who shall be present at the site whenever Work is underway and shall direct all Work performed.

7-7 COOPERATION AND COLLATERAL WORK. Add the following to end of section 7-7:

Simultaneous collateral work is expected to occur during the period of this Contract. Such collateral work may include the following:

1 Recreation programming at the site including: Child care 2) Separate contract work on-site for Tree Trimming. 3) Separate force-account work on-site for Landscape Maintenance.

Contractor shall allow for access for all above collateral work and shall not interfere or delay such

work. In the case of recreational programming, Contractor shall ensure the construction site is properly secured to prevent unauthorized entry by the public into the construction area during all scheduled recreational programming. See also Special Provisions Section 7-10 Public Convenience and Safety regarding site security.

7-8 WORK SITE MAINTENANCE

7-8.1 General. Add the following paragraph:

Page 26: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 22 of 28

A park site maintenance period from Notice to Proceed to Notice of Final Acceptance of the project is required. The park site maintenance scope of work shall be per Specifications Section 01770 and commence on the date of occupancy / Substantial Completion is achieved and shall continue through Final Acceptance of the Project. 7-8.2 Air Pollution Control: Add the following:

The generation of dust shall be controlled as required by the Air Quality Management district. Grading activities shall cease during periods of high winds (greater than 25 MPH). Trucks hauling soils, dirt, sand or other emissive materials shall have their loads covered with a tarp or other protective cover.

7-8.5 Temporary Light, Power, and Water. Add the following to subsection 7-8.5:

Both electrical power and potable domestic water as presently available from existing metered City facilities on-site may be used by Contractor for completion of the Work at no cost, so long as such use does not disrupt City's ongoing usage and maintenance of the facilities, does not constitute a hazard to the general public, and only to the extent that such services are available. The City makes no guarantee these services will be continuously available and not interrupted from time to time. When drawing water from existing meter(s) on-site, Contractor shall comply with the Public Utilities Department's requirements for backflow protection. Flows shall not exceed the safe rated flow of the water meter. Contractor shall use a temporary construction water meter when drawing water from a fire hydrant. Contractor shall comply with the Public Utilities Department requirements for both backflow protection and metering. Contractor shall pay all costs for temporary construction water drawn from sources other than the on-site domestic water meter. Full compensation for furnishing and applying all temporary water and power as necessary to complete the construction work shall be considered as included in the prices paid for the various contract items of the Work and no separate payment will be made therefor. Temporary power permit fees and temporary construction water fees shall be the responsibility of Contractor. City will pay all fees associated with the installation of permanent water and electric services.

7-8.6.2 Best Management Practices (BMPs). Add the following to subsections 7-8.6.2:

The Contractor shall follow and implement the Best Management Practices (BMPs) required by the attachment to these Special Provisions titled “Best Management Practices for Typical Construction Activities”.

Contractor shall provide copies of certification that the superintendent or foreman has attended a Storm Water Pollution Prevention course within the last 12 months. Any work requiring the placement of BMP’s shall not begin until this certification is provided to the Parks Department Representative.

7-8.6.5 Payment. Add the following to subsection 7-8.6.5:

The Contractor's cost of implementing the required BMP's for all project activities shall be included with other items of work. Any BMP required to protect storm water quality shall be installed within 24 hours of the time Contractor is notified by the Engineer or regulatory agencies to install such BMP's. Each 24 hour period elapsed without installation of the required BMPs by the Contractor will be considered an incident. Failure of the Contractor to meet the 24 hour period for installing the required BMPs may cause damages to the City and the Contractor shall be assessed additional liquidated damages as described in Section 6-9 of these Special Provisions.

7-8.6.6 Inspections and Reporting. Contractor shall regularly inspect the construction site for BMPs

identified to ensure the proper implementation and functioning of BMPs. Contractor shall identify corrective actions and time frames to address any damaged BMPs or reinitiate any BMPs that have been discontinued.

At a minimum, Contractor shall inspect the construction site as follows: 1. Prior to a forecast storm; 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and, 4. At regular intervals of once every two (2) weeks.

Contractor shall submit one copy of each site inspection record to the Parks Department Representative and the Public Works Department.

7-8.6.7 Payment. The contract lump sum price(s) paid for the various bid items shall include full

compensation for furnishing all labor, materials, tool, equipment, and incidentals for doing all the work

Page 27: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 23 of 28

involved in developing, preparing, obtaining approval of, revising and amending the SWPPP, and installing, constructing, maintaining, removing and disposing of BMPs as shown in the SWPPP, as specified in the State Storm Water Construction Permit and these specifications, and as directed by the Engineer.

7-8.7 Add new subsection 7-8.7.1 as follows:

7-8.7.1 Drainage Control. Special attention is directed to possible flood hazards, and/or nuisance water such as irrigation and other runoff. Contractor shall be responsible for all injuries or damages to any portion of the Work and/or any private or public property occasioned by these causes and shall make good such injuries or damages at no cost to City prior to completion and acceptance of the Work.

7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. Add the following:

Contractor shall have primary responsibility to ensure that all portions of the park and/or community center building that are not within the work limits remain open and available at all times to the public for public’s use and enjoyment.

When the Work of the Contract includes construction activity within a public right of way that could potentially impede vehicular and/or pedestrian traffic in any way, Contractor shall prepare and maintain a traffic control plan. The plan shall be prepared, stamped and signed by either a licensed Traffic Engineer or a Civil Engineer. The preparation of the plan shall be in accordance with Chapter 5 of the latest edition of the Caltrans Traffic Manual and the State Standard Specifications. The plan shall be submitted at the pre-construction meeting for approval of the Public Works Department. No work shall commence within the right of way prior to approval off the traffic control plan.

Add new subsections 7-10.1.1, 7-10.1.2 & 7-10.1.3 to read:

7-10.1.1 Construction Fence. Contractor shall provide temporary construction fencing to secure the work site from unauthorized entry. Construction fencing shall be 6' high chain link fence with tension wire top and bottom. Posts, gate frame and stiffener materials shall conform to the Standard Specifications Table 206-6.2. (A). Used posts and fabric are permissible provided the used materials are structurally sound and secure, and meet or exceed the standards. All posts shall be driven into ground. Fabric and Tension wires shall be tightly stretched. Fabric shall be minimum 9 ga. Fencing shall include lockable gates as necessary to provide for construction access with gate posts appropriately sized for the gate swing and set in concrete foundations. Contractor shall maintain the temporary construction fence in a secure condition throughout the Project's duration. Contractor shall also provide "No Trespassing" signs which specifically reference the applicable City ordinance (R.M.C. # 9.04.300), the applicable California Penal Code (Sec. 602 K), and the Police Department’s telephone number (951/787-7911) at 100 foot intervals and notification signs, one each on each section of fence at sidewalk approach areas, to advise the public of the approximate date the site will be available for public use. Submit shop drawing for the proposed text for such notification signage to Parks Department Representative for review and approval. Construction fencing may be removed during the Plant Establishment Period as mutually agreed to by Parks Department Representative and Contractor, but shall be removed not later than 30 days prior to Final Acceptance. All concrete fence post foundations shall be removed in their entirety and the voids filled with clean topsoil, top-dressed and planted/seeded to match surrounding designated plantings.

7-10.1.3 Existing Park Facilities/Sports Fields: When a project includes the remodel of existing

outdoor facilities and/or work within existing sports fields within a park, Contractor shall assume that all work within the existing facility and/or sports field is to be performed with the facility occupied. As such, work within each individual facility and/or sports field must be completed in a manner that allows for the continuous use of the facility and/or sports field. Barring the feasibility of continuous use, if Contractor removes a facility and/or sports field from service, work on that facility and/or sports field must be completed in an expedited manner so that each existing facility and/or sports field is “out of service” for the minimum period of time. No more than two existing facilities and/or sports fields in an existing park may be out of service at one time, and then only upon City approval of the schedule for such outage. Contractor shall coordinate the schedule for facilities and/or sports fields to be “out of service” with the Parks Department Representative and such schedule must be approved prior to Contractor commencing work that will place any facility out of service. Contractor shall provide all temporary construction as necessary, shall provide for all temporary access, services and improvements necessary to ensure the balance of the park can remain in

Page 28: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 24 of 28

full service and use.

7-10.2 Storage of Equipment and Materials in Public Streets: Modify first two sentences to read as follows: “Construction materials shall not be stored in streets, roads, highways or public parking lots. All materials or equipment not immediately installed or used in the construction upon unloading shall be stored either within the designated construction yard or elsewhere by the Contractor at Contractor’s expense.”

7-10.4.5 Add new subsection 7-10.4.5 to read: 7-10.4.5 Public Safety During Non-Working Hours. Contractor shall have primary

responsibility for safety on the job site. Such responsibility notwithstanding, when Contractor is not present and the Director takes note of a circumstance that, in the Director's judgment, constitutes an unsafe condition, the Director may either attempt to contact Contractor or may direct any available forces to perform any functions the Director deems necessary to ensure the public safety at or in the vicinity of the job site. It shall be the Director's option whether to attempt to contact Contractor or whether to take immediate action with any means available to the Director. If the Director takes such action to correct an unsafe condition, Contractor shall bear all expenses incurred by City for such action.

7-15 Add new section 7-15 to read: 7-15 CERTIFIED PAYROLL RECORDS. Per Senate Bill 854 signed into law on June 20, 2014,

Contractor and subcontractors will be required to register with the Department of Industrial Relations (DIR) in order to bid and perform public works projects. Contractors and subcontractors on all public works projects will be required to submit certified payroll records (CPRs) to the Labor Commissioner unless excused from this requirement. CPRs will be furnished online (as is done currently for Compliance Monitoring Unit).

In accordance with Section 1776 of the Labor Code, Contractor shall produce, display, and submit

certified payroll records upon demand to the City of Riverside. Such records shall include the Federal Tax Identification Numbers for both the prime contractor and subcontractor, as applicable. City is empowered to withhold penalties for the violation of the Labor Code. Failure to keep payroll record submittals current may result in delays in processing of progress payments.

SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Facilities for Agency personnel will not be required, except as noted otherwise under Technical Specifications Section 01300 Mobilization. SECTION 9 - MEASUREMENT AND PAYMENT. 9-2 LUMP SUM WORK. Modify the second paragraph of Standard Specifications Section 9-2 Lump Sum Work to read as follows:

Within five calendar days following the bid opening date, Bidders being further considered by the City for award will be requested to submit detailed breakdowns of the costs for each Lump Sum Bid item to the Purchasing Services Manager. The breakdowns shall include, as a minimum, line items for each subcontractor / trade, and detailed scope of work line items for each specification section and will be used for further bid evaluation and progress payment purposes. The bid breakdown for each item shall equal the lump sum bid for that item and shall be in such form and sufficiently detailed as to satisfy the City that it correctly represents a reasonable apportionment of the lump sum bid item.

Further cost breakdown shall be required for progress payments. Contractor shall submit, as minimum, line

items for each material listed in each specification section. The progress payment breakdown shall be submitted at the pre-construction meeting, and approved prior to Notice to Proceed. 9-3 PAYMENT. 9-3.1.1 Payments. Add new subsection 9-3.1.1 to read:

The City of Riverside payment process is through an electronic transfer process. Contractor or Suppliers must be set up for this payment process in order to be compensated for materials and or services.

Page 29: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 25 of 28

9-3.2 Partial and Final Payment. Revise a portion of this subsection to conform to the following: From each progress estimate, 5% will be deducted and retained by City, and the remainder, less the

amount of all previous payments will be paid to Contractor. The 5% retention shall apply to all of the Work done. There will be no reduction in the retention amount.

Pursuant to Section 22300 of the Public Contract Code, Contractor will be permitted to substitute securities for any moneys withheld to ensure performance of the contract. Such substitution shall only be made at the request and expense of Contractor.

9-3.5 Add new subsection 9-3.5 to read:

9-3.5 Progress Payments. Progress payment requests shall be processed in accordance with the provisions of Public Contract Code Section 20104.50, which is summarized as follows:

1) Upon its receipt of Contractor's written payment request, City shall review it as soon as practicable to determine whether it is a proper payment request. If City determines that it is not a proper payment request suitable for payment, City shall return it to Contractor as soon as practicable, but no later than seven days after its receipt, together with a document setting forth in writing the reasons why it is not proper. 2) If City fails to make a progress payment within thirty days after it receives an undisputed and properly submitted payment request from Contractor, City shall pay interest on the correct amount thereof at the legal rate set forth in Subdivision (a) of Section 685.010 of the Code of Civil Procedure. 3) The number of days available to City to make a payment without incurring an interest obligation thereon shall be reduced by the number of days by which City exceeds the seven-day return requirement of sub-paragraph 1) above for return of an improper request. 4) A "progress payment" includes all payments due under the contract, except that portion of the final payment which is designated as retention earnings, and a payment request shall be considered properly executed if funds are available for payment thereof and payment is not delayed due to an audit inquiry by City's financial officer.

9-3.6 Add new subsection 9-3.6 to read:

9-3.6 Retention Payment. City's payment to Contractor of the retention amounts withheld from progress payments made during the performance of the Work, and Contractor's disbursement thereof to Contractor's subcontractors, shall be subject to the requirements of Public Contract Code Section 7107, the Stop Notice withholding laws of the State of California and the other provisions of the Contract. City's payment obligations under Section 7107 are summarized herein; by executing the Agreement, Contractor will be confirming knowledge of and responsibility for disbursement of the retention payment to Contractor's subcontractors. 1) Within sixty days after the date of completion of the Work, City shall pay the undisputed and unencumbered portion of the retention amount to Contractor. If City disputes any portion of the amount Contractor demands, City will withhold from its payment an amount not exceeding 150% of the disputed amount. 2) If City fails to pay the undisputed and unencumbered portion of the retention amount due Contractor within sixty days after the date of completion of the Work, City shall pay Contractor a charge of 2% per month on the amount improperly withheld in lieu of any other interest amount otherwise payable by operation of law. In any lawsuit brought for collection of amounts alleged to be wrongfully withheld by City, the prevailing party shall be entitled to attorney's fees and costs. 3) "Completion" for purposes of this Section means any of the following events:

(a) Occupation, beneficial use and enjoyment of the Work by City, excluding testing, start-up and commissioning activities, accompanied by Contractor's cessation of labor thereon;

(b) Acceptance of the Work by City; (c) Contractor's cessation of labor for a continuous period of 100 days or more due to factors beyond

Contractor's control; or (d) Contractor's cessation of labor for a continuous period of 30 days or more if and after City records

a "Notice of Cessation of Work" or a "Notice of Completion."

Page 30: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 26 of 28

SP-3 DIVISIONS OF SPECIFICATIONS: For convenience, the Specifications are divided into sections as set forth in the Table of Contents, but such segregation shall not be considered as limiting the Work of any subcontract or trade, and City will not be responsible for any division of the Work by subcontracts. Contractor shall be solely responsible for all subcontract arrangements of the Work regardless of the locations of provisions in the Specifications.

Where devices or items or parts thereof are referred to in the singular, it is intended that such reference shall apply to as many such devices, items or parts as are required to properly complete the Work.

The General Conditions, Special Provisions and Technical Specifications apply to each section of the Specifications as though fully set forth therein.

SP-4 A/E'S STATUS: The A/E is responsible to City for the preparation of adequate Plans and Specifications,

cost estimates, and reports within the scope of A/E's contract. The A/E's services also include checking of shop drawings and material lists; making recommendations to City regarding proposed substitutions; furnishing consultation and advice to City to clarify the intent of the Plans and Specifications; and answering questions that may arise during construction. The A/E shall have access to the site at all times wherever it is in preparation or progress, but does not have the authority to act for City or to stop the Work. Should the A/E observe Work which in the A/E's judgment should be stopped to prevent damage, injury, loss, or error, the A/E should notify Contractor and the Director without delay.

Whenever City extends authority to the A/E for field supervision beyond that defined in the preceding paragraph, Contractor shall be so advised in writing by the Parks Department Representative defining the extent of such authority.

SP-5 AVAILABILITY OF PROJECT PLANS AND PROJECT SPECIFICATIONS: Up to six (6) sets of Project

Plans and Project Specifications will be furnished the prime Contractor without charge when the contract is awarded. Additional copies of the Project Plans and Project Specifications will be made available at cost.

SP-6 FUNDING AGENCY REQUIREMENTS:

A. Community Development Block Grant (CDBG) Funding Requirements. 1) General. This project is being financed with funds from the U.S. Department of Housing and Urban

Development (HUD) under the Community Development Block Grant. Contractor shall comply with all the requirements which HUD has imposed regarding this grant.

2) Project Area Trainees, Employees and Businesses. The Work to be performed under this contract is

on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for the Work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project.

The parties to this contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR Part 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that the parties are under no contractual or other disability which would prevent the parties from complying with these requirements.

Contractor will send to each labor organization or representative of workers with which Contractor has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of Contractor's commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training.

Contractor will include this Section 3 clause in every subcontract for the Work in connection with

the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR Part 135. Contractor will not subcontract with any subcontractor where it has notice or knowledge that the latter has been

Page 31: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 27 of 28

found in violation of regulations under 24 CFR Part 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations.

Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135, and all

applicable rules and orders of the Department issued thereunder prior to the execution of the contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors, and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CFR Part 135.

Note: The project area is defined as the City limits of Riverside.

3) Auditor Access to Records. Contractor shall provide access to the grantee, the subgrantee, the Federal

Grantor Agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of Contractor which are directly pertinent to this project for the purpose of making audit, examination, excerpts, and transcriptions.

4) Retention of Records. Contractor shall retain all required records for three years after grantee or

subgrantee makes final payments and all other pending matters (e.g., filing of the Notice of Completion) are closed.

5) Prevailing Wages. Contractor shall obtain current copies of the schedule of prevailing wage rates and

shall post said rates on the job site and otherwise comply with the requirements of the Department of Housing and Urban Development.

Contractor shall comply with the Davis-Bacon Act, copy attached, and pay not less than the

prevailing wages as determined by the Secretary of Labor. A copy of the minimum wages and other information shall be posted at the project site. Contractor is required to pay Contractor's employees weekly and must submit certified payrolls to City for review. Contractor is required to also include the minimum wage provision in all contracts with subcontractors. Contractor shall also comply with the Copeland Anti-Kickback Act.

Individual employees of Contractor or Subcontractor are subject to interview by HUD

representatives or by City. For projects over $100,000, Contractor must also comply with the Clean Air Act and with the

Clean Water Act. A copy of the "special clause" regarding this act is provided hereinafter in Subsection C of this section. For projects over $100,000, the Labor and Material Bond must be for 100% of the contract price.

6) Workforce Composition Reporting. Within seven calendar days following execution of the contract,

Contractor shall submit to City a written report identifying the number of persons to be directly employed on the project by the Prime Contractor and each subcontractor for the entire life of the Contract. Do not count or report number of persons expected to be actively employed if for a total of less than one week (40 man hours). Also, do not report persons indirectly employed (e.g., material, supplies, equipment rental employees, etc.). Contractor shall also identify the equivalent number of man weeks (40 man hours) of employment represented by the entire project. For example, if a worker is expected to provide 20 hours of work per week on this project for a period of 4 weeks, this would represent the equivalent of 2 man weeks of full time employment.

7) HUD Construction Sign. A sign displaying the name of Contractor, the City, the Architect and/or

Engineer and all funding sources participating in the design and/or construction of the Project, shall be provided by Contractor. The specific wording of the sign will be identified at the preconstruction conference and is subject to Parks Department Representative's review and approval. See sample per Appendix A, Exhibit C-4.

Page 32: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Addendum One dated 2-8-2017 Bid No. 7446

Special Provision Page 28 of 28

The sign is to be constructed by a professional sign maker. Materials to be used shall be 1" x 4' x 6' A.C.X. plywood mounted on two 4 x 4 x 8 foot Douglas fir paint grade posts. Posts shall be set into grade a minimum of 2 foot or further as necessary to provide adequate foundation. Posts and signboard shall each be painted with two coats of white exterior grade paint. All lettering shall be dark green in color, size, and finish as approved by Parks Department Representative. Signage shall be lettered on the smooth sanded surface of the plywood.

The sign shall be displayed on the construction site for the duration of the Contract. The sign,

support structures and fasteners shall be totally removed by Contractor upon completion of the Contract and acceptance of the Project by City.

SP-7 ENUMERATION OF PLANS AND SPECIFICATIONS: Following are the Plans and Specifications which

form a part of this Contract:

A. PROJECT PLANS: Plans for Villegas Park ADA Concrete Walkway Improvements dated January, 31, 2017.

B. PROJECT SPECIFICATIONS: Project Specifications for Villegas Park ADA Concrete Walkway Improvements dated February 2017.

C. STANDARD SPECIFICATION: "Standard Specifications" as defined in Special Provisions Section 1-2 Definitions.

SP-8 PRECONSTRUCTION CONFERENCE: Attending a preconstruction conference is required; subcontractors

must also attend. SP-9 SCHEDULE OF MINIMUM HOURLY WAGE RATES: Contractor's attention is directed to Special Provisions

Section 7-2.2 Laws regarding minimum hourly wage rates.

Page 33: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Mobilization Page 1 Section 01000

SECTION 01000 - MOBILIZATION PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS: The provisions of the Standard Specifications shall apply except as modified

herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, and services

necessary for the execution and completion of all Mobilization and De-Mobilization Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Preparatory operations including, but not limited to those efforts necessary for the movement of personnel,

equipment, supplies, and incidentals to the Work site; • All other operations which must be performed or costs incurred prior to beginning Work on the site; • Provision of Temporary Toilets; • All operations necessary for De-Mobilization Work; • Provision and installation of Construction Fence per Special Provisions Section 7-10.1.1 Construction

Fence; • Provision of temporary utilities; • Secure all required permits; • Obtain temporary construction water & electrical service; • Submittals per Special Provisions Section 2-5.3.3 Submittals and Technical Specifications Section 01300

Submittals. 1.03 RELATED WORK:

Bonds Spec. Prov. Section 2-4 CONTRACT BONDS Proposed Substitutions Spec. Prov. Section 4-1.6.1 Proposed Substitutions Liability Insurance Spec. Prov. Section 7-3 LIABILITY INSURANCE Workers' Compensation Insurance Spec. Prov. Section 7-4 WORKERS' COMPENSATION INSURANCE

1.04 SUBMITTALS: As a part of mobilization, all submittals as specified in various individual Sections of the

Specifications shall be forwarded to the Parks Department Representative in the format specified in Technical Specifications Section 01300 Submittals and within the time-frames specified in Special Provisions Section 2-5.4 Submittals. Submittals shall include all Materials Lists, Catalog Cuts, Shop Drawings, material and color samples, and Construction Schedule, all as specified.

PART 2 - MATERIALS 2.01 TEMPORARY UTILITIES: The permanent potable domestic water meter is already in place and available for use

on the Project. Contractor shall furnish temporary water (if need exceeds safe rate of flow through existing water meter), and power complete with connecting piping, wiring, lamps, meters and similar equipment as required for the Work. Install, maintain, and remove temporary lines upon completion of the Work. All expenses in connection with temporary services and facilities shall be paid for by Contractor.

2.02 TEMPORARY TOILETS: Contractor shall install and maintain in a sanitary condition suitable toilets for the use of

workers. Toilets shall be portable and shall be removed from the job site at the end of the contract period just prior to Final Acceptance. There shall be a minimum of one (1) toilet for each multiple of twenty (20) Contractor's employees or fractional part thereof working at the job site. Portable toilets shall be maintained in a neat, clean and sanitary condition throughout the contract period.

2.03 CONSTRUCTION OFFICE: a watertight construction office is not required. If a construction office is not

provided, the Contractor shall provide a fixed storage location for all permit plans, submittals, and shop drawings.

Page 34: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Mobilization Page 2 Section 01000

PART 3 - EXECUTION 3.01 GENERAL:

A. Payment: Payment for mobilization will be at the lump sum price bid for mobilization. Payment shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the Mobilization and De-Mobilization Work as herein specified. The 10% retention shall apply to all Mobilization and De-Mobilization Work.

B. Work Yard Site Plan: Contractor shall submit a site plan sketch of Contractor's planned Construction Office

and work yard showing their proposed on-site location(s) for the review and approval of the Parks Department Representative.

3.02 CLEAN-UP: Contractor shall provide trash receptacles for collecting debris, shall remove debris from the job site

at regular intervals, not less than weekly, and shall dispose of same off-site in a legal manner. END OF SECTION BJ/bj 01/12/00

Page 35: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Contractor’s RFI’s Page 1 Section 01240

SECTION 01240 - CONTRACTOR’S REQUEST FOR INFORMATION (RFI’s) PART 1 - GENERAL 1.01 SECTION INCLUDES: This section sets forth the administrative requirements that Contractor, Architect and City

are to adhere to for handling of Contractor’s requests for information. 1.02 DEFINITIONS:

A. Request for Information: 1. Definition: A document submitted by Contractor to request clarification of a portion of the Contract

Documents, hereinafter referred to as RFI. 2. Requirements: A properly prepared RFI shall include a detailed written statement that indicates the

specific Drawings or Specification in need of clarification and the nature of the clarification requested. a. Drawings shall be identified by drawing number and location on the sheet. b. Specifications shall be identified by Section number, page and paragraph.

B. Improper RFI:

1. Definition: An RFI that is not properly prepared. 2. Handling: Improper RFI’s will be returned marked “Not Reviewed” with a notation of why they are

deemed improper.

C. Frivolous RFI: 1. Definition: An RFI that requests information that is clearly shown on the Contract Documents. 2. Handling: Frivolous RFI’s will be returned marked “Not Reviewed” with a notation of why they are

deemed frivolous. 1.03 CONTRACTOR’S RFI:

A. When Contractor is unable to determine from the Contract Documents the material, process or system to be installed, an informal clarification shall be requested of the Architect at the next appropriate project meeting, so that when possible a response can be provided and entered into the meeting minutes. When such informal clarification is not possible due to its complexity, or when due to the urgency of the issue clarification cannot wait until the next project meeting, Contractor shall prepare and submit an RFI.

B. Contractor shall endeavor to keep the number of RFI’s to a minimum. In the event that the Architect

determines the process has become unwieldy due either to the number and/or the frequency of RFI’s, the Parks Department Representative may require Contractor to abandon the process and submit future requests either as submittals, substitutions or requests for change.

C. RFI’s shall be submitted on a form acceptable to the Architect (see Appendix ? for sample form). Forms

shall be completely filled in and shall be fully legible when photocopied and/or transmitted via facsimile (fax). Each page of attachments to RFI’s shall bear the RFI number.

D. RFI’s shall be originated by Contractor:

1. RFI’s from subcontractors or material suppliers shall be submitted through, reviewed and signed by Contractor prior to submittal to City.

2. RFI’s sent by subcontractor directly to the Architect or to Architect’s consultants will not be accepted and will be returned unanswered.

E. Contractor shall carefully study the Contract Documents to assure that the requested information is not

available therein. RFI’s which request information available in the Contract Documents will either be deemed “improper” or “frivolous” as noted above.

F. In cases where RFI’s are submitted to request clarification of coordination issues, for example pipe and

duct routing, clearances, specific locations of work shown diagrammatically, and similar issues, Contractor shall fully lay out a suggested solution using drawings or sketches drawn to scale, and submit same with

Page 36: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Contractor’s RFI’s Page 2 Section 01240

the RFI. RFI’s which fail to include a suggested solution will be returned unanswered with the notation that Contractor is to submit a complete RFI.

G. RFI’s shall not be used for any of the following purposes:

1. To request approval of submittals; 2. To request approval of substitutions; 3. To request changes which entail additional cost or credit; 4. To request changes which entail change in time of completion; or, 5. To request different methods of performing work than those drawn and specified.

H. In the event Contractor believes that a clarification by the Architect results in additional cost or time,

Contractor shall not proceed with the Work indicated by the RFI until a change order is prepared and approved. RFI’s alone shall not justify a cost increase in the Work or a change in the project schedule. All such changes must be via official change orders.

I. Contractor shall prepare and maintain a log of RFI’s, and, at any time requested by the Architect, shall

furnish copies of the log showing outstanding RFI’s. Contractor shall note unanswered RFI’s in the log.

J. Contractor shall allow up to 14 calendar days for review and response time for RFI’s from the date of receipt by the City. However, the Architect will endeavor to respond in a timely fashion to all RFI’s.

1.04 ARCHITECT’S RESPONSE TO RFI’S: Architect will respond to each RFI in one of the following ways:

A. Properly prepared RFI’s: 1. Architect’s Supplemental Instruction; 2. Request for Cost Proposal; 3. Instruction Bulletin; or, 4. Architect may opt to retain RFI’s for discussion during regularly scheduled project meetings for

inclusion of responses in meeting minutes in lieu of separate written response in another form. B. Improper or Frivolous RFI’s:

1. Notification of Processing Fees(s). 2. Unanswered RFI’s will be returned with a stamp or notation: Not Reviewed.

C. Answers to properly prepared RFI’s will be made separately in writing, not upon the RFI form. PART 2 - MATERIALS (Not Applicable).

PART 3 - EXECUTION (Not Applicable).

END OF SECTION BJ/bj 12/07/07

Page 37: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Submittals Page 1 Section 01300

SECTION 01300 - SUBMITTALS PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS: The provisions of the Standard Specifications shall apply except as modified

herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Submittals Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Preparation of Submittals Schedule; • Submittals Planning; • Submittals Preparation, Distribution and Transmittal, to include all of the following:

Product Data (Catalog Cuts); Materials Lists; Samples; Record Drawings; Turn-over Items; and,

• Submittals Schedule updating and distribution. 1.03 RELATED WORK:

Shop Drawing Submittals Spec. Prov. Section 2-5.3 Contractor's Construction Schedule Spec. Prov. Section 6-1

1.04 SUBMITTAL PLANNING:

A. Processing Lead Time: Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for re-submittals. 1. Allow two (2) weeks for initial review. Allow additional time if processing must be delayed to permit

coordination with subsequent submittals. The Parks Department Representative will promptly advise Contractor when a submittal being processed must be delayed for coordination. Both the A/E and the Department Representative will strive to adhere to these time frames, but cannot guarantee them in all instances.

2. If a re-submittal is necessary due to corrections or revisions, process the re-submittal in the same manner as the initial submittal.

3. Allow one (1) week for processing each re-submittal. 4. No extension of Contract Time will be authorized because of failure to transmit submittals to the Parks

Department Representative sufficiently in advance of the Work to provide the one week processing time specified.

5. Note: Processing time as described above for submittals represents an estimate of the actual time that should be required at least 80% of the time. However, it is not a guarantee that any given submittal will be processed within that time frame. Contractor shall not be entitled to a time extension or construction delay claims associated with the review time required for any individual submittal unless adequate documentation of the delay is provided and it can be demonstrated that the delay in fact directly impacted the projects critical path to an extent corresponding to the amount of any time extension being requested and the delay has financially impacted the work to the extent of any claim for extra compensation for such delay.

B. Coordination and Completeness:

1. Contractor shall coordinate preparation and processing of submittals with the performance of the related Work. Transmit each submittal allowing sufficient lead time to obtain appropriate reviews and approvals and to avoid delays in the related Work.

2. Coordinate the submittal date for each submittal with the lead time needed for fabrication, purchasing, testing, delivery, review of other related submittals, and related Work that require sequential processing/completion.

3. Coordinate the transmittal dates for each different type of submittal so processing will not be delayed. Ensure concurrent transmittal of submittals for related portions of the Work that need concurrent review to allow the Architect to verify that a coordinated work effort is being provided. City and

Page 38: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Submittals Page 2 Section 01300

Architect each reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received.

4. Contractor is responsible to verify completeness of all submittals. Incomplete submittals will be rejected.

1.05 SUBMITTALS SCHEDULE:

A. Concurrently with the development of Contractor's Construction Schedule (per Special Provisions Section 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK), prepare a complete "Submittals Schedule" for all submittals. Submit the Submittals Schedule together with the Construction Schedule at the Pre-Construction meeting. 1. Coordinate the Submittals Schedule with all subcontractors, with the schedule of values, with the

Materials Lists and with the Construction Schedule. 2. Itemize items on the Submittals Schedule in the chronological sequence planned for submission;

include all submittals required by the Contract Documents. Provide the following information: a) Scheduled date for the initial submittal for each item; b) Related Specification Section number; c) Submittal category (i.e. Product Data, Samples, Record Documents, Shop Drawing, etc.); d) Name of subcontractor or supplier as applicable; e) Description of the portion of the Work covered by the submittal; f) Record successive date(s) of any resubmittal(s); and, g) Record date of City's approval of each submittal.

B. Submittals Schedule Updating: Update the Submittals Schedule after each meeting or activity where

revisions have been recognized or made.

C. Distribution: Following receipt of review comments to the initial Submittals Schedule, on a monthly basis thereafter issue updated copies of the Submittals Schedule. Distribute copies to the Architect, the Parks Department Representative, all subcontractors, and all other parties required to comply with scheduled submittal dates. Keep an up to date copy of the Submittals Schedule posted in the Construction Office. Parties may be deleted from the distribution upon completion of all portion(s) of the Work assigned to such parties and such parties are no longer involved in construction activities.

1.06 SUBMITTALS PREPARATION AND TRANSMITTAL:

A. Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. 1. Provide a space approximately 4" x 5" on the label or beside the title block on Shop Drawings to

record Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken.

a) Project name; b) Date; c) Name and address of Architect; d) Name and address of Contractor; e) Name and address of subcontractor (as applicable); f) Name and address of supplier; g) Name of manufacturer; h) Number and title of related Specification Section; and, i) Drawing number and detail references, as appropriate.

B. Transmittal: Package six copies of each submittal appropriately for transmittal and handling. Transmit each

submittal from Contractor to the Parks Department Representative using a transmittal form. Submittals received from sources other than Contractor may be returned without action. If a submittal is rejected, submit six copies of the re-submittal. 1. When transmitting submittals, record relevant information and requests for data on the transmittal

form. Include a Contractor's certification that information submitted complies with the Contract Document requirements as a part of each submittal. If the submittal is not in full accordance with the Contract Documents, record specific deviations from the Contract Document requirements, including

Page 39: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Submittals Page 3 Section 01300

minor variations and limitations, either on the transmittal form or on a separate attached sheet that is referenced on the form.

2. Transmittal Form: Use AIA Document G 810, or City approved equal. 1.07 SUBMITTALS PROCESSING AND DISTRIBUTION:

A. Processing: Upon receipt of the submittals, the Parks Department Representative will retain one copy and forward five to the appropriate Designer (Architect/Engineer) who will retain one, and will return four copies marked with action taken. 1. Except for submittals for record information or similar purposes, where action and return is required or

requested the appropriate Designer (City, Architect, or Engineer) will review each submittal, mark to indicate action taken, and return promptly.

2. Verification of the submittals compliance with characteristics specified in the Contract Documents is Contractor's responsibility.

3. Action Stamp: The appropriate Designer (either the City, the Architect, or the Engineer) will stamp each submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked, as follows, to indicate the action taken: a) "No Exception Taken": When submittals are marked "No Exception Taken," that part of the

Work covered by the submittal may proceed. b) "Make Corrections Noted": When submittals are marked "Make Corrections Noted," that part of

the Work covered by the submittal may proceed provided it complies with the notations and corrections marked on the submittal as well as the requirements of the Contract Documents.

c) Returned for Re-submittal: Submittals may be returned for re-submittal for various reasons. When a submittal is marked either "Submit Specified Item," "Rejected," or "Revise and Resubmit," Contractor shall not proceed with any part of the Work covered by the submittal, including purchasing, fabrication, delivery, or any other associated activity. Instead, the submittal shall either be revised to comply with the Contract Documents and resubmitted, or a new submittal shall be prepared in accordance with the notations and submitted; resubmit without delay.

d) Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked "Action Not Required".

e) Contractor shall repeat the submittal process as specified above for all submittals as necessary to obtain an action mark that will allow the Work to proceed.

B. Distribution: Upon receipt of marked copies of the submittals from the appropriate Designer, the Parks

Department Representative will forward four copies of the marked submittal to the Prime Contractor for further distribution to the Subcontractor(s) and/or Supplier(s). 1. Do not proceed with the Work until an appropriately marked copy of the applicable submittal has been

received from City and is in the installer's possession. 2. Do not permit use of unmarked copies of submittals in connection with construction. 3. Contractor shall not permit submittals marked "Rejected, "Submit Specified Item", or "Revise and

Resubmit" to be used at the Project site, or elsewhere where Work is in progress. 1.08 PRODUCT DATA ("CATALOG CUTS"):

A. Submittal: Assemble Product Data submittals into a single submittal package for each construction trade or system (e.g. Plumbing, Electrical Lighting, Concrete, HVAC, etc.). Submittals shall consist of a minimum of 6 copies. Product Data submittals shall include all available printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing-in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use, submit as "Shop Drawings." 1. Mark each copy to show applicable choices and options. Where printed Product Data includes

information on several products, some of which are not required, mark copies to delete inapplicable information. Product Data submittals, as a minimum, shall include the following information: a) Manufacturer's printed recommendations; b) Compliance with recognized trade association standards; c) Compliance with recognized testing agency standards; d) Application of testing agency labels and seals;

Page 40: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Submittals Page 4 Section 01300

e) Notation of dimensions verified by field measurement; and, f) Notation of coordination requirements.

2. Do not submit Product Data until Contractor has confirmed the product's compliance with requirements of the Contract Documents.

1.09 SAMPLES:

A. General: Submit full-size, fully fabricated Samples cured and finished as specified, in the quantity specified in the respective Technical Specification section, and physically identical with the material or product proposed. Where quantities are not specified in the Technical Specification, submit a minimum of three samples, one will be returned marked with the action taken. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture and pattern. 1. Mount, display, or package Samples in the manner specified to facilitate review of qualities indicated.

Prepare Samples Submittals to match the Architect's Sample when available. Include the following: a) Generic description of the Sample; b) Sample source; c) Product name or name of manufacturer; d) Certification of compliance with the specified standards; and, e) Availability and delivery time.

2. Submit Samples for review of kind, color, pattern, and texture, for a final check of these characteristics with other elements, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed. Where variation in color, pattern, texture or other characteristics are inherent in the material or product represented, submit multiple units (not less than 3), that show approximate limits of the variations.

3. Preliminary submittals: Where Samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product. Preliminary submittals will be reviewed and returned with the appropriate Designer's mark indicating selection and other action.

4. Maintain appropriately marked sets of Samples, as returned by City, at the Project site for quality comparisons throughout the course of construction.

B. Distribution of Samples: If additional sets of samples are needed for distribution to subcontractors,

manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work, Contractor shall submit samples in sufficient quantities for such distribution. Do not distribute unmarked copies of sample to others involved in the Work.

1.10 MATERIALS LISTS:

A. Submittal Requirements: Submitting a catalog number and manufacturer's name as a materials list stating that the items will be furnished to meet the Specifications will not be acceptable. Contractor shall submit a complete materials list for approval by the Parks Department Representative prior to performing any Work. Catalog data and full descriptive literature must be submitted whenever the use of items different than those specified is requested. Notarized certificate must be submitted by plastic pipe and fitting manufacturer indicating that material complies with the Project Specifications, unless material has been previously approved and used on other projects by City.

Material list shall be submitted in a format similar to the following:

Item Description Manufacturer Model No. 1. Pressure Supply Line Lasco Sch. 40 2. Lawn Head Rainbird 2400 etc. etc. etc. etc.

1.11 "RECORD" PRINTS:

A. Changes: Record accurately on one set of blue-line prints all changes in the Work constituting departures from the original Contract Plans. For example, changes in pressure and non-pressure irrigation line locations.

Page 41: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Submittals Page 5 Section 01300

B. Legibility and Approval: The changes and dimensions shall be recorded in a legible and workmanlike

manner to the satisfaction of City. Prior to final inspection of the Work, submit "record" prints to The Parks Department Representative for approval.

C. Reference Points: Dimension from two permanent points of reference (buildings, monuments, sidewalks,

curbs, pavement, etc.). Data to be shown on "record" prints shall be recorded day-to-day as the project is being installed.

D. As-built Items: Show locations and depths of the following types of underground items:

1. Point(s) of connection for irrigation, domestic water, gas, sewer, electric and similar underground utilities;

2. Routing of underground conduits, irrigation pressure lines and utility lines (dimension maximum 100 feet on center along routing);

3. All types of valves in various piping systems, including gate valves, quick coupler and remote control valves;

4. Routing of irrigation control wires; and, 5. Related equipment (as may be directed).

E. Maintain record prints on site at all times.

PART 2 - MATERIALS (Not Applicable).

PART 3 - EXECUTION (Not Applicable).

END OF SECTION BJ/bj 12/07/07

Page 42: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Park Site Maintenance Page 1 Section 01770

SECTION 01770 - PARK SITE MAINTENANCE PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS: The provisions of the Standard Specifications shall apply except as modified

herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Park Site Maintenance Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Trash pick-up; • Irrigation system maintenance and scheduling; • Mowing and edging turf; • Sweeping parking lots, concrete walkways, and slabs; • Raking and repairing all erosion; • Weeding all planting areas; • Fertilizing; • Pest Control, including all weeds, insects, rodents and other pests and diseases; • Pruning shrubs and trees; • Graffiti removal including sandblasting and painting; • Coordination with Work of other Sections; • Testing; • Clean-up; • Replacements, Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK:

Planting Section 02480 Irrigation Section 02441 Grading Section 02210

1.04 GUARANTEE: The Contractor shall be required to provide a Labor and Materials Bond and a Performance Bond

to guarantee the Park Site Maintenance Work. As a minimum the Bond amounts shall be equal to the sum of 100% of the bid amount for the Planting Work and 50% of the bid amount for the Irrigation Work.

1.05 SUBMITTALS: Submit copies of each of the following per Special Provisions Section 2-5.3 Shop Drawings and

Submittals and Technical Specifications Section 01300 Submittals at the pre-construction conference for the review and approval of the City prior to commencement of any Work:

A. Materials List: The Contractor shall submit for the approval of the City a materials list of all materials

proposed for use during the performance of any maintenance task such as: Fertilizers, D.G., replacement irrigation heads, etc. All materials shall equal the quality and type as specified in the related Project Specification Sections and as installed in the Work.

B. Turn Over Items: Upon completion of the Maintenance Period, the Contractor shall turn over to the City all

keys (to the irrigation clocks, the buildings, the electrical panels, etc.), instruction books, quick coupler valve quills, and any other related maintenance equipment or items provided as a part of the Project.

1.06 INSPECTIONS & TESTING:

A. Operational Demonstration: Prior to the start of the maintenance period, the operating condition of the entire irrigation system as installed will be demonstrated for the Maintenance Staff, and any defects will be corrected by the Contractor. Upon completion of the maintenance period, the Contractor shall again demonstrate the operating condition of the entire irrigation system as installed and maintained, and shall repair any problems.

B. Inspection: All maintenance tasks are subject to the inspection of the Parks Department Representative.

Page 43: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Park Site Maintenance Page 2 Section 01770

PART 2 - MATERIALS 2.01 GENERAL: All materials used during the maintenance period shall be of the same type and quality used in the

original construction, or equal as approved by the City. PART 3 - EXECUTION 3.01 GENERAL:

A. Qualifications of Maintenance Workers: Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section. All herbicides and pesticides shall only be applied by an appropriately licensed Pest Control Applicator, under the Supervision of a Licensed Pest Control Advisor who is licensed in the State of California.

B. Coordination: Coordinate the scheduling of all Maintenance Work with the Parks Department

Representative on site to avoid conflicts with City scheduled functions. To the fullest extent possible, schedule maintenance operations for times other than peak period for park use (i.e. peak use = 10 a.m. to 9 p.m.). Schedule the automatic irrigation system to operate between 11 p.m. and 6 a.m., and avoid operating the irrigation in any manner that would disrupt the use of the park by the public.

C. Scope: The areas to be maintained include all exterior landscape areas and improvements as awarded by

the construction contract. Excluded from the maintenance responsibilities are all structures and exterior walls of such structures (with the exception of graffiti removal from masonry surfaces), and areas beyond the limits of the Work.

3.02 TURF MAINTENANCE:

A. General: All turf areas shall be maintained in a neat, clean, "weed free", healthy growing condition, free of diseases and pests. In areas that may become compacted, aerate the soil as necessary to maintain good growth. Repair any and all damage to the turf that may occur.

B. Mowing and Edging: Mow turf as frequently as necessary to maintain the turf height between 1-1/2" and 2"

(weekly during peak growing season), or as otherwise approved in writing by the Parks Department Representative. All turf hay is to be either turf-vacuumed or caught as it is mown and shall be disposed of off site in a legal manner. Edge all turf areas as necessary and a minimum of bi-weekly during peak growing season.

3.03 TRASH REMOVAL: Pick up all trash and empty all trash receptacles on a daily basis. All trash to be deposited in

the Park site dumpster where available, or off site if not available. 3.04 IRRIGATION MAINTENANCE: The irrigation system shall be monitored daily to verify coverage, and shall be

repaired on an as-needed basis using new replacement parts to match existing. Do not use spare parts listed under Specifications Section 02441 Irrigation, as these are to be turned over to the City upon Final Acceptance of the Project.

3.05 SWEEPING: All concrete slabs, asphaltic concrete roadways and parking lots are to be mechanically swept (not

hosed down) weekly to remove all soil and debris that may accumulate. 3.06 DRAINAGE SYSTEM: All drainage system inlets, catch basins, and grates are to be kept continuously clear of

debris. Such inlets are to be checked a minimum of daily and cleaned a minimum of weekly such that basins and lines do not plug. In the event such lines plug, the Contractor shall be responsible for the repair and or replacement of all improvements that may become damaged as a result including all erosion.

Page 44: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Park Site Maintenance Page 3 Section 01770

3.07 PATHWAYS: All decomposed granite pathways are to be raked clean on a weekly basis as a minimum. All erosion and other damage, wear and tear that occurs shall be repaired using materials as specified for the original construction on an as-needed basis, filling all ruts, rills, depressions and holes one half inch in size and larger. Pathways shall be kept free of weeds at all times, and shall be sprayed with Round-up, or approved equal, on a bi-weekly basis as a minimum.

3.08 WEEDS, DISEASE AND PEST CONTROL: The Contractor shall provide for the continuous control of weeds,

diseases and pests, including rodents, and ground squirrels, in a manner to prevent them from becoming established.

3.09 FERTILIZATION: All planted areas are to be fertilized quarterly, using fertilizers as specified in Section 02480

Planting, and as necessary to keep all plantings in a healthy growing condition. 3.10 PRUNING:

A. Shrubs: All shrubs shall be pinched and trimmed as necessary to maintain a good growth rate and to eliminate rank sucker growth, and as a minimum every six months. Old wilted flowers, rose hips, seed pods and dead foliage shall be removed.

B. Trees: All trees shall be pruned/trimmed by a certified arborist on a six month cycle. Broadleaf trees shall

be pruned to remove dead foliage and limbs and to promote good branching structure and form. Palm trees shall be trimmed to remove all dead fronds and frond bases.

3.11 GRAFFITI REMOVAL: The Contractor shall be responsible for the removal of all graffiti from all park

improvements and surfaces. The Contractor shall provide for graffiti removal in a manner to prevent graffiti from remaining visible to the public for a period generally not exceeding 24 hours; occasionally up to but not exceeding 48 hours; but NEVER exceeding 72 hours. Graffiti Removal Work shall be performed using solvents, cleaning solutions and tools that will not mar the finished surface in any way, and fillers, putties and paints that are compatible with the existing paint systems and match the existing finish colors. Sandblasting may be permissible on the masonry work subject to a demonstration by the equipment operator, in the presence of the Parks Department Representative, that the blasting work will not significantly detract from the appearance of the finished surface.

3.12 END OF MAINTENANCE: Two weeks prior to the scheduled completion of the Park Site Maintenance Period,

the Contractor shall contact the Park Projects Inspector to schedule an inspection for acceptance of the site by the City for continued maintenance. Acceptance for maintenance shall occur only upon the written acceptance of the City. Immediately upon acceptance of the site by the City, the Contractor shall turn over to the City all keys to buildings, irrigation controller keys, trash container lock keys, operations manuals and charts, etc. that were provided to him at the start of the Maintenance Period, and any duplicate keys that may have been produced subsequently.

3.13 COMPLETION CLEANING: Upon completion of the Work of this Section, the Contractor shall clean all

improvements installed removing all soil, concrete latence, stains, grease, dirt, etc., and shall polish all floors, windows, sinks, and other such surfaces that require such maintenance. The Contractor shall remove all excess materials, rubbish, debris, etc., sweep all pavement surfaces and adjacent streets, curbs, gutters, walkways and trails, and remove construction equipment from the premises.

3.03 CLEAN UP: Throughout the duration of the maintenance period the Contractor shall provide trash receptacles for

collecting debris, shall remove debris from the job site at regular intervals not less than weekly and shall dispose of same in a legal manner.

END OF SECTION BJ/bj 01770.MAS 12/07/07

Page 45: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Clear and Grub & Selective Demolition Page 1 Section 02110

SECTION 02110 - CLEAR AND GRUB & SELECTIVE DEMOLITION AND SALVAGE PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction"

shall apply except as modified herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Clear and Grub & Selective Demolition and Salvage Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Protection of all trees not designated for removal; • Removal of all trees designated on the Plans for removal; • Clearing and grubbing of vegetation from work area as necessary to accomplish scope of work; • Sawcutting, removal and disposal of all pavement designated on the Plans for removal; • Salvage of an existing light pole and fixture and relocate it to a location as shown on the Plans; • Salvage of some existing irrigation heads as noted on the Plans; • Salvage of the existing bleachers (3 sets), or demolition and legal disposal of the existing bleachers (3 sets)

if Additive Bid Item is awarded; • Demolition of the existing light pole footing as noted on the Plans and relocation of existing service utilities; • Furnishing, developing, applying and providing dust control watering equipment as required for the project; • Removal and disposal of all deleterious materials not specifically mentioned herein which may be found

within the Work Limits; • Coordination with Work of other Sections; and, • Clean-up.

1.03 RELATED WORK:

Grading: Section 02210 Planting: Section 02480 Irrigation: Section 02441

1.04 RESPONSIBILITY AND COORDINATION: Contractor shall secure and maintain all required permits and

licenses, and pay all fees necessary to legally complete the Work of this Section. Contractor shall notify utility companies for all utilities to be cut off, modified or relocated, and shall maintain and protect all active utilities. Contractor shall coordinate all Work with the Park and Recreation Department in an effort to avoid any conflicts with the recreation programming and parks maintenance schedules.

1.05 PROTECTION AND SAFETY: Contractor shall provide signs in necessary places to exclude persons, except

those connected with the Work, from entering the working area. Contractor is responsible for preventing unauthorized persons from entering the work area.

Contractor shall protect the Project site and adjacent properties from dirty water, mud and water accumulated due to Contractor's operations and from rainfall runoff or water that enters the Project site from any other source.

PART 2 - MATERIALS - Not applicable. PART 3 - EXECUTION 3.01 GENERAL REMOVAL WORK: Removal Work shall be carefully done to avoid damage to all existing facilities not

designated for removal. When removing concrete pavement adjacent to concrete pavement designated to remain, contractor shall double sawcut and carefully hand trim to the second sawcut line to avoid damage to portions designated to remain.

3.02 SITE CLEARANCE AND DISPOSAL:

Page 46: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Clear and Grub & Selective Demolition Page 2 Section 02110

A. Site Clearing: Clear the sites to be improved of grass, trees (including rootball), shrubs, weed growth,

rubbish and debris, and existing asphaltic concrete pavement, concrete slabs, etc., that are to be removed for construction of the improvements shown on the Plans. Roots three inches in diameter and larger, rocks and broken masonry larger than four inches in the greatest dimension, and irrigation lines shall be removed to a minimum depth of 12" below finished grade.

B. Disposal: All deleterious materials shall be disposed of off the site in a legal manner by Contractor, who

shall make all necessary arrangements and pay all related costs. 3.03 UTILITIES: All known underground utilities are noted on the Plans.

A. Utilities to be Inactivated or Abandoned: Utilities that are to be inactivated or abandoned shall be disconnected, removed, and plugged or capped subject to local governing ordinances. All electrical conductors are to be removed from conduit runs to be abandoned.

B. Existing Inactive/Abandoned Utilities: All miscellaneous inactive underground facilities (e.g., drainage

devices, secondary water lines, cables, abandoned oil and water lines, leaching fields, irrigation pipes, wiring, etc.), located 12 inches or more below finish grade may be abandoned in place or removed as necessary for proper completion of the Work.

C. Utilities to be Protected: All miscellaneous active underground facilities that are encountered during the

Work, whether shown on the Plans or not, shall be protected.

D. Utilities Not Shown: If Contractor encounters any existing underground utilities not shown on the Plans, Contractor shall at once notify the Park Projects Inspector who will determine further procedure.

3.04 SALVAGE: The following items shall be salvaged from the project site for turn-over to the City or other

designated representatives:

A. Existing irrigation or electrical valve boxes; B. One existing light pole and fixture near the Handball court; C. Three sets of existing bleachers near the Bunker Street parking lot.

3.05 DEBRIS BURNING: Burning of debris is NOT permitted. 3.06 DUST CONTROL: Dust shall be kept to a minimum for the duration of the Contract period, especially during the

site clearing operations, by means of wetting the site or other approved method. After all site clear and grub operations are complete, wash down all existing sidewalks and roadways on and off the site that have become soiled due to Contractor's operations.

END OF SECTION BJ/02110.MAS 12/07/07

Page 47: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Grading Page 1 Section 02210

SECTION 02210 – GRADING, TRENCHING, BACKFILL & COMPACTION PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction"

shall apply except as modified herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Grading, Trenching, Backfill & Compaction Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Preparation and submittal of, and compliance with the Best Management Practices (BMP) per the terms of

the Special Provisions Section 7-8.6; • Rough grading as shown on the plans, including cut, fill, backfill and backfill compaction; • Preparation of subgrade for all walkways, slabs and other facilities including any over-excavation and re-

compaction as may be required; • Install stabilized decomposed granite (D.G.) at the areas under the existing bleachers (3 sets); the finish

surface of D.G. shall be flush with the adjacent concrete finish surface. • Trenching, backfill & compaction; • Excavation Safety; • Soil compaction as required; • Import or export as required; • Soil testing as required; • Coordination with Work of other Sections; • Clean-up; and, • Erosion Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK SPECIFIED ELSEWHERE:

BMP Special Provisions Section 7-8.6.2 Site Clear and Grub Section 02110 Finish Grading in Landscaped Areas Section 02480

1.04 QUALITY ASSURANCE:

A. Other Requirements: All Work of this Section shall comply with the requirements of the following: 1. The Grading Code of the City of Riverside.

B. Tests and Inspections:

1. All Work in this Section shall be subject to the observation and testing as required by the Soils Engineer selected by City. The Soils Engineer will submit a compaction report to the Parks, Recreation & Community Services Department Representative certifying Contractor's compliance with the Plans, Specifications, Soils Reports and City Grading Ordinance in placing all fills and backfills. The Soils Engineer will conduct all specified tests to insure compliance. The Soils Engineer will also test, identify and make recommendations on borrow site fill materials as specified in this Section.

2. The number and location of soils tests shall be at the discretion of the Soils Engineer to assure

uniformity and compliance with the City Grading Ordinance, and shall be at least one test per two vertical feet of fill, but not less than one test per 500 cubic yards, all as approved by the Parks Recreation & Community Services Department Representative.

3. The costs of services of the Soils Engineer for specified field density and maximum density tests,

compaction reports and certificates of compliance, will be borne by City except that additional tests and re-compactions made necessary by inadequate compaction, inadequate materials provided by Contractor, or inaccurate excavations shall be paid for by Contractor.

1.05 GRADING A "BALANCED" OPERATION: It is the intent of the Plans and Specifications that the grading shall be

a balanced operation with site material. Neither import nor export is contemplated. If during grading operations an excess or deficiency of earth becomes apparent, Contractor shall notify the Parks, Recreation & Community

Page 48: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Grading Page 2 Section 02210

Services Department Representative immediately in writing and ask for direction in the possible adjustment of plan grades such that the grading can be completed with site material conforming as nearly as possible to the finish grades shown and insuring positive drainage. If such adjustment is insufficient to eliminate the imbalance, or if due to site constraints such adjustment is not deemed practical and is therefore not permitted by the Department Representative, then Contractor shall provide all import and/or export as necessary to achieve the plan grades, all at no additional cost to City.

1.06 WATER: See Special Provisions Section 7-8.5 Temporary Light, Power, and Water regarding temporary

construction water. 1.07 JOB CONDITIONS:

A. Protection of Existing Items: 1. Contractor shall furnish, place and maintain all shoring and bracing as may be required for protection

of existing structures and utility services during execution of the Work. 2. All bench marks, monuments and other reference points shall remain undisturbed unless specifically

directed otherwise by the Park Projects Inspector.

B. Coordination with Others: 1. Contractor shall give written notice to the Parks, Recreation & Community Services Department

Representative, utility agencies, and other legal authorities prior to starting Work. 2. Contractor shall coordinate Contractor's operations with other trades, utility agencies, and other

affected public departments to assure continuity for both access and service of all utility service distribution lines, in conformance with applicable requirements of these organizations. No services to any property shall be impeded.

C. Abandoned and Unknown Utilities:

1. Abandoned lines, meters and boxes, obstructions or piping, shall be removed, plugged, or capped in accordance with the requirements and approval of the agencies affected, or as directed by the Park Projects Inspector. Coordinate all such Work with applicable mechanical or electrical trade having responsibility. Remove all abandoned utility lines, pipes, or conduits, to a point outside new construction lines.

2. Where unmarked utility lines or other underground obstructions or piping are uncovered within the

Work area, notify the agencies or service utility companies having jurisdiction and take necessary measures to prevent interruption of service. If such lines or services become damaged, broken, or interrupted due to Contractor's negligence, such damaged services shall be repaired immediately by the party designated by the utility owner, at Contractor's expense. If an unmarked utility is damaged other than through the negligence of Contractor, Contractor's responsibility is limited to providing immediate and proper notification of the damage to the utility owner so that repairs can be made. Contractor shall cooperate with the utility owner and provide access for repair work.

1.08 BEST MANAGEMENT PRACTICES (BMPs): The Contractor shall follow and implement the Best Management Practices (BMPs) required by the

attachment to these Special Provisions titles “Best Management Practices for Typical Construction Activities” (Appendix F).

Contractor shall provide copies of certification that the superintendent or foreman has attended a Storm

Water Pollution Prevention course within the last 12 months. Any work requiring the placement of BMPs shall not begin until this certification is provided to the Parks Department representative.

The Contractor’s cost of implementing the required BMP’s for all project activities shall be included with

other items of work. Any BMP required to protect storm water quality shall be installed within 24 hours of the time Contractor is notified by the Engineer or regulatory agencies to install such BMP’s. Each 24 hour period elapsed without installation of the required BMPs by the Contractor will be considered an incident. Failure of the Contractor to meet the 24 hour period for installing the required BMPs may cause damages to the City and the Contractor shall be assessed additional liquidated damages as described in Section 6-9 of these Special Provisions.

Page 49: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Grading Page 3 Section 02210

PART 2 - MATERIALS 2.01 FILL MATERIAL:

A. Required Approval: All fill material must be approved by the Soils Engineer and the Parks Department Representative.

B. On-site Material: On-site excavated materials may be used for fill as approved by the Soils Engineer and

the Parks Department Representative. 2.02 GRANULAR BEDDING MATERIAL: Where called for on the Plans, granular bedding material shall be crushed

stone or pea gravel conforming to the following grading:

Sieve Size % Passing 3/4" 100 1/2" 95 #4 5

2.03 IMPORT:

A. Landscape Fills: All import soil used for fill in landscape areas shall be Class 'A' topsoil per Standard Specifications, Section 212-1.1 Top Soil, General.

B. Structural Fills: All import soil used solely for structural fill shall be non-expansive, predominantly granular

material free from organic contaminants, and capable of attaining the required compacted densities.

C. Approved Samples: Samples of all import soil, as obtained by the City's Inspector at the borrow site, must be approved by the Parks, Recreation & Community Services Department Representative prior to start of import of soil to the Project site.

2.04 DECOMPOSED GRANITE (D.G.): shall be Gail Materials with Natracil Stabilizer, color is to be Gail’s Gold, by

Gail Materials, www.gailmaterials.net, 951-667-6106. PART 3 - EXECUTION 3.01 GENERAL:

A. Work Sequence: All demolition, clearing and grubbing of objectionable materials must be completed to the satisfaction of the Parks Department Representative before starting any earthwork grading and excavation. All existing site improvements and plant material not designated for removal, or salvage, shall be protected in place.

B. Survey: See Special Provisions Section 2-9.3 Survey Service regarding responsibility for provision of all

survey services as necessary for horizontal and vertical control points, layouts, lines and levels, and staking of the Work. Protect all bench marks and survey control points.

C. Unknown Utilities and Structures: In the event unknown utility lines, vaults, ducts or other underground

structures of any sort are discovered during excavation that are not shown on the Plans, immediately notify the Parks, Recreation & Community Services Department Representative, and take measures as necessary to protect such utilities and structures from damage.

3.02 ROUGH GRADING:

A. Conformance with Plans: Rough grading of the site shall be completed in accordance with indicated contours, elevations, and limit lines shown on the Plans and shall allow for the depths of slabs, paving, sub-base, topsoil, and controlled fills.

Page 50: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Grading Page 4 Section 02210

B. Grading Tolerances: 1. Sub-grades to receive slabs and pavements shall be graded to a tolerance of plus or minus one-half

½ inch, and shall be compacted as specified below in Sub-section 3.04 CONTROLLED FILL, paragraph G. Relative Compaction Requirements, sub-paragraph 1. Slabs & Pavement Subgrades.

2. Tolerance for rough grading in all other areas is 1/10th of a foot. 3. In all areas, appearance and positive drainage will be factors in the acceptability of grades.

C. Compacted Lifts: Graded material shall not be left in loose layers, but shall be stockpiled for use in

controlled fill or compacted in thin layers as grading takes place in accordance with the requirements for controlled fill.

D. Scarification: Shall be performed on all areas indicated to receive paving to depths as indicated in the soils

report. In the absence of a soils report, scarification shall be to a minimum depth of six (6) inches or to a depth permitting twelve (12) inches of controlled fill whichever is greater.

E. Engineer's Approval: Contractor shall obtain the Soil Engineer's approval of all scarified surfaces prior to

placement of fill. 3.04 CONTROLLED FILL:

A. Landscape Fills: The topmost 12" of fill in all landscape areas shall be topsoil. B. Rocks: Rocks larger than two (2) inches in diameter shall be removed from all fills to be compacted.

C. Lifts: Fill material shall be spread in uniform lifts of six (6) to eight (8) inches of un-compacted thickness.

D. Moisture Content: Prior to starting compaction, the fill material shall be brought to optimum moisture

content by spraying with water if too dry, and aeration if too wet.

E. Mixing: Thoroughly mix each lift to assure uniform distribution of water content.

F. Allow for Shrinkage & Subsidence: Bring fills to suitable elevations above required grades to provide for effects of shrinkage and settlement.

G. Relative Compaction Requirements:

1. Slabs & Pavement Subgrades: For all areas designated to receive slabs and pavement and within a perimeter five (5) feet outside these areas, each lift shall be compacted to a minimum of 90% of maximum density as determined by ASTM D1557-78.

2. Planting Areas: Where fill is required in planting areas each lift shall be compacted to a minimum of 85% maximum density.

3. Mechanical Equipment: Perform all compaction by suitable mechanical equipment and methods approved by the Soils Engineer.

H. Contractor's Responsibility: During the grading operations, inspection and field tests will be carried on by

the Soils Engineer. However, Contractor is responsible to ensure obtaining the required degree of compaction and the proper moisture content. Where compaction of less than the specified percentage is found, additional compaction effort shall be made with adjustment of the moisture content as necessary until the minimum specified compaction is obtained.

1. Over-excavation Due to Unsuitable Materials: Excessively wet material, material in any soft or spongy spots, and material in standing water shall be over-excavated to such depth as directed by the Soils Engineer and replaced with suitable material, properly compacted, all at no additional cost to the City.

3.05 EXCAVATION: Contractor shall perform all necessary excavation work for footings and slabs and shall perform

all additional excavation work necessary to provide ample room for the installation of concrete forms where required. The bottom of all excavations shall be level and free from loose material, and shall be brought to the indicated or required grades in undisturbed earth. All excavations shall be kept free of standing water. Contractor shall perform all pumping, draining, and dewatering as may be necessary to keep excavations free of standing

Page 51: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Grading Page 5 Section 02210

water while carrying on the Work. Should excavations for footings, through error, be excavated to a greater depth or size than indicated or required, such additional depth or size shall be filled with concrete at Contractor's expense.

3.06 OPEN TRENCH OPERATIONS: Shall conform to Standard Specifications Section 306-1 Open Trench

Operations, as modified by the following:

A. General: Add the following to Standard Specifications Section 306-1.1.1 General: 1. All excavation shall be made to the lines and grades shown on the Plans. Trenches shall

come no closer than 1 foot to the toe of a gutter unless otherwise approved by the Park Projects Inspector.

2. When the trench is close to an existing pole mounted light, catch basin, or other structure that is to remain, Contractor shall brace the adjacent structure as necessary to prevent dislocation of such structures. In the area of any such structures, the trench backfill shall be compacted to 95% to the full depth of the structure.

3. Ponding or jetting of backfill is not allowed unless specifically shown on the Plans.

B. Replacement of Surface Improvements: Add the following to Standard Specifications Section 306-1.1.5 Trench Resurfacing:

“Replacement of bituminous pavement and base material over trenches shall conform to Public Works Department Standard Drawing No. 453.”

C. Unsuitable Material: Add new subsection 306-1.1.7 as follows:

3.06-1.1.7 Unsuitable Material. The conditions and requirements for the determination and disposition of unsuitable material encountered during open trench operations shall be in accordance with Standard Specifications Section 300-2.2 Unsuitable Material.

D. Pipe Bedding: Unless otherwise shown on the Plans, pipe bedding shall conform to Public Works

Department Standard Drawing No. 452, Case I.

E. Trench Backfill: Shall conform to Public Works Department Standard Drawing No. 453. and Standard Specifications Section 306-1.3 Backfill & Densification. Trench backfill shall be completed as soon as possible after the pipe has been installed, and in existing streets there shall be no more than 200 feet of open and/or uncompacted trench at the end of any calendar day. Contractor’s operations shall be adequate to ensure 2-way traffic at all street intersections during all phases of construction.

F. Compaction of Backfill Over VCP an Other Utilities: Mechanical compaction of backfill using impact type

pavement breakers (stompers) will not be permitted within the first 4 feet of backfill over Vitrified Clay Pipe (VCP). Such backfill shall be compacted by other means. All trench backfill over underground utilities shall conform to the applicable Technical Specifications section for that utility.

G. Temporary Resurfacing: Shall be required only at times and locations during construction as determined by

the Parks, Recreation & Community Services Department Representative. If required, payment for such temporary resurfacing shall be the stipulated price of $40 per ton of temporary resurfacing in place and shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary materials.

3.07 FOOTINGS: Footings may be poured against undisturbed soil if the Soils Engineer approves. 3.08 BACKFILLING:

A. Material: Select site material, free from large stones and clods, shall be used for backfill of trenches and excavations. All backfill material shall be as approved by the Soils Engineer.

B. Pre-Conditioning and Placement:

1. Layers of backfill shall be pre-conditioned by moistening with water, the amount of water is to be controlled to insure optimum moisture conditions for the type of fill material used. Excess water causing saturated earth beneath footings, walks, and curbs is unacceptable.

Page 52: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Grading Page 6 Section 02210

2. Backfill shall be deposited in layers of maximum six inch thickness. 3. Backfill shall be compacted by suitable means to a minimum relative compaction of 90%. 4. All trenches shall be backfilled in accordance with this Section, and may be tested at the discretion of

the Engineer. 3.09 D.G. PAVING: Decomposed granite paving shall be mixed with stabilizer per the manufacturer’s

recommendations and specifications. Application rate for stabilizer shall be as specified by the manufacturer for heavy traffic areas. D.G. shall be placed after mow curbs have been installed and prior to fine grading and hydroseeding of adjacent landscape areas. Throughout the construction period, Contractor shall maintain the D.G. paving free of ruts, dips, holes, weeds, and other imperfections, until Final Acceptance of the Work.

3.10 FINE GRADING: Fine grading, as specified under this Section, is a separate operation from finish grading as

specified under Section 02480 Planting. Fine Grading Work is to commence upon completion of all trenching and backfill operations, and prior to soil preparation. Upon completion of Fine Grading Work all areas shall slope to drain without water pockets or irregularities and shall conform to the intent of all Plans and Specifications after thorough settlement and compaction of the soil. Fine grading shall allow for Soil Preparation Work as specified under Section 02480 Planting, such that finish grades shall meet the elevations indicated on the Plans. Tolerance for fine grading is ¼ inch, plus or minus. All corrections to the Grading Work required to obtain proper drainage and to bring it into conformance with the intent of the Plans and Specifications and City codes shall be performed by Contractor at no additional cost to City.

3.11 DUST AND NOISE ABATEMENT: During the entire construction period, site areas shall be kept sprinkled as

necessary to reduce dust in the air and annoyance to surrounding properties. Adhere to the requirements of City ordinances for dust and noise control.

END OF SECTION 02210.MAS 04/15/10

Page 53: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 1 Section 02442

SECTION 02442 - IRRIGATION, NETAFIM DRIP PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction",

current edition, shall apply except as modified herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Irrigation Work including Netafim Drip as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Pothole and verify locations of all underground utilities prior to commencing with any excavation and

trenching operations; • Trenching and backfilling; • Furnishing and installing new fully operational automatically controlled irrigation systems, including all

backflow preventers, mains, laterals, fittings, dripper lines, remote control valves, flushing valves, air/vacuum relief valves, quick coupling valves, isolation valves, valve boxes, controller, controller enclosure, backflow enclosure etc., all as necessary to provide complete operating irrigation systems for all planting areas within the Work Limits;

• 120 volt electrical service for and connection to the controller; • Connections to existing water sources; • Coordination with Work of other Sections; • Pressure testing of mainlines and operational testing of systems; • Clean-up; • Turn-over items and spare parts; • Replacements, Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK:

Submittals Section 01300 Clear and Grub and Selective Demolition Section 02110 Grading Section 02210 Planting Section 02480 Concrete, Paving and Curbs Section 02515

1.04 SUBMITTALS:

A. Materials List: At the preconstruction conference Contractor shall submit a complete materials list together with manufacturer’s technical product data and installation instructions for irrigation system materials and products. Such submittals shall be submitted for the review and approval by the Parks Department Representative prior to the Contractor proceeding with any Work. Catalog data and full descriptive literature must also be submitted whenever the use of items different than those specified is requested (see requirements for Proposed Substitutions). Unless the PVC pipe manufacturer has previously been approved and used on other projects by the City, a notarized certificate must be submitted by plastic pipe and fitting manufacturer indicating that their materials comply with the Project Specifications. Material list shall be submitted using the following format:

Item Description Manufacturer Model No. 1 Pressure Supply Line Lasco Sch. 40 2 Remote Control Valve Rainbird Model 075DV etc. etc. etc. etc.

B. Proposed Substitutions: See Special Provisions, Section 4-1.6.1 Proposed Substitutions.

C. "Approved Equal": See Special Provisions, Section 4-1.6.2 Approved Equal.

D. "Record" Prints:

1. Record accurately on one set of blue-line prints all changes in the Work constituting departures from the Plans, including changes in pressure and non-pressure line locations.

2. The changes and dimensions shall be recorded in a legible and workmanlike manner to the satisfaction of the Parks Department Representative. Prior to final inspection of the Work, submit "record" prints to City for approval.

3. Dimension from two permanent points of reference (buildings, monuments, sidewalks, curbs,

Page 54: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 2 Section 02442

pavement, etc.). Data to be shown on "record" prints shall be recorded day-to-day as the project is being installed.

4. Show locations and depths of the following items: a) Point of connection. b) Routing of irrigation pressure lines (dimension maximum 100 feet along routing). c) Gate valves. d) Irrigation remote control valves. e) Quick coupling valves. f) Routing of control wires. g) Related equipment (as may be directed).

5. Maintain record prints on site at all times.

E. Maintenance Data: At the final acceptance inspection, submit maintenance data and parts list for irrigation system materials and products. Include maintenance data, product data, any shop drawings and ‘As-Built Plans’ in a maintenance and operation manual per the requirements of Subsection 1.06 TURNOVER ITEMS, Paragraph B. Operation and Maintenance Manual below.

1.05 INSPECTIONS: A. Inspections will be required for:

1. Pressure test of irrigation main line prior to backfill of trenches. 2. Operational test of Netafim Techlines prior to backfill. 3. Substantial completion/start of maintenance. 4. Final acceptance.

B. Inspection Requests: Contractor shall notify the Park Projects Inspector in advance for requesting all

inspections as follows: 1. Pressure supply line installation and testing - 36 hours (1-1/2 working days) 2. System layout - 36 hours (1-1/2 working days) 3. Coverage tests - 36 hours (1-1/2 working days) 4. Final Inspection - 48 hours (two working days)

C. Evidence of Inspection by Others: When inspections have been conducted by other than the Park Projects

Inspector, Contractor shall show evidence of when and by whom these inspections were made.

D. Requirements for Inspection: No inspection is to commence without "record" prints available on the site. In the event Contractor calls for an inspection without up to date "record" prints, without completing previously noted corrections, and/or without preparing the system for inspection, the inspection may be cancelled and Contractor back charged for the direct costs of all City personnel time, at the discretion of the Parks Department Representative.

E. Closing in Uninspected Work: Do not allow or cause any of the Work of this Section to be covered up or

enclosed until it has been inspected, tested and approved by the Park Projects Inspector.

F. Operational Test: When the irrigation system is completed, but prior to backfill of either soils and/or mulch over the dripper lines, Contractor shall perform an operational test in the presence of the Park Projects Inspector to determine if the water coverage for planting areas is complete and adequate. This test must be accepted by the Park Projects Inspector before backfill and planting operations may commence.

G. Hydrostatic test:

1. Prior to the installation of any valves, all pressure lines shall be tested under a hydrostatic pressure of 150 psi for a period of not less than two hours, with all ends of lines capped and the line fully charged with water after all air has been expelled from the line.

2. All hydrostatic tests shall be performed in the presence of the Park Projects Inspector or Inspector's designated representative. No pressure line shall be backfilled until it has been inspected, tested, approved in writing, and the mainline and valve locations have been recorded on the "record" prints with dimensions from a minimum of two fixed points to each valve.

3. Contractor shall furnish the necessary force pump and all other test equipment, and shall perform the test.

Page 55: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 3 Section 02442

1.06 TURNOVER ITEMS: A. Controller Charts:

1. "Record" prints must be approved by the Parks Department Representative before charts are prepared.

2. Provide one controller chart for each automatic controller. The chart shall show the entire area covered by the controller, preferably in a single sheet. The chart shall be a reduced copy of the approved "record" print. Reduce the print to a size that is the maximum dimensions that will fit within the controller door without folding. If the controller sequence is illegible at this reduction scale, the chart may be provided as a "multi-sheet" chart to provide adequate legibility.

3. Each control station on the Chart shall be marked with a different color to show its area of coverage. 4. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic,

each piece being minimum 20 mils in thickness. The chart shall be installed in the controller enclosure using Velcro fasteners, and three different color grease pencils (red, black and blue) shall be provided in the enclosure for maintenance notations on the chart.

5. Controller charts shall be completed prior to the final acceptance inspection.

B. Operation and Maintenance Manuals: Within a minimum of 14 calendar days prior to acceptance of construction, prepare and deliver to the Parks Department Representative all required descriptive materials, properly prepared in two individually bound copies of the operation and maintenance manual. The manual shall describe the material installed and shall be in sufficient detail to permit operating personnel to identify, operate, and maintain all equipment. Spare parts lists and related manufacturer's information shall be included for each equipment item installed. Each complete, bound manual shall include the following information: 1. Index sheet stating Contractor's address and telephone number, including names and addresses and

telephone numbers of local manufacturer's representatives. 2. Complete operating and maintenance instructions on all major equipment.

C. Spare Parts: The following items shall be supplied as part of this Contract and shall be turned over to the

Park Projects Inspector at the conclusion of the Project at the Final Acceptance Inspection. Include a list of each part with appropriate part number (for ordering replacement products) and the name, address and telephone number of a local supply source where the listed parts can be purchased: 1. One plastic handled punch; 2. Length of dripper tubing equivalent to 5% of the total footage installed (minimum one hundred feet) of

dripper tubing for each dripper interval and discharge rate installed on the project; 3. One dozen barbed couplings; 4. One dozen barbed 90° elbow fittings; 5. One dozen barbed tee fittings; 6. One dozen barbed cross fittings; 7. One dozen double barbed adapters with 3/4" FPT; 8. One spare filter element for each of the mesh sizes used on the project; 9. One spare line flushing valve; 10. Two regulator springs of the colored and regulating pressure for each type/size used on the project; 11. Two dozen dripper plug rings and 6" wire staples; 12. Two keys for each type of automatic controller; 13. Two quick coupler "quills" with a 3/4" bronze hose bib, bent nose type with hand wheel and two quick

coupler locking lid keys; 14. One valve box cover key; 15. "Record" prints and Mylar ‘As-Built Plans’; 16. Lock-off and/or remove and turn over backflow device valve handles; 17. Documentation of Water Department's inspection and acceptance of backflow device.

1.07 GUARANTEE:

A. General: The entire irrigation system, including all Work done under this Contract, shall be guaranteed against all defects and fault of material and workmanship for a period of one (1) year following Final Acceptance of the Work as documented by the Notice of Completion filed with the Riverside County Recorder's Office. All materials used shall carry a manufacturer's guarantee of one (1) year. Should any problem with the irrigation system be discovered within the guarantee period, it shall be corrected by Contractor at no additional expense to City within fourteen (14) calendar days of receipt of written notice from City. When the nature of the repairs constitute an emergency (e.g. broken pressure line) as

Page 56: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 4 Section 02442

determined by the Director, City may proceed to make repairs at Contractor's expense. Any and all damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the Parks Department Representative by Contractor, all at no additional cost to City.

B. Form of Guarantee: Guarantee shall be submitted on Contractors own letterhead as follows:

GUARANTEE FOR IRRIGATION SYSTEMS PROJECT: Villegas Park ADA Concrete Walkway Improvements LOCATION: 3091 Esperanza Street, Riverside, CA 92504 We hereby guarantee the irrigation systems we have furnished and installed against defects in materials and workmanship, ordinary wear and tear and unusual abuse, or neglect excepted, and that the Work has been completed in accordance with the Plans and Specifications. We agree to repair or replace any or all of the Work, together with any other adjacent Work which may be displaced by so doing, that may prove to be defective in its workmanship or materials within a period of one (1) year after the date the Notice of Completion for the above named Project is filed with the County Recorder by the City of Riverside, California, at no additional cost to City. We shall make such repairs or replacements within 14 calendar days following written notification by City. When the immediate repair or replacement of the Work is necessary to ensure the public safety and welfare, which could be endangered by continued usage of the improvements, such circumstance will be deemed an operational emergency. In the event of such an emergency, after City contacts our firm and after authorizing 24 hours to initiate repairs, if we fail to initiate and diligently complete such repairs in a timely manner, the Director may direct City forces to perform such functions as the Director may deem necessary to correct the Work and immediately place the facility back in operational condition. If such procedure is implemented, we shall bear all expenses incurred by City. In all cases, the judgment of the Director shall be final in determining whether an operational emergency exists. In the event of our failure to make such repairs or replacements within the time specified after receipt of written notice from City (other than an operational emergency), we authorize City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefor upon demand.

SIGNED:

ADDRESS:

PHONE:

C. Operational Instruction: After the system has been completed, Contractor shall instruct the Parks

Department Representative in the proper operation and maintenance of the systems and shall furnish a complete set of written operating instructions.

D. Trench Settlement: Any settling of trenches which may occur during the one-year period following final

acceptance of the Work shall be repaired to City's satisfaction by Contractor without any additional expense to City. Repairs shall include the complete restoration of all planting, paving or other improvements of any kind which are damaged as a result of the Work.

PART 2 - MATERIALS 2.01 GENERAL: All materials shall conform with Section 212 - 2 IRRIGATION SYSTEM MATERIALS of the Standard

Specification except as modified herein.

Page 57: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 5 Section 02442

2.02 PIPE AND FITTINGS:

A. General: 1. Solvent weld and ring type pipe shall not be used together on the same pressure supply line. 2. Constant pressure supply lines 1-1/2 inches in diameter and smaller shall be minimum schedule 40

PVC. 3. Intermittent pressure lateral lines shall be minimum schedule 40 PVC.

B. Steel Pipe: Amend Standard Specifications Section 212-2.1.2 Steel Pipe to read:

"All steel pipe shall be hot-dipped galvanized,....", and add: "All fittings for steel pipe shall be 250 pound rated galvanized malleable iron, banded pattern. Pipe sizes indicated on the Plans are nominal inside diameter, unless otherwise noted."

C. Plastic Pipe:

1. Add the following to Standard Specifications Section 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings:

"All plastic pipe shall bear the following markings: manufacturer's name, nominal pipe size, schedule or class, type of material, pressure rating in PSI, NSF seal of approval, and date of extrusion."

2. Amend Standard Specifications Section 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings to read:

"Except where noted otherwise, all plastic pipe fittings shall be standard weight schedule 40 and shall be injection molded of an improved PVC fitting compound. All threaded plastic fittings shall have injection molded threads. No cut threads will be accepted on PVC pipe and fittings. All tees and ells shall be manufactured in injection molds that are sidegated. All threaded nipples shall be standard weight schedule 80 with molded threads. "

3. Amend first sentence of Standard Specifications Section 212-2.1.4 Plastic Pipe for Use with Rubber Ring Gaskets to read:

"All rubber gasket PVC pipe, couplings, and fittings shall conform to ASTM D 2241 Type 1, Grade 1, 2000-PSI design stress"; and add the following to the Section: "Couplings, rubber gaskets, and fittings shall be as approved by the pipe manufacturer. Ring-type rubber gasket couplings shall permit a five (5) degree deflection of the pipe at each coupling (2-1/2 degrees each side) without ex-filtration or infiltration, cracking or breaking."

D. Dripper Line and Fittings: Add the following new subsection to Standard Specifications Section 212-2.1

Pipe and Fittings: “212-2.1.7 Polyethylene Pipe and Fittings Used For Dripperline. All polyethylene pipe used for

dripperline shall be continuously self-flushing, pressure-compensating dripperline consisting of nominal sized one-half inch low density, ultra-violet-resistant, linear polyethylene tubing with internal pressure compensating, continuously self-flushing, integral drip emitters. The tubing shall be brown in color and conform to an outside diameter (O.D.) of 0.67 inches, and an inside diameter (I.D.) of 0.57 inches. The emitters shall have the ability to independently regulate discharge rates, with an input pressure of seven (7) to seventy (70) psi, at a constant flow and with a coefficient of variability (Cv) of 0.03. The emitter discharge rate shall be 0.92 gallons per hour (gph), utilizing a combination turbulent flow/reduced pressure compensation cell mechanism and a diaphragm to maintain uniform discharge rates. The emitters shall continuously clean themselves while in operation. The dripper line shall be provided with 12 inch spacing between emitters (i.e. 12" dripper interval).

Dripper line shall be Techline as manufactured by Netafim Irrigation, Inc., (1-800-395-4477), or City approved equal.

Insert barbed fittings for use with Techline shall be constructed of molded, ultra-violet-resistent, brown colored plastic having a nominal inside dimension (I.D.) of .57" (17 mm). Each fitting shall have a minimum of two ridges or barbs per outlet. All fittings shall be of one manufacturer and shall be available in the following configurations: ell, tee, cross, coupling, single barb to 3/4" MPT adapter, double barb to 3/4" FPT adapter, and double barb to 3/4" MPT adapter.

Specialty fittings shall include: line end figure 8, dripper plug ring, emitter micro-tubing adapter, 6" wire staple, and barb x barb Techline shut off valve. All barbed insert fittings shall be as manufactured by Netafim Irrigation, Inc., or City approved equal.”

E. Stainless Steel Clamps: Tubing clamps shall be constructed of 304 AISI stainless steel and shall be single

Page 58: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 6 Section 02442

“ear” type. The “ear” shall be capable of being pinched with a pinching tool to secure the tubing around the insert barbed fitting. Interior clamp wall shall be smooth to prevent crimping or pinching of tubing. Wall thickness of clamps shall be 0.0236" (0.6 mm) with an overall band width of 1/4" (7 mm).

2.03 VALVES, FILTERS AND VALVE BOXES:

A. Valves: 1. Isolation Valves: All isolation valves shall be bronze, threaded fitting, ball valves capable of

withstanding a maximum working pressure of not less than 400 psi, shall operate with a rugged steel handle providing a rapid 1/4 turn on/off control, model 6800, line sized, as manufactured by Watts Regulator Inc., Andover, MA, or City approved equal.

2. Quick-Coupling Valves: Add the following to Standard Specifications Section 212-2.2.6 Quick

Coupling Valves and Assemblies: Quick coupling valves shall have locking vinyl cover and shall be 1" in size.

3. Remote Control Valves: Revise Standard Specifications Section 212-2.2.4 Remote Control Valves

to read: “Valves shall be double-filtered pilot-flow design, with external bleed capability to manually flush

the system of dirt and debris during installation and system start-up, as well as manual internal bleed capability to keep the valve box dry, and an operating range up to 125°F (52°C). Solenoid shall be encapsulated type, 24 VAC 50/60 cycle, with captured plunger and 90-mesh (200 microns) solenoid filter. Valve diaphragm shall be Buna-N, self-cleaning type, with 90 mesh (200 microns) pilot water filter and captive spring. Valve shall be capable of operating in low-flow drip irrigation applications, with flow rates as low as 0.2 to 22 gallon per minute at pressure range of 3.5 to 150 psi. Remote Control Valves shall be Model No. DRF as manufactured by Rainbird Products Inc., comparable model as manufactured by Toro Irrigation Products, or City approved equal.

4. Flushing Valves: Shall be automatic line flushing valves, capable of flushing one gallon of water at

the beginning of each irrigation cycle, maximum flow rate of 15 GPM, minimum pressure requirement of no more than 1.5 psi at line ends, and a maximum operating pressure of 57 psi at line ends. The valves shall be Model No. TL050MFV-1, with 1/2" MPT connection, as manufactured by Netafim Irrigation, Inc., or City approved equal.

5. Air/Vacuum Relief Valves: Shall be constructed of gray plastic with an internal sliding poppet valve

that is capable of venting air or vacuum to the atmosphere only. The main body shall have a 1/2" male pipe thread (MPT). Operating pressure range for the air/vacuum relief valve shall be 7 psi minimum and 140 psi maximum. Air/vacuum relief valves shall be Model No. TLAVRV, as manufactured by Netafim Irrigation, Inc., or City approved equal.

6. Pressure Regulator Valves: Shall be Netafim piston-type units with an externally accessible

regulation unit that can be serviced without removing the valve from the system. The pressure regulator shall have a built in indicator that shows when the proper outlet pressure has been reached. It shall respond immediately to any inlet pressure variation. The pressure regulator shall be capable of regulating downstream pressure from 15 psi to 50 psi using interchangeable, color-coded regulating springs. Maximum upstream pressure shall not exceed 120 pasi. The pressure regulator shall be either low flow Model No. PRV075LF20 for valve stations with less than 5.0 GPM flow, or Model No. PRV075HF20 for valve stations with _5.0 GPM rate of flow, as manufactured by Netafim Irrigation, Inc., or City approved equal.

B. Filters: Filters shall be a disc or screen type filter, mesh size as noted on the plan (or minimum 140 mesh if

not so noted), molded of high impact plastic with male pipe threads (MPT) for both inlet and outlet ports, and shall be provided with a threaded cap on one end of the body for periodic servicing. Filter body shall be co-molded with a manual shut-off valve capable of closing off the inlet port so the disc/screen element can be removed with the main line still pressurized. The filters shall be Model No. as noted on the Plans (or if not noted, shall be DFV075-140) as manufactured by Netafim Irrigation Inc., with a correspondingly sized Wye Strainer as manufactured by Toro Irrigation Products, or City approved equal.

Page 59: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 7 Section 02442

C. Boxes: 1. Concrete Valve Boxes: Add the following to Standard Specifications Section 212-2.2.7 Valve Boxes:

Concrete valve box shall be either rectangular with non-hinged locking cast-iron cover, or round with non-hinged cast-iron cover, as specified for use with designated valve types. Cast-iron covers shall valve type designation stenciled in two-inch-high (2") letters/numerals on cover using epoxy resin base paint of a contrasting color. Gate valve boxes shall be marked either "Gate Valve" or "G. V." with letters cast into or painted on the cover. Master control valve box shall be marked either “M.C.V” or “Master Valve”.

2. Plastic Valve Boxes:

a) General: Valve boxes and covers shall be fabricated from a durable plastic material resistant to weather, sunlight and chemical reactions. The covers shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. The box covers shall be factory embossed for the designated use and stenciled by the installer with 2" high letters in a contrasting color as noted below. Boxes and covers shall be as manufactured by AMETEK or City approved equal.

b) Rectangular Plastic Boxes and Covers: Shall be a minimum of 12" wide x 18 long", with depths

as necessary to protect the valve and provide the clear dimensions as detailed and/or specified. The covers shall be embossed with words or initials to identify the use for the box (e.g. "Flushing Valve" or the letters "F.V.") as noted on the Plans.

c) Round Plastic Boxes and Covers: Shall be minimum 12" diameter, round boxes with covers

embossed with words to identify the use for the box (e.g. "Quick Coupler Valve" or the letters "Q.C.V.", and Air/Vacuum Relief Valve or the letters “A.V.R.V.”) and shall be marked as noted on the Plans.

2.04 IRRIGATION HEADS: All irrigation heads shall be as shown on the Plans and shall conform with Section

212-2.4 Sprinkler Equipment of the Standard Specifications. 2.05 ELECTRICAL MATERIALS:

A. Conduit: Amend Standard Specifications Section 212-3.2.1 Conduit to read: All conduits below grade shall be schedule 40 PVC of sufficient size to carry all proposed wiring. Conduit above grade shall be galvanized steel per the Standard Specifications. Low Voltage (24 volt) wiring shall be provided with a separate conduit/sleeve from both high voltage wiring (110/120 volt and higher) and the irrigation mainline sleeve.

B. Electrical Service: Materials for electrical service shall comply with the standard specifications, governing

utility agency standards, and requirements of all applicable codes.

C. Wire: Add the following to Standard Specifications Section 212-3.2.2 Conductors: "All low voltage conductors shall be 14 gauge for control and 12 gauge for common wires. All low voltage common wire shall be white with a colored stripe. Stripe color shall be different for each controller installed. All low voltage control wire shall be of one color other than white or green. A different color control wire shall be used for each controller installed."

PART 3 - EXECUTION 3.01 GENERAL: All Work shall conform with Section 308 LANDSCAPE AND IRRIGATION INSTALLATION of the

Standard Specifications except as modified herein. No Work of this Section other than sleeving under pavement shall commence prior to the completion and acceptance of all Grading Work.

Add the following to Standard Specifications Section 308-5.1 General:

A. Irrigation System Design & Water Supply:

1. The irrigation system design is based upon a minimum available water pressure of p.s.i. at a flow

Page 60: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 8 Section 02442

rate of g.p.m. Individual stations are designed to this minimum p.s.i. The system is also designed to withstand a maximum operating pressure of 140 p.s.i. Contractor shall verify the size of the existing water supply/meter and the existing operating water pressure at the water supply location shown on the Plans prior to starting construction. Contractor shall notify the Park Projects Inspector in writing of any discrepancies noted. Failure to provide such written notification may cause Contractor to provide for modifications to the irrigation system as necessary to provide for a fully operational system providing 100% coverage at the operating pressure available, all at no additional cost to City.

2. Connection to, or the installation of, the water supply shall be at the location shown on the Plans. Minor changes caused by actual site conditions shall be made at no additional cost to City.

B. Electrical Service: Contractor shall provide electrical service as necessary and make 120 V connections to

the irrigation controllers. Coordinate with Public Utilities Department, Electric Division for this “non-metered” service.

C. Code Requirements: Prior to all Work of this Section, Contractor shall carefully inspect the installed Work

of all other trades and verify that all such Work is complete to the point where this installation may properly commence. Verify that the irrigation system may be installed in strict accordance with all pertinent codes and regulations, the original design, the referenced standards, and the manufacturer's recommendations.

In the event any equipment or methods indicated on the Plans or in the Specifications is in conflict with local codes, immediately notify the Park Projects Inspector prior to installing the Work. If this notification is not provided, Contractor shall assume full responsibility for the cost of all revisions necessary to comply with all codes.

D. Grades: Before starting Work of this Section, Contractor shall obtain the written acceptance of the Park

Projects Inspector of the grades, and written authorization for the Work of this Section to proceed. Contractor is to keep within the specified material depths with respect to finish grade. Failure to obtain such written acceptance may subject Contractor to adjusting the grades or depth of lines in order to achieve acceptable depths of cover, all as directed by the Park Projects Inspector and at no additional cost to City.

E. Coordination with Work of Other Trades: Verify all equipment dimensions and make all necessary

measurements in the field to ensure precise fit of items in accordance with the original design. Contractor shall coordinate the installation of all irrigation materials with all other Work. Special attention shall be given to coordination of piping and dripper line locations versus tree locations and sleeve locations versus pavement installation to avoid conflicts.

F. Maintain Record Prints: Contractor shall maintain "record" prints on site at all times. Upon completion of

the Work, transfer all "record" information on changes and dimensions to either sepia Mylar or photo Mylar prints to serve as ‘As-Built Plans’. The changes and dimensions shall be recorded in a legible and workmanlike manner, to the satisfaction of the Park Projects Inspector.

3.02 TRENCHING AND BACKFILLING:

A. Trenching: 1. Add the following to Standard Specifications Section 308-2.2 Trench Excavation and Backfill: Dig

trenches and support pipe continuously on bottom of ditch. (Note: See Subsection 3.03 Pipe Installation, subparagrah C. Dripper Line, below regarding “on-grade” installation of dripper lines.) Where lines occur under paved areas, depth dimensions shall be considered below pavement subgrade.

2. Amend Standard Specifications Section 308-2.2, Subparagraph 2 Waterlines continuously

pressurized) to read: Water lines continuously pressurized - minimum 18 inches, maximum 24 inches. (These measurements are to be from subgrade elevation for piping under pavement.)

3. Amend Standard Specifications Section 308-2.2, Subparagraph 3 Lateral sprinkler lines) to read:

Lateral irrigation lines - minimum 12 inches and maximum 16 inches. 4. Add to Standard Specifications Section 308-2.2, new Subparagraph 4 as follows:

"4) Dripper lines - 4 inches below finish grade (allow for 2" of topsoil backfill and 2" of mulch)."

Page 61: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 9 Section 02442

5. Add the following to Standard Specifications Section 308-2.2 Trench Excavation and Backfill: Where it is necessary to excavate adjacent to existing trees and underground utilities, Contractor shall avoid injury to trees and tree roots and damage to utilities. Contractor shall pothole all underground utilities within the planter areas prior to commencing with any digging and/or trenching. Excavation in areas where 2-inch and larger roots and underground utilities with less than 3' of cover (measured from finish grade) occur shall be done by hand. All roots 2 inches and larger in diameter and underground utilities shall be tunneled under and tree roots shall be heavily wrapped with wet burlap to prevent scarring or drying. Where trenching machine is run close to trees having roots smaller than 2 inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making a clean cut through the roots. Trenches adjacent to trees shall be closed within 24 hours.

6. Permanent Resurfacing: Add the following to Standard Specifications Section 308-5.1 General: All

surface improvements damaged or removed as a result of Contractor's operations shall be reconstructed by Contractor to the same dimensions, except for pavement thickness, and with the same type materials used in the original Work. Trench resurfacing shall be 1 inch greater in thickness than existing pavement. Concrete pavement shall be removed and replaced in "full panels" with no horizontal dimension less than five (5) feet. Contractor shall review the planned limits and lines of concrete removal and replacement with the Public Works and Park Projects Inspectors prior to sawcutting for Removal Work.

B. Backfill:

1. Amend Standard Specifications Section 308-2.2 Trench Excavation and Backfill to read: " Backfill shall be uniformly tamped in 4-inch layers under and around the pipe for the full width of the trench and the full length of the pipe. Materials shall be sufficiently damp to permit thorough compaction, free of voids. Backfill shall be compacted to dry density equal to adjacent undisturbed soil and shall conform to adjacent grades."

2. Add the following to Standard Specifications Section 308-2.2 Trench Excavation and Backfill:

a) Flooding in lieu of tamping is not allowed without specific prior written approval of the Park Projects Inspector.

b) Under no circumstances shall the wheels of any vehicle not designed for the purpose of soils compaction be used to compact backfill.

3.03 PIPE INSTALLATION:

A. General: Add the following to Standard Specifications Section 308-5.2.1 Irrigation Pipeline Installation, General: 1. Piping under existing pavement may be installed by jacking, boring, or hydraulic driving. However, no

hydraulic driving is permitted under asphaltic concrete pavement. 2. Cutting or breaking of existing pavement will require the prior approval of the Public Works and Park

Projects Inspectors. When approved, all necessary repairs and replacements will be made at no additional cost to City.

3. Carefully inspect all pipe and fittings before installation, removing all dirt, scale and burrs and reaming; install pipe with all markings up for visual inspection and verification.

4. Contractor shall install concrete thrust blocking per the manufacturer's recommendations at all changes of direction and terminal points of pressure pipe.

5. Parallel lines shall not be installed directly over one another. Provide a minimum of 12" horizontal separation for all parallel lines.

6. For plastic-to-metal connections, work the metal connections first. Use a non-hardening pipe dope on all threaded plastic-to-metal connections, except where noted otherwise.

7. All piping under pavement shall be sleeved using schedule 40 PVC sleeves. Each line shall be separately sleeved, and control wire shall be sleeved separately from piping.

8. Do not install multiple assemblies ("manifold") on plastic lines. Provide each equipment assembly (e.g. RCV, quick coupler, isolation valve, head, backflow device) with its own connection to its service line.

B. Plastic Pipe: Add the following to Standard Specifications Section 308-5.2.3 Plastic Pipeline:

Exercise care in handling, loading, unloading and storing plastic pipe and fittings, store plastic pipe and fittings under cover until ready to install; transport plastic pipe on a vehicle with a bed long enough to

Page 62: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 10 Section 02442

allow pipe to lay flat, avoid undue bending and any concentrated external load."

C. Dripper Line: Add the following to Standard Specifications Section 308-5.2.3 Plastic Pipeline: 1. Techline “on-Grade” Installation: Dripper line tubing shall be installed “on-grade” at the point that all

planter areas are at a subgrade elevation of 5" below the elevation of the adjacent top of curb (T.C. elevations), and all PVC irrigation lines, control wire, all valves (except AVRV’s), and all trees have been installed. Place tubing at the lateral spacing indicated on the plans and secure with 6" staples at maximum 5 foot intervals along the length of each dripper line. Upon completion of tubing and AVRV installation, and before installation of the flushing valves, flush the entire system to remove any dirt or sediment that may have entered the system during installation. After installation of the flushing valves, but prior to backfilling the planter areas, Contractor shall open each remote control valve and operate each circuit to check for leakage at all barbed and threaded PVC fittings, making necessary repairs to eliminate all leaks. Contractor shall retest systems where leaks were repaired before commencing with inspections. Contractor shall obtain the inspection and acceptance of the system by the Park Projects Inspector through demonstration of the proper operational condition of the system. After acceptance of the operational test by the Park Projects Inspector, Contractor shall backfill all planter areas to provide 2" of mulch over 2" of topsoil cover over all dripper techlines.

2. Emitters: Install dripper line tubing with the water outlets facing upward, and spaced in such a

manner as to form a triangular pattern between parallel tubing laterals. In irregular areas, some water outlets may end up too close to fixed improvements and may have to be capped off with a dripper plug ring.

3. Barbed Fittings: Connect dripper tubing to barbed fittings by pushing on and over both barbs until the

tubing has seated against another piece of tubing or has butted against another portion of the barbed fitting. For systems where water pressures exceed 45 psi, use stainless steel clamps on all barbed fittings, placing the clamp between the first and second ridge of the barbed fitting, and double crimping the “ear” of the clamp tightly to ensure it seats properly.

3.04 VALVE AND VALVE BOX INSTALLATION:

A. Valves: 1. Amend Standard Specifications Section 308-5.3 Installation of Valves, Valve Boxes, and Special

Equipment to read: Valves shall be the same size as the pipeline in which valves are installed unless otherwise specified. Valves shall be installed a minimum of three feet in horizontal distance apart, each with its own connection to the pressure main line.

2. Amend Standard Specifications Section 308-5.3 Installation of Valves, Valve Boxes, and Special

Equipment to read: Install quick couplers and valve boxes per the Park and Recreation Department's standard details.

3. Add the following to Standard Specifications Section 308-5.3 Installation of Valves, Valve Boxes,

and Special Equipment: All valves, valve boxes, equipment and enclosures shall be installed in designated planter areas.

4. Pressure Regulator Valve: Install a pressure regulator valve below grade, downstream of, and in line

with, each remote control valve. Wherever possible, place the regulator in the same valve box with the arrow pointing in the direction of water flow. Provide not less than the equivalent of three valve body lengths of straight piping (i.e. no changes in line direction for this distance) on the downstream side of the regulator valve.

5. Filters: All filters installed on the project shall be of the same type, either wye strainer (Toro) or disc

filters (Netafim). Install each filter, horizontally level, below grade, upstream of the remote control valve and in the same valve box. The position of the filter within the box shall allow for the removal and replacement of the strainer/disc filters without removing the filter body from the line. Provide a minimum one cubic foot 3/4" gravel sump at each filter.

6. Line Flushing Valve: Install the line flushing valve horizontally level and below grade at the hydraulic

termination point(s) in each system, within a valve box, and with the dome shape of the valve facing

Page 63: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 11 Section 02442

upward. Provide a minimum one cubic foot 3/4" gravel sump in the valve box. 7. Air/Vacuum Relief Valve: Install the air/vacuum relief valve below grade and at the highest elevation

point(s) within each irrigation station/zone. Depending on the site conditions and tubing layout, more than one air/vacuum relief valve may be needed per station. Install the valve within a round valve box and provide a minimum one cubic foot 3/4" gravel sump for each valve.

B. Valve Boxes:

1. General: Valve boxes shall be sized and installed in a manner to provide a minimum of 2" clearance between the box and all pipelines and valve components and/or special equipment within the box. Valve boxes found resting on either the valve, special equipment or pipelines shall be cause for rejection of the installation.

2. Uses:

a) Concrete Valve Boxes: i) Rectangular: Unless noted otherwise on the Plans, all wire splices and each master

control valve shall be installed within a rectangular concrete valve box. ii) Round: All isolation ball valves shall be installed in round concrete valve boxes.

b) Plastic Valve Boxes: i) Rectangular: Unless noted otherwise on the Plans, each filter-remote control valve-

pressure regulator valve assembly, each tree bubbler station remote control valve, and each flush valve shall be installed within a rectangular plastic valve box. Contractor shall size boxes to accommodate equipment and minimum clearances and shown on the details and as specified.

ii) Round: Unless noted otherwise on the Plans, each quick coupler valve and air/vacuum relief valve shall be installed within a round plastic valve box.

3.06 IRRIGATION HEAD INSTALLATION: Amend Standard Specifications Section 308-5.4.1 Sprinkler Head

Installation and Adjustment, General to read: Irrigation heads shall be installed as designated on the Plans and per the Park and Recreation Department's standard details.

3.07 CONTROLLER INSTALLATION: Use the existing controller as noted on the Plans.

A. Coordination of Existing Controller Location with Electric Service Connection: Contractor shall coordinate each electric service with the corresponding existing controller location. Contractor shall verify the locations of 120V power prior to installing controller(s) and shall coordinate final assembly mounting locations with the needed utilities. Contractor shall furnish and install grounding rods and ground wires for each controller. Ground rods shall be installed a minimum of eight feet from their respective controller housing and the ground wire run back to the controller.

D. Controller Connections: Contractor shall inspect, test, and certify all low voltage control wire splices and

ground rod installations as applicable. Any repairs as necessary to provide properly operating wiring are to be made by Contractor at no additional cost to City. After repairs are satisfactorily completed, Contractor shall connect the ground wires to the ground rods and the controller(s).

E. Controller Programming: Following completion of the plant establishment period, the irrigation system shall

be programmed to operate during the periods of minimal use of the Project area (i.e., 11:00 p.m. through 6:00 a.m.).

3.08 WIRING:

A. Wiring: Add the following to Standard Specifications Section 308-5.5 Automatic Control System Installation: 1. All splice connections shall occur in a valve box. All wire runs between the valve and the controller

shall be a continuous run with no splices unless noted otherwise on the Plans. 2. All low voltage wiring splices shall be made-up as soldered connections, wrapped with a minimum of

two (2) layers of electrical tape and sealed with Scotch-coat. Scotch-lok, Uni-pack, Penn-tite, or other similar type connectors are not acceptable.

Page 64: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Bid No. 7446

Irrigation, Netafim Drip Page 12 Section 02442

3.09 MULCH/JUTE NETTING:

A. General: All planter areas served by Netafim irrigation shall be covered with a minimum 2" layer of mulch as specified. Where slopes exceed 5:1, and up to 2:1, in lieu of mulch cover, Netafim shall be covered with a minimum of 3" of soil and the soil surface shall be covered with Jute netting as specified.

B. Jute Netting: Add new Section to the Standard Specifications:

"308-4.9.6 Jute Netting. All slopes areas served by Netafim Irrigation and exceeding 5:1, and

all slopes exceeding 3:1, shall receive jute netting. Netting shall also be provided during the Plant Establishment Period, when and as directed by the Park Projects Inspector, along flow lines and other locations where erosion is evident. Jute netting shall be installed loosely, up and down the slope. The installed netting shall fit the soil surface contour and shall be held in place by 9-inch long, 11-gage (minimum) steel wire staples driven vertically into the soil at approximately 24-inch spacing. Jute netting strips shall overlap along the sides at least 6 inches. Ends of strips shall be buried into the soil at least 6 inches. Lap all ends of rolls a minimum of 24"."

3.09 FINISHING AND TESTING: Amend Standard Specifications Section 308-5.6.2 Pipeline Pressure Test to read:

Pressure test the mains - minimum 2 hours at 150 PSI. Add the following to Standard Specifications Section 308-5.6.2 Pipeline Pressure Test: Center-load all plastic pipe prior to pressure testing. The entire system shall be operating properly before any planting operations commence.

3.10 COMPLETION CLEANING: Add the following to Standard Specifications Section 308 LANDSCAPE AND

IRRIGATION INSTALLATION: Upon completion of the Work, Contractor shall smooth all ground surfaces, remove excess materials, rubbish, debris, etc., sweep adjacent streets, curbs, gutters, walkways and trails, and remove construction equipment from the premises.

END OF SECTION BJ/02442.MAS 06/20/97

Page 65: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Site Furnishing Page 1 Section 02461

SECTION 02461 - SITE FURNISHING PART 1 - GENERAL 1.01 RELATED DOCUMENTS:

A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein.

1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Site Furnishing Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Install new bleachers (if Additive Bid Item II-A is awarded); • Install all site furnishing; • Remove, refurbish and reinstall existing site furnishing as designated on the Plans; • Coordination with Work of other Sections; • Testing; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK:

Submittals Section 01300 Grading Section 02210 Concrete Section 02515

1.04 SHOP DRAWINGS: Contractor shall prepare and submit copies of Shop Drawings which show complete details

for all items requiring shop fabrication. Shop Drawings shall be prepared in accordance with Special Provisions Section 2-5.3 Shop Drawings.

1.05 GUARANTEE & PRODUCT LIABILITY INSURANCE:

A. Manufacturer: Shall guarantee all materials (and workmanship if installed by manufacturer) for a period of one (1) year exclusive of vandalism. Manufacturer(s) will be required to provide product liability insurance coverage in the minimum amounts of $3,000,000 per incident. Manufacturer(s) shall inspect all installation Work and provide written certification that equipment has been installed in accordance with manufacturer's specifications.

B. Contractor: Shall provide a one year written guarantee on Contractor's letter head for all materials, labor and workmanship, exclusive of vandalism. Contractor's written guarantee shall be submitted to the Park Projects Inspector at the final inspection prior to Final Acceptance of the Work.

1.06 SUBMITTALS:

A. Materials Lists/Manufacturer's Product Information: Contractor shall submit a complete list of materials along with the manufacturer's catalog cuts for all materials proposed for use in the Work at the preconstruction conference. Contractor shall also provide the Manufacturer's complete installation drawings including specifications and a replacement parts lists for all play equipment products proposed for the Project. Submit copies of all Manufacturers’ product information for each item specified for use in the Work per Tech. Spec. Section 01300 Submittals.

B. Proposed Substitutions: Submittals for Proposed Substitutions shall conform to Special Provisions

Section 4-1.6.1 Proposed Substitutions. Products proposed for substitution as "equals" to those specified are subject to the approval of the Parks Department Representative. If at the time proposed equals are delivered to the site it is determined by the Park Projects Inspector that the products are not equal to those specified, the unacceptable products shall be removed and products as specified provided by Contractor at no additional cost to City.

Page 66: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Site Furnishing Page 2 Section 02461

1.07 INSPECTIONS:

A. Equipment Locations: No equipment, apparatus, or foundations for same shall be placed, dug or poured until location stakes have been inspected and approved by the Park Projects Inspector and the equipment manufacturer.

B. Foundations & Assembly: All equipment shall be fully assembled, less slide beds and swing seats, prior to

foundations being poured. Support posts shall be plumbed and equipment squared and supported by falsework as necessary to correctly position the equipment within the foundation excavations at the proper elevation (allowing for the depth of the play surfacing material) and horizontal location providing minimum clear distances as shown on the Plans. The assembled and positioned equipment shall be inspected and approved by the Manufacturer and the Park Projects Inspector prior to pour of the foundations.

1.08 DELIVERY, STORAGE AND HANDLING: Contractor shall assume all responsibility for storage of all materials for the Project. City assumes no liability for losses or damages from any cause as a result of Contractors storage of materials on site. PART 2 - MATERIALS 2.01 BLEACHERS: Shall be all aluminum construction in accordance with the current Edition of the Uniform Building

Code, with 8 rows of seating, 2” x 10” nominal seat planks, and footboards. There shall be a total of five sets of bleachers, 8 Row 27’ Length Compliant Bleacher with Picket Guardrail, Model # BGS-134, by Belson Outdoors, [email protected], Phone: 1-800-323-5664, or City approved equal, to replace the three existing bleachers on site (near the Bunker Street parking lot) (Additive Bid Item II-A). Two sets of bleachers shall fit the space of approximately 18’ x 54’ at two sides. One set of bleachers shall fit the space of approximately 18’ x 30’ at the center. Each set shall include stair systems, handrails, and railing.

2.02 PAINT:

A. General: Primer and finish coats shall be compatible enamel based paint products and shall conform with Section 210 PAINT AND PROTECTIVE COATINGS of the Standard Specifications. Finish coat color shall be as specified for each item. Submit color samples to the Park Projects Inspector of any Proposed Substitutions for the review and approval of the Parks Department Representative.

B. Galvanizing: All touch-up of galvanized materials after welding or refurbishment work shall be performed

using Amerlok 400 system paint, or City approved equal.

C. Stain: All wooden members designated for stain shall be painted with two coats Olympic opaque stain, "Coffee", or City approved equal.

D. Paint Finish: All wooden members designate for paint shall be painted with one coat of compatible wood

primer and two coats of Standard Brands "Forest Green" satin finish latex enamel, or City approved equal. PART 3 - EXECUTION 3.01 SEQUENCE OF WORK: No Work of this Section shall commence prior to the completion and acceptance of all

grading work specified in Section 02210 Grading. 3.02 LAYOUT:

A. Site Furnishings: Contractor shall stake or otherwise mark the proposed locations for all site furnishing foundations and shall obtain the approval of the proposed foundation locations from the Park Projects Inspector prior to commencing any excavation for these slabs and foundations. The proposed locations

Page 67: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Site Furnishing Page 3 Section 02461

shall be reviewed by Contractor in the presence of the Park Projects Inspector to verify minimum clear distances required from all edges of slabs, trees, irrigation heads, and other obstructions are provided.

3.04 PROTECTION OF EXISTING IMPROVEMENTS: Contractor shall protect all existing improvements from

damage due to Contractor's operations. All damage to existing improvements that result from Contractor's operations shall be repaired by Contractor at Contractor's expense. All existing turf areas that are damaged shall be fine graded, filling all depressions wheel ruts and irregularities, and shall be reseeded with the seed mix specified in Section 02480 Planting. Contractor shall make all repairs and shall restore all damaged turf areas at Contractor's sole expense. All trees and shrubs in and around the project site shall be protected by Contractor, and if damaged shall be replaced at Contractor's expense.

3.05 STEEL FABRICATION & WELDING: Shall conform with Specifications Section 05500 Metal Fabrication, and

the following. All steel members shall be thoroughly hand cleaned and solvent cleaned to remove all rust, scale, oil, grease and foreign material prior to welding. All welds shall be continuous fillet welds along all abutting surfaces. All welds on galvanized steel members shall be touched up with Amerlok paint system after welding.

3.06 BLEACHER INSTALLATION:

A. Manufacturer's Specifications: All equipment shall be installed in accordance with the equipment manufacturer's installation instructions and specifications. All sharp edges shall be factory filed or ground smooth and factory finished.

B. Safety and Vandal Resistance: Protruding bolts shall be cut flush to the nut, ground smooth, and welded.

All fasteners not designed as vandal resistant, shall be tack welded together to prevent unauthorized removal of the fasteners, and touched up with Galvicon paint to prevent rusting.

3.07 CONCRETE WORK: All concrete work shall conform to the Standard Specifications. Contractor shall obtain

acceptance of all forming from the Park Projects Inspector prior to pouring any concrete foundations and slabs. Foundation holes shall be inspected and accepted by the Inspector prior to pour. Play equipment foundations shall be finished smooth and flush with play area sub-grade elevations.

3.08 MINIMUM SAFETY CLEARANCE: All equipment installed as shown on the Plans shall be located so as to

provide a minimum of 6' of clearance from other equipment, perimeter slab, concrete curbing and edging. 3.09 CLEAN-UP: Throughout the duration of the project, Contractor shall provide trash receptacles for collecting

debris, shall remove debris, trash and unused materials, and excess soil from the job site at regular intervals of not less than weekly and shall dispose of same off site in a legal manner.

END OF SECTION BJ/02461.MAS 12/07/07

Page 68: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 1 Section 02480

SECTION 02480 - PLANTING PART 1 - GENERAL 1.01 RELATED DOCUMENTS:

A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein.

B. Reference Standards: American Association of Nurserymen Standards.

1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Planting Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following:

• Soil preparation; • Finish grading (as distinguished from fine grading per Section 02210 Grading); • Planting shrubs and groundcover; • Turf Planting; • Soil erosion protection and control; • Maintenance; • Plant establishment; • Coordination with Work of other Sections; • Testing; • Clean-up; • Replacements, Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK:

Submittals 01300 Clear and Grub and Selective Demolition 02110 Site Grading 02210 Irrigation 02441 Electrical 16530

1.04 SOILS TEST: Contractor shall notify the Park Projects Inspector upon completion of fine grading and prior to

commencement of soil preparation work. The Park Projects Inspector will obtain agronomic soils tests for all planting areas after completion of fine grading and prior to start of soil preparation work. Tests will be performed by an approved agronomic soils testing laboratory and will include a fertility and suitability analysis with written recommendations for soil preparation, planting backfill mix, auger hole requirements, and post plant fertilization program. The soils report recommendations will take precedence over the minimum amendment and fertilizer application rates specified herein if and when the soils report recommendations exceed the specified minimums. Contractor shall allow a minimum two week period for the soils testing work commencing upon the Park Projects Inspector's acceptance of grade/the fine grading work per Section 02210 Grading.

1.05 GUARANTEE: The guarantee requirements of the Special Provisions are supplemented as follows as they

pertain to the tree planting, broadleaf tree relocation and palm tree relocation portions of the Work. All trees installed and/or relocated under the Contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one (1) year following the date the Project Notice of Completion is filed with the County Recorder. During the guarantee period, any trees found to be dead, missing, or in poor condition shall be replaced by Contractor within ten (10) days of written notification. Park Projects Inspector shall be the sole judge as to the condition of the trees. Replacement shall be made in accordance with City standards. Material and labor involved in replacing trees shall be provided by Contractor at no additional cost to City.

1.06 INSPECTIONS: Inspections will be required. Contractor shall contact the Park Projects Inspector at least 48

hours (2 working days) in advance of an anticipated inspection. An inspection will be required at each of the steps listed below:

A. General Planting Work:

Page 69: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 2 Section 02480

1) Fine Grade Prior to Commencement of Soil Preparation: Upon completion of fine grading and prior to commencement of soil preparation, for acceptance of fine grading work/grade and taking of soils samples.

2) Finish Grade: Inspection of completed finish grading work following soil preparation work. 3) Plant Material: Inspection of plant materials upon delivery to the job site, but prior to planting. 4) Plant Locations: When container plants and/or bare root stock are spotted for planting, but before

planting holes are excavated. 5) Completed Planting: When planting and all other indicated or specified work has been completed. 6) Chemical Applications: During application of pre-emergent chemical. 7) Start of Plant Establishment: At the start of the Plant Establishment Period. 8) End of the Plant Establishment: Prior to Final Acceptance of the Project for maintenance by City, the

project will be inspected for end of the Plant Establishment Period. Acceptance for maintenance will be confirmed in writing by the Parks Department Representative. Contractor shall remain responsible for maintenance until receipt of this written confirmation of City's acceptance of the Project for maintenance.

1.07 SUBMITTALS: The following written certifications are required to be submitted to the Park Projects Inspector

upon delivery of the respective materials to the job site: Total Quantity of commercial fertilizers, by type; Total Quantity of soil amendments and conditioners, by type; Total Quantity of seed, by type; Total Quantity of Hydro-mulch cellulose fiber; and, Total Quantity of iron sulphate.

1.08 PLANT ESTABLISHMENT PERIOD:

A. General Landscape Work: The length of the Plant Establishment Period for all general landscape work shall be as specified in Section 6-7.4 Plant Establishment Period of the Special Provisions. See also Subsections 3.12 Maintenance and Plant Establishment and 3.13 Start of Plant Establishment Period for the criteria to start plant establishment and the maintenance tasks required.

The Plant Establishment Period will not end nor will Contractor be released from further maintenance

responsibility until receipt of written notification from City that the Park and Recreation Department is accepting responsibility for on-going maintenance and is releasing the project. This release will be issued in writing by the Department.

1.09 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS: Contractor's attention is directed to

Section 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS of the Standard Specifications which shall govern this Work. Contractor shall proceed at Contractor's own risk.

1.10 PRE-APPROVAL FOR SUBSTITUTION OF BARE ROOT STOCK: At Contractor's option, subject to the Park

Project Inspector's prior acceptance of the material available and the appropriateness of the planting season, bare root stock may be substituted for the required 15 gallon and 24" box tree species if commercially available as bare root plantings and provided the corresponding minimum caliper and height requirements of Subsection 2.06 PLANTS, Subparagraph C. Bare Root Stock below are met, all at no change in contract price.

PART 2 - MATERIALS 2.01 GENERAL: All materials shall conform with Section 212 - Landscape and Irrigation Materials of the Standard

Specifications except as modified herein. 2.02 FERTILIZER, SOIL AMENDMENTS AND CONDITIONERS: Add the following to Standard Specifications Section

212-1.2.3 Commercial Fertilizer:

A. Plant Tablets: Tightly compressed long-lasting, slow-release fertilizer tablets weighing 21 grams, with a potential acidity of not more than 5 percent by weight and having an analysis of 20-10-5 derived from the sources listed in the following guaranteed analysis:

Page 70: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 3 Section 02480

GUARANTEED ANALYSIS Total Nitrogen (N) 20% Derived from urea formaldehyde

7.0% water soluble nitrogen 13.0% water insoluble nitrogen

Available Phosphoric Acid (P2O5) 10%

Derived from calcium phosphate

Soluble Potash (K20) 5%

Combined Calcium (Ca) 2.6% Derived from calcium phosphates

Combined Sulfur (S) 1.6%

Derived from ferrous and potassium sulfates

Iron (expressed as elemental Fe) 35% Derived from ferrous sulfate

B. Commercial fertilizer: Shall bear the manufacturer's guaranteed statement of analysis and shall meet the

following minimum requirements: 16% nitrogen, 6% phosphoric acid, and 8% potash (16 - 6 - 8).

C. Organic Soil Amendment: Shall be type 1 organic soil amendment, wood based product, nitrogen stabilized, and free of foreign matter.

D. Soil Conditioners: Add to Standard Specifications, new Section as follows:

212-1.2.6 Inorganic Conditioners. Inorganic conditioners shall be agricultural grade gypsum,

soil sulfur and iron sulfate. Iron sulphate shall be ferric sulphate or ferrous sulphate in pelleted or granular form containing not less than 18.5% iron, expressed as metallic iron, and shall be registered as an agricultural mineral with the State Department of Food and Agriculture in compliance with Chapter 5 "Fertilizing Materials", of Division 7 of the Food and Agriculture Code of California, commencing at Section 14501.

2.03 HEADERS, STAKES AND TIES: Add the following to Standard Specifications Section 212-1.5 Headers, Stakes

and Ties:

A. Headers: Standard Specifications Section 212-1.5.2 Headers and Stakes replace with the following to read: "Headers shall be Concrete Headers/Mow Curbing - Concrete shall be 5-1/2 sack mix with a maximum slump test of four inches (4"). Provide sufficient concrete forming and stakes (maximum 3' o.c.) to provide continuous line without waving."

B. Tree Stakes: Shall be straight-grained lodgepole pine, or City approved equal. Stakes shall be free from

knots, checks, split, or disfigurements.

C. Tree Ties: Shall be made from tire casing, 22" long by 3/4" wide, fastened to tree stake with two galvanized 5d roofing nails each.

2.04 HYDRO-MULCH MATERIALS:

A. Binding Agent: Shall be a dry powder organic concentrate, Ecology Controls "M-Binder" as available from Robinson Fertilizer Company, Anaheim, CA 714/632-9715 or City approved equal.

Page 71: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 4 Section 02480

B. Fertilizers: 1. Controlled Release Fertilizer (CRF): Shall be a premium quality, slow release (8-9 month formulation)

fertilizer product having a minimum analysis of 18-6-12, as manufactured by The Scotts Company, 14111 Scottslawn Road, Marysville, Ohio 43041, 1-888-270-3714, or City approved equal.

2. Triple Super Phosphate: Shall be a premium quality granulated high phosphorus “Best” fertilizer product having an analysis of 0-45-0, as manufactured by J. R. Simplot Company, Lathrop, CA (209) 858-2511, or City approved equal.

C. Hydro-Mulch Fiber: Shall be produced from cellulose such as wood pulp or similar organic material and

shall be of such character that it will disperse into a uniform slurry when mixed with water. The Hydro-mulch fiber shall be of such character that when used in the applied mixture, an absorptive or porous mat, but not a membrane, will result on the surface of the ground. Materials which inhibit germination or growth shall not be present in the mixture. Hydro-mulch fiber shall contain a green fugitive dye as an application indicator.

D. Seed: Turf seed mix as specified in Subsection 2.10 Turf, paragraph A. Seed, below.

E. Water: All water used for Hydro-mulching shall be potable domestic water. See General Provisions Section

7-8.5 Temporary Light, Power, and Water regarding availability of water and temporary construction meter and charges for water drawn from City fire hydrants.

2.05 JUTE NETTING: Jute netting shall be new and shall be of uniform, plain-weave, flame-retardant mesh. The

mesh shall be dyed green and shall be made from unbleached single jute yarn. The yarn shall be of loosely twisted construction and shall not vary in thickness by more than one-half its normal diameter. Jute netting shall be furnished in rolled strips and shall meet the following requirements:

Width - 48 inches, with a tolerance of one inch wider or narrower; Minimum 78 warp ends per width of roll; Minimum 41 weft ends per yard of length; and, Weight shall average 1.22 pounds per linear yard, with a tolerance of 5 percent heavier or lighter.

2.06 MULCH:

A. Nitrolized Shavings: Shall conform to Standard Specifications Section 212-1.2.5 (a) Type I Mulch.

B. Tree Mulch: Shall be a ground wood product as produced through a wood chipper, and shall consist of twigs and branches with pieces of a maximum size of ½" diameter by 4" long, free of seeds, trash and debris and other inert non-organic materials.

C. Hydro-Mulch Fiber: Shall be per subsection 2.04 Hydro Mulch Materials, paragraph C. Hydro-Mulch

Fiber, above. 2.07 PLANTS: Add the following to Standard Specifications Section 212-1.4 Plants:

A. General: Add the following to sub-section 212-1.4.1 General: All plants shall be true to name, with at least one of each bundle or lot tagged with the name and size in accordance with the American Association of Nurserymen Standards. In all cases, botanical names shall take precedence over common names. All plants and planting materials shall meet or exceed the specifications of Federal, State, and County Laws requiring inspection for plant disease and insect control.

B. Quality and Size.

1. Quality: All plant material shall comply with the definition for number one nursery stock per the current edition of "Horticultural Standards" as adopted by the American Association of Nurserymen.

2. Size: Add the following to Standard Specifications Sections 212-1.4.2 Trees and 212.1.4.3 Shrubs: a) All container plants supplied by Contractor shall be of the specified standard height and diameter

set by the American Standard for Nursery Stock. The height of the trees shall be measured from the root crown to the last division of the terminal leader and the diameter shall be measured six (6) inches above the crown roots.

b) All palm trees shall be of a minimum overall height of 8 to 12 feet as measured from the crown of the rootball to the tips of the fronds, or four feet of brown trunk whichever is greater.

Page 72: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 5 Section 02480

c) All container grown plants shall be the size(s) as noted on the approved plans, but in no case less than a minimum 15 gallon container size, with minimum caliper and height in accordance with the American Association of Nurseryman standards for container plants. Where substitution of bare root stock is approved by the Street Tree Inspector, bare root stock shall conform to the American Nurseryman's Association standards. Minimum caliper shall be two (2) inch diameter and minimum height shall be twelve (12) feet.

C. Bare Root Stock: Shall conform to the American Nurseryman's Association standards. Minimum caliper

shall be two (2) inch diameter and minimum height shall be twelve (12) feet.

D. Cuttings. Modify Standard Specifications Section 212-1.4.6 Cuttings to read: All cuttings used on the project shall be fully rooted cuttings unless otherwise approved in writing by the Parks Department Representative.

2.08 ROOT GROWTH STIMULANT. Stimulant used for broadleaf and palm tree relocation shall be Vitamin B-1 as

manufactured by Cal-liquid, Cooke, Chican, Ortho, or City approved equal. 2.09 TOPSOIL. All soil used for transplanting broadleaf and palm trees shall conform to the requirements of Class "C"

top soil as defined in subsection 212-1.1.4 Class C Topsoil of the Standard Specifications. 2.10 TURF:

A. SOD: Turf areas planted with sod shall be Ball Field Mix by Pacific Sod. All sod shall be new, fresh, viable sod delivered in full pallets ready for installation.

PART 3 - EXECUTION 3.01 GENERAL: All Broadleaf and Palm Tree Relocation Work shall be performed in a workmanlike manner by

personnel with a minimum of 5 years experience in this type of Work, and to the satisfaction of the Park Projects Inspector. All Planting Work shall conform with Section 308 LANDSCAPE AND IRRIGATION INSTALLATION of the Standard Specification, except as modified herein.

3.02 WEED CONTROL MEASURES: Upon completion of all fine grading work per Section 02210 Grading, and prior

to soil preparation, perform weed control measures as follows: 1. Irrigate all areas designated to be planted for a minimum of 10 minutes per setting, two settings per

day for seven days to germinate all weed seed possible. 2. Apply a contact weed killer and allow sufficient time to obtain complete kill of all weeds germinated. 3. Repeat step one above. 4. Repeat step two above.

3.03 SOIL PREPARATION: Add the following to Standard Specifications Section 308-2.3 Topsoil Preparation and

Conditioning:

A. Work Sequence: All fine grading and mounding per Section 02210 Grading and weed control measures shall be completed prior to soil preparation. Soil Preparation Work shall not commence until the agronomic soils test has been completed. Should 30 calendar days elapse between completion of soil preparation and commencement of planting, all areas shall be prepared again.

B. Excluded Areas: Planting areas with slopes 3:1 and steeper shall not be soil prepared. In lieu of soil

preparation, such slopes will require fertilizer tablets for all plantings as specified below in subsection 3.08 Planting.

C. Soil Preparation: In all planting areas with gradients less than 3:1, areas to be soil prepared shall first be

cross ripped to a minimum depth of 6" with tractor tines spaced at maximum 18" on center. Following cross-rip operations, a layer of soil amendments shall be spread and rototilled into the soil to a minimum depth of 4 inches, or as recommended by the soils report, so that the soil shall be loose, friable, and free from rocks, sticks, and other objects undesirable to planting.

Page 73: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 6 Section 02480

D. Amendment Application Rates: The following soil amendments shall be added per 1,000 square feet to all planting areas with gradients less than 3:1 (agronomic soil test recommendations shall take precedence where these minimum amounts are exceeded): 1. 6 cubic yards Type I organic soil amendment; 2. 15 pounds commercial fertilizer; 3. 100 pounds gypsum; and, 4. Soil sulfur per soils report.

3.04 FINISH GRADING: Contractor shall finish grade all planting areas, filling as needed or removing surplus dirt, raking to remove

all rocks and debris over 1 inch in diameter, and floating to a smooth uniform grade. All areas shall slope to drain. Flow lines shall be established to roads, curbs, drainage swales and inlets, and/or sidewalks as shown on the Plans and as directed. All fill material placed within the top 12" from finish grade elevations in all planting areas shall be topsoil.

All landscape areas shall be finish graded (as distinguished from fine grading specified in Section 02210

Grading) to "dress out", maintain, and/or re-establish finish grades and flow lines as approved prior to amending the soil. Contractor shall call for inspection upon completion of finish grading work. Contractor shall not proceed with planting work until finish grades have been inspected and accepted by the Park Projects Inspector.

3.05 EROSION PROTECTION/CONTROL: Add new Section 3.08 -4.9.6 to the Standard Specifications:

"308-4.9.6 Erosion Protection/Repair. 308-4.9.6.1 Erosion Protection. All slope areas exceeding 3:1 shall receive erosion protection measures consisting of either Hydro-mulching, punched straw, straw “burritos” or jute netting at Contractor’s option. Erosion protection shall also be provided during the Plant Establishment Period, when and as directed by the Park Projects Inspector, along flow lines and other locations where erosion is evident. a) Hydro-mulching mix for erosion protection shall consist of Hydro-mulch fiber, binding agent, fertilizer

and water, (NO SEED) mixed in the same proportions as specified for turf Hydro-mulch work and shall be applied in a similar fashion.

b) Punched straw installation shall conform to CalTrans Standard specifications section 20-3.03 Incorporating Straw.

c) Jute netting shall be installed loosely, up and down the slope. The installed netting shall fit the soil surface contour and shall be held in place by 9-inch long, 11-gage (minimum) steel wire staples driven vertically into the soil at approximately 24-inch spacing. Jute netting strips shall overlap along the sides at least 6 inches. Ends of strips shall be buried into the soil at least 6 inches. Lap all ends of rolls a minimum of 24".

308-4.9.6.2 Erosion Repairs. Wherever erosion occurs during the plant establishment period, Contractor shall be responsible for repair of rills and removal of deposited silts. Rills within all slope areas (areas with gradients of 3:1 and steeper) shall be filled with pea gravel and covered with a maximum 2" layer of silts to re-establish grades. Erosion protection shall be re-installed after rill repairs.”

3.06 INSPECTION OF CONTAINER PLANTS: The root condition of plants furnished in containers will be checked by

the Park Projects Inspector by removal of earth from the roots of not less than two plants nor more than 2% of the total number of plants of each species or variety from a single source and proposed for use in the Work. The roots of not less than two plants of each species or variety from each source may be checked by the Park Projects Inspector. The selection of plants to be checked will be made by the Park Projects Inspector.

Care shall be exercised to avoid rendering plants unsuitable for planting by virtue of this inspection.

However, all plants rendered unsuitable for planting shall be considered as samples, and replacements shall be provided at no additional cost to City. In case the sample plants are found to be defective, the entire lot or lots of plants represented by the defective samples will be rejected.

3.07 PLANTING BACKFILL:

A. Mixing: All backfill materials for all container plantings (excludes trees being relocated) shall be bulk mixed, not individually mixed at each plant pit.

Page 74: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 7 Section 02480

B. Proportions: Backfill for planting pits shall be enriched using the following blend per cubic yard (agronomic

soil test recommendations shall be reviewed prior to soil mixing): 1. Container Plants:

60% top soil; 3 lbs. gypsum; 2 lbs. iron sulphate; 40% Type I Organic Amendment; and, 2 lbs. commercial fertilizer.

2. Bare Root Stock: 10% wood shavings; 90% top soil; commercial fertilizer and soil conditioners as specified for container plants.

3.08 PLANTING:

A. Tree and Shrub Planting: Add the following to the Standard Specification Section 308-4.5 Tree and Shrub Planting: 1. Soil surrounding planting pit shall be in a friable condition and moist to a depth of 8". 2. Backfill new plantings using specified soil mix to within 8" of finish grade. At this depth, place the plant

fertilizer tablets Agriform 20-10-5, 21 grams each, or City approved equal. A minimum of 1 tablet for 1 gallon, 3 tablets for 5 gallons, 5 tablets for 15 gallons, and 8 tablets for a 24" box. Complete backfilling to finish grade.

3. Trees shall be planted at such a depth that the crown roots bear the same relative position to finish grade as the crown roots did in the soils where the trees were grown. Backfill after planting shall be compacted carefully into place without injuring the roots of the tree or breaking up the ball of earth surrounding the roots.

B. Groundcover and Vine Planting: Add the following to Standard Specifications Section 308-4.7

Groundcover and Vine Planting: 1. On slopes exceeding 3:1 ratio, apply 5 gram Agriform tablets, one per plant in lieu of soil preparation

work. 2. Prepare the soil in all planting areas (except where slopes exceed 3:1) by applying 1.5 cubic yards of

Nitrolized Shavings and 5 lbs. of the specified commercial fertilizer per 1,000 square feet. Repeat fertilization at 30 day intervals throughout the duration of the Contract up to 4 applications, after which decrease frequency to once every 90 days.

3. All planting areas, areas to receive Tree-Mulch and bare dirt areas shall be treated with a pre-emergent chemical (subject to approval by the Park Projects Inspector prior to application). Chemicals shall be applied by a licensed Pest Control Agent. This treatment shall be applied at the following times during the Contract: a) before planting, b) at beginning of Plant Establishment Period, and c) at end of Plant Establishment Period. The Park Projects Inspector, (951) 712-4642, shall be given a minimum of 48 hours (2 working days) notice prior to each application. No chemicals shall be applied other than in the presence of the Inspector.

4. All areas designated to receive Tree-Mulch shall have mulch applied and spread to provide a uniform thickness of not less than 3" of mulch, and shall be neat and clean, free of trash.

3.09 TREE STAKING: Amend the Standard Specifications Section 308-4.6.1 Method “A” Tree Staking and

308.4.6.2 Method “B” Tree Staking to read: Stake trees in accordance with the Parks, Recreation & Community Services Department's standard detail.

3.10 TURF PLANTING: Add the following to Standard Specifications Section 308-4.8.2, (b) Method “B”: Turf Planting

shall be performed by either Hydro-mulching (a.k.a. hydroseeding), sodding or stolonizing as indicated on the Plans, or, if not noted, as suitable for the species of turf specified and as acceptable to the City. All turf for the entire project shall be installed using the same species. The installation method, as selected by the Contractor from the above options, shall be as applicable for the species being planted based on the availability of materials in the respective forms (seed, sod, stolons).

Page 75: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 8 Section 02480

A. Pre-moistening: All areas to be planted to turf, whether by Hydro-mulching, sodding or stolonizing, shall be moistened to a depth of six inches just prior to application.

B. Sodding: If all turf to be installed is laid as sod, the provisions of subsection 3.13 Plant Establishment

Period, A. Criteria for Start, 3. regarding “first mowing” will not apply, and the plant establishment period may commence as soon as all plantings, including the sod work, are installed, and are accepted by the Park Projects Inspector for start of maintenance.

All areas to receive sod shall be Finish Graded prior to commencement of sodding. Immediately prior to laying sod, all areas shall be irrigated to moisten the soil as specified above.

Rooting Agent shall be applied per the written recommendations of the Sod Grower. Contractor shall provide a copy of such recommendations to the Park Projects Inspector prior to installation of the sod.

Lay sod in parallel rows with a running bond pattern using uniformly sized strips of sod. Use whole pieces wherever possible. Lay sod smooth, with tight joints, no gaps greater than 1/8" in size. All irrigation heads shall be marked with flags for ease of location. Cut sod neatly trimming it away from around each irrigation head a maximum of 1/8" all around to allow for proper spray pattern and smooth pop-up and retract operation. Immediately following completion of sodding operations, irrigate as necessary.

C. Replanting: At the point that the turf is generally showing signs of establishment, all bare spots shall be

replanted within 10 days by Contractor, either with seed, sod or stolons as designated by City. Contractor shall be responsible for all replanted turf areas for as long after replanting as is necessary until acceptable germination/rooting and establishment is realized and approved by the Parks Department Representative.

3.11 WATERING: Add the following to Standard Specifications Section 308-4.9.5 Watering:

A. Responsibility: It shall be Contractor's responsibility to maintain a balanced watering program to ensure proper growth until Final Acceptance of the Work.

B. Initial Watering: Immediately after planting, apply water to each plant. Apply water in a moderate stream in

the planting hole until the material about the roots is completely saturated from the bottom of the hole to the top of the ground.

C. Ongoing Watering: Apply water in sufficient quantities and as often as seasonal conditions require to keep

the planted areas moist at all times, well below the root system of plants.

D. Irrigation: 1. Contractor shall properly and completely maintain the irrigation system. A balanced water program

shall be maintained to ensure proper germination and growth until Final Acceptance of the Work. Plants which cannot be watered sufficiently with the irrigation system shall be watered by means of a hose.

2. All controllers are to have each station individually adjusted on a weekly basis. System shall be set considering the application rate each area is capable of receiving. The system shall operate on short intervals, with the cycle repeating at a later time to reduce runoff.

3.12 MAINTENANCE AND PLANT ESTABLISHMENT: Amend the first sentence of Standard Specifications Section

308-6 MAINTENANCE AND PLANT ESTABLISHMENT to read: "Contractor shall maintain all areas within the Work Limits of this Contract on a continuous

basis...until Final Acceptance". 3.13 CRITERIA FOR START OF PLANT ESTABLISHMENT: Add the following to Standard Specifications Section

308-6 MAINTENANCE AND PLANT ESTABLISHMENT: “308-6.1 CRITERIA FOR START OF PLANT ESTABLISHMENT. The Plant Establishment Period

will not commence until all of the following criteria have been met: 308-6.1.1 All Elements Complete: All elements of the Project that impact the landscape are

completed in accordance with the Contract Documents. Projects will not be segmented into phases.

Page 76: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 9 Section 02480

308-6.1.2 Permanent Power Established: Permanent electrical power to remote controllers has been established.

308-6.1.3 “First Mowing” Approved and Completed: The first mowing of the newly planted turf areas

has been approved and completed. For Plant Establishment purposes "First Mowing" is defined as the first mowing after the point in time that a minimum of 85% of the turf area has attained a minimum height of 2". Until the above specified percentage of turf area is established and mown, Contractor shall mow as necessary to maintain those portions of turf exceeding 2" at the mowing height of 1 ½ inches. At no time shall any turf exceed 3" in height.

308-6.1.4. Written Acceptance: The written acceptance of the Parks Department Representative is

received to authorize start the Plant Establishment Period. 308-6.2. SUSPENSION OF PLANT ESTABLISHMENT. If the Parks Department Representative

determines that the project maintenance is failing to continuously meet the standards required, the Plant Establishment Period "day count" may be suspended and will not recommence until Contractor has corrected all deficiencies to the satisfaction of the Parks Department Representative. If such suspension of the Plant Establishment Period occurs and extends beyond a maximum of 15 calendar days, then liquidated damages may be assessed for each calendar day where suspension of the establishment continues.”

3.14 MAINTENANCE TASKS: Add the following to Standard Specifications Section 308-6 MAINTENANCE AND

PLANT ESTABLISHMENT:

“308-6.3 MAINTENANCE A. General: During the contract period provide all watering, weeding, mowing, fertilizing, and cultivation as

necessary to keep the plants and turf in a healthy growing condition, neat, edged, and attractive. All shrubs planted by Contractor shall be pinched and pruned as necessary to encourage new growth and to eliminate rank sucker growth. Old wilted flowers and dead foliage shall be immediately pinched or cut off. Do not prune trees without written approval of the Parks Department Representative.

B. Iron Chlorosis: After planting and during the Plant Establishment Period, in the event that any plantings

exhibit iron chlorosis symptoms, apply FE 138 Geigy or equivalent at manufacturer's recommended rates.

C. Replacement Plantings: During the Plant Establishment Period, should the appearance of any planting installed by Contractor indicate weakness, that plant shall be replaced immediately with a new, healthy plant. At the end of the Plant Establishment Period, all plant materials shall be in a healthy, growing condition and spaced as indicated on the plans.

D. Fertilization: Contractor shall apply commercial fertilizer to all turf areas at a rate of 10 pounds per 1,000

square feet, and all groundcover areas at a rate of 5 pounds per 1,000 square feet, at 30-day intervals, for 3 applications as a minimum, above and beyond the original soil preparation application.

E. Planting Establishment: All planting areas that do not show a prompt establishment of plant material, and

areas where plant material is missing, shall be replanted at 10-day intervals until the plant material is established. For turf sod plantings, sod shall exhibit sufficient root growth knitting into the subgrade such that the sod can no longer be removed by hand. If a good rate of growth has not been demonstrated within 30 days of first planting/hydroseeding, Contractor shall be responsible to determine the appropriate horticultural practices necessary to obtain good growth. Contractor shall obtain agronomic soils testing of all areas not showing good growth and shall provide copies of the test results to the Parks Department Representative to verify the appropriateness of all maintenance work performed. If additional soil amendments are needed, up to a maximum 25% beyond the application rate specified, such amendments shall be provided by Contractor at no additional cost to City.

F. Grading and Drainage: During the Plant Establishment Period all flow lines shall be maintained to allow for

free flow of surface water. Displaced material which interferes with drainage shall be removed and placed as directed. Low spots and pockets shall be graded to drain properly. Jute netting shall be installed at flow lines and other locations where erosion is evident, when directed by the Park Projects Inspector.

Page 77: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Planting Page 10 Section 02480

1. Damage to planting areas shall be repaired immediately and throughout the Plant Establishment

Period. Depressions caused by vehicles, bicycles, or foot traffic shall be filled and leveled. Replant damaged areas.

2. All paved areas shall be washed and maintained in a neat and clean condition at all times. 3. All subsurface drains and inlets shall be periodically cleared of debris, leaves and trash and flushed

with clear water to avoid build up of silt and debris. 4. Debris and trash shall be removed from the site daily.

G. Disease and Pest Control: Throughout the Plant Establishment Period, all plants shall be maintained in a

disease and pest free condition. During the plant establishment period provide all herbicide and pesticide applications as necessary to keep the plants and turf areas free of weeds, diseases and pests. A licensed pest control operator shall be retained by Contractor to recommend and apply all pesticides, herbicides, and fungicides. Exterminate gophers, moles, and all other rodents, and repair damage.

3.15 END OF PLANT ESTABLISHMENT PERIOD: Add the following to Standard Specification Section 308-6

MAINTENANCE AND PLANT ESTABLISHMENT: “308-6.4 END OF PLANT ESTABLISHMENT PERIOD

A. Request for Inspection: When Contractor believes the Plant Establishment Period is complete and the Project is ready for Final Acceptance, Contractor shall request inspection of the Project. The Park Projects Inspector will inspect the Project for Final Acceptance. Deficiencies noted during inspection shall extend the Plant Establishment Period until all are corrected.

B. Established Plantings: All planting areas shall show a good rate of growth and shall be well established

"filled in" plantings free of voids. Bare areas will be unacceptable. Contractor shall provide sod or plantings from flats as necessary to fill in all bare areas. Such sod or plantings shall be planted a minimum of 10 days prior to the end of the Plant Establishment Period and shall have roots "knit-in" to the native soil.

C. Written Acceptance: Final Acceptance and assumption of maintenance responsibilities by City shall occur

only upon the Parks Department Representative's written acceptance of the Project for maintenance by City.”

3.16 CLEAN UP: Upon completion of the Work, Contractor shall smooth all ground surfaces; remove excess

materials, rubbish, debris, etc.; sweep adjacent streets, curbs, gutters; wash down all walkways, and trails; and remove construction equipment from the premises.

END OF SECTION

Page 78: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Concrete Paving and Curbs Page 1 Section 02515

SECTION 02515 - CONCRETE, PAVING, AND CURBS PART 1 - GENERAL

1.01 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction" shall

apply except as modified herein.

1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Concrete, Paving and Curbs Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Exterior flatwork, walks and slabs as shown on the Plans; • Curbs, gutters, ‘V’ gutters, and mow curbs; • Miscellaneous concrete work and foundations (excludes Cast-in-Place structural concrete and foundations per

Technical Specifications Section 03300); • Cement, finish, joints, sawcutting, and patching; • Setting of items to be inserted into concrete; • Curing; • Testing; • Placing of sleeves and conduit stubs under slabs; • Coordination with Work of other Sections; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK:

Submittals Section 01300 Irrigation Sleeves Section 02441 Site Furnishings Section 02461 Form Work Section 03100 Concrete Reinforcement Section 03200 Cast-in-Place Concrete Section 03300

1.04 GUARANTEE: All Work of this Section shall be guaranteed against cracking, lifting, separation, and other such defect

for a minimum period of one (1) year following Final Acceptance of the Project.

1.05 STANDARDS: Testing, materials, and workmanship shall conform to the requirements of all applicable codes, except that requirements specified herein shall govern where such requirements exceed the requirements in the Building Code.

1.06 SLOPE AND SMOOTHNESS TOLERANCES AND ADA COMPLIANCE: All exterior cement finish surfaces shall

be sloped sufficiently to drain without birdbaths. Finish surfaces shall be of such smoothness and evenness that the surface shall contact the entire length of a 10-foot straight edge laid in any direction, with an allowable tolerance of 1/8 inch. All flatwork, pedestrian ramps, walkways and slabs shall comply with the requirements of the Americans with Disabilities Act as well as both Federal Guidelines and State Title 24 requirements for disability access. Irrespective of plan grade information show, Contractor shall have primary responsibility to ensure compliance with ADA requirements and shall immediately bring to the attention of the Architect /Engineer any deviations or discrepancies in the plans that would preclude such compliance. Any operations necessary to achieve this result shall be performed by Contractor at no additional cost to City.

1.07 PATCHING: No patching will be permitted to correct defective work without the prior knowledge of the Park

Projects Inspector. Patching of slabs to eliminate bird baths will not be permited, defective panels shall be removed and replaced. No extension of time will be allowed for correcting defective work. Granting of consent to attempt patching as a remedy to defects will not constitute a waiver of City's right to reject and require removal and replacement if the patching is deemed unacceptable by the Park Projects Inspector.

1.08 INSPECTIONS: Inspections will be required. Contractor shall call for inspection a minimum of 48 hours (two

working days) prior to need. Contractor shall call for inspection upon completion of each of the following specific phases of construction, each prior to pour: • All form work placement/construction;

Page 79: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Concrete Paving and Curbs Page 2 Section 02515

• All footing excavation; • Subgrade preparation; • Steel reinforcing placement. Contractor shall notify the Park Projects Inspector (951) 712-4642 a minimum of 48 hours prior to each concrete pour. Any Work covered prior to inspection shall be opened to view by Contractor at Contractor's expense.

1.08 TESTING: All testing shall be as required by the Standard Specifications. PART 2 - MATERIALS 2.01 GENERAL: All materials shall conform to Section 201 CONCRETE, MORTAR, AND RELATED MATERIALS of

the Standard Specifications, except as noted below. 2.02 CONCRETE: Concrete shall be a minimum 5-sack mix, with a maximum 4-inch slump, with ultimate compressive

strength at 28 days as specified in the Concrete Class Use Table, Section 201-1 PORTLAND CEMENT CONCRETE, of the Standard Specifications. No admixtures will be allowed.

2.03 REINFORCING STEEL: Shall be in accordance with Section 03200 Concrete Reinforcement; or, if Section 03200 is

not included, per the Standard Specifications Section 201-2 STEEL REINFORCEMENT FOR CONCRETE. 2.04 EXPANSION JOINTS:

A. Expansion Joints: Shall be as shown on Plans. Submit samples of preformed material and sealant for approval of the Parks Department Representative.

B. Crack Control Joints: Shall be as shown on the Plans. Submit samples of preformed materials for approval

of the Parks Department Representative. 2.05 CONCRETE CURING COMPOUND: Shall be Type 1, all of one manufacturer, either "Clear Seal" as manufactured

by A. C. Horn, or "Burke Cure Seal" as manufactured by Burke Concrete Accessories, Inc. or City approval equal. All curing compound shall conform with Section 201-4 CONCRETE CURING MATERIALS of the Standard Specifications.

2.06 FORM LUMBER: Shall be Douglas Fir, construction grade or better, conforming to the Standard Specifications, and

Technical Specifications Section 03100 Formwork (when included within the Project Specifications). PART 3 - EXECUTION 3.01 GENERAL: All Work shall conform to the requirements of Section 303 CONCRETE AND MASONRY

CONSTRUCTION of the Standard Specifications, as applicable. Contractor shall provide copies of all load tickets to the Park Projects Inspector for all transit-mixed concrete delivered to the site.

3.02 FORM WORK: Forms shall be substantial, unyielding, true to line and grade, and shall be placed to conform with the

dimensions for the Work as noted on the Plans, and shall conform to Technical Specifications Section 03100 Form Work (when included in the Project Specifications).

3.03 PLACING CONCRETE: Transport, place and spread concrete per Section 303-1.8 Placing Concrete of the

Standard Specifications in a manner to prevent segregation of aggregate. Reinforcing shall be supported by metal or plastic chairs and shall be placed per Section 303-1.7.1 Placing Reinforcement, General of the Standard Specifications; concrete supports shall not be used.

Page 80: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Concrete Paving and Curbs Page 3 Section 02515

3.04 CONCRETE FINISHING:

A. Finish: Exterior slabs and walks shall be finished with a non-slip, uniform medium broom surface, transverse to direction of slab, unless otherwise shown on the Plans. No advertising impression, stamp, or mark of any description will be permitted on surface of concrete or cement finish.

B. Installation, Slope and Drainage: Install all concrete and cement finish work true to lines, dimensions and

grades. All concrete slabs shall slope to drain. Depressions in the slab surface that hold water ("bird baths") will not be acceptable.

C. Protection: Protect all finished concrete from graffiti. Contractor shall be responsible for providing concrete

watchperson. A graffitied finish will not be acceptable. 3.05 CURING: Initial curing shall be moist curing or moisture cover curing, and shall continue for at least 168 cumulative

hours (not necessarily consecutive), during which time the concrete has been exposed to air temperatures above 50°F. Avoid rapid drying at the end of the curing period. Use water that is free of impurities which could etch or discolor concrete surfaces. Do not use liquid membrane curing compounds on surfaces which are to be covered with a coating material applied directly to the concrete or with a covering material bonded to the concrete, such as other concrete, liquid floor hardener, waterproofing, damp-proofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the inspector.

3.06 COORDINATION: All items that require a foundation and are shown to be located within a slab (e.g. bench posts,

bike rack posts and drinking fountains) shall be set in properly cured footings as specified prior to placing the slab. The required cure time for all such footings shall be a minimum of 14 days.

3.07 DEFECTIVE CONCRETE: Remove and replace all defective concrete and defective cement finish work. Removal

and replacement shall be for full panels to the nearest crack control or expansion joint unless approved otherwise in advance by the Park Projects Inspector. Permission to patch any defective area shall not be a waiver of City's right to require complete removal of defective work if patching does not restore quality, durability and appearance of the Work to the equivalent of a properly constructed concrete item/slab.

3.08 CLEAN-UP: Remove all concrete spoil and clean all latence, spills, stains and splatters from all equipment, poles,

standards and surfaces. Remove all forming from the site and clean up and legally dispose of all debris and trash that may result from the Work of this Section.

END OF SECTION BJ/02515.MAS 02/26/09

Page 81: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

FORM WORK Page 1 Section 03100

SECTION 03100 - FORM WORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS: The provisions of the Standard Specifications shall apply except as modified herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Form Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following:

• All form work for construction of the Project, including but not limited to the following project elements:

• concrete walkways and exterior slabs; • concrete curbs, ‘V’ gutters, and mow curbs; • concrete pedestrian ramps; • concrete retaining walls; • structural slabs; • miscellaneous concrete structures

• Coordination with Work of other Sections; and, • Clean-up.

1.03 RELATED WORK:

Concrete Paving and Curbs Section 02515 Concrete Reinforcement Section 03200 Cast-in-Place Concrete Section 03300

1.04 INSPECTIONS: Contractor is responsible to call for inspection of all forming prior to pours. PART 2 - MATERIALS 2.01 QUALITY ASSURANCE: Products used in the Work of this Section shall be produced by manufacturers regularly

engaged in the manufacture of similar items with a history of successful production acceptable to the Parks Department Representative.

2.02 WOOD: Form lumber shall be Douglas Fir Construction Grade or better. Plywood shall be B-B Plyform Class I

Exterior DFPA. 2.03 ACCESSORIES: Form hardware, ties, clamps, spreaders, etc., shall be of adequate strength to maintain form in

place before, during, and after placement of concrete. PART 3 - EXECUTION 3.01 GENERAL: A. Qualifications of Installers: Use adequate numbers of skilled workers who are thoroughly trained and

experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section.

B. Form Design: It is Contractor's responsibility to design forms, shoring and bracing adequate to support the

men and materials, and to support all vertical and lateral loads imposed upon them, and in compliance with the requirements of the American’s with Disabilities Act, related Federal Access Guidelines and State Title 24 code requirements. Forms shall be substantial, unyielding, true to line and level, sufficiently tight to prevent leakage of mortar and shall conform exactly to the dimension indicated on the Plans. No wood of any kind, with the exception of wood bucks and nailing blocks, shall be installed inside the forms.

All points in the Form Work shall be accessible for cleaning and inspection prior to pour. Temporary openings shall be left where necessary.

Page 82: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

FORM WORK Page 2 Section 03100

C. Coordination: Contractor shall afford every tradesperson required to fasten Work to the structure every

facility for fastening sleeves, inserts, boxes, bolts, anchors, or other rough hardware accurately and securely in the forms. When form ties are removed, there shall be no metal closer than 1" from the surface of the concrete.

3.02 FORMING:

A. Exposed concrete surfaces: Forming for exposed concrete surfaces shall be constructed to show a minimum number of joints. Use full size sheets of plywood forming wherever possible. Unless otherwise shown on the Plans, joints shall be as inconspicuous as possible, symmetrical and evenly spaced on the finished surface. Align vertical joints to form one (1) continuous line. Align horizontal joints to form one (1) continuous line around the building.

B. Inside Forms: Drive nails on the inside of forms flush without hammer marks. Place beveled chamfer strips

in forms at external corners and edges of columns, girders, beams, and walls.

C. Stairs: Care shall be taken to form all angles and corners of stairs neatly and smoothly. Every nosing and riser shall be run straight to a template and screed, and every riser shall be cut and leveled back below the nosing. Treads shall be level lengthwise and sloped 1/8" from back to the nosing.

D. Temperature: Concrete shall not be deposited on forms which are at a temperature in excess of 90 degrees

Fahrenheit.

E. Removal of Forms: Remove forms in a manner that will insure the complete safety of the workmen and will not damage the concrete.

Do not remove forms for foundations, walls, columns and beam sides in less than 24 hours. Do not remove forms for roof slabs, opening and arch centers, and centering under beams, girders

and joists in less than 14 days. In no case shall forms and shores be removed until the member has acquired sufficient strength to

support its own weight and all superimposed loads. Where forms are removed in less than the required curing time, the curing shall be continued by wetting, covering or spraying as directed by the Structural Engineer.

3.03 CONDUIT AND PIPING: Pipes, other than conduits for electrical circuits, shall not be embedded within structural

concrete. Conduits shall be located within the middle half of the slab's thickness. No conduit shall be placed between reinforcing and the bottom of the slab. When located in columns, walls, beams, or foundations, conduit shall not impair the strength of the structure.

3.04 CLEAN UP: Upon completion of the Work of this Section, remove all trash, debris, excess materials and

equipment from the Work Site. Dispose of all such trash, debris and excess materials off site in a legal manner. END OF SECTION BJ/03100.MAS 02/26/09

Page 83: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Concrete Reinforcement Page 1 Section 03200

SECTION 03200 - CONCRETE REINFORCEMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS:

A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein.

B. Reference Standards: Work of this Section shall comply with the provisions of the following codes, specifications and standards, except as otherwise shown or specified:

American Concrete Institute: ACI 315, Manual of Standard Practice for Detailing Reinforced

Concrete Structures. ACI 318, Building Code Requirements for Reinforced Concrete. American Welding Society: AWS D12.1, Recommended practices for Welding Reinforcing Steel,

Metal inserts and Connections in Reinforced Concrete Construction. Concrete Reinforcing Steel Institute: CRSI Manual of Standard Practice.

1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Concrete Reinforcement Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following:

• Reinforcement; • Wire mesh; • Coordination with Work of other Sections; • Testing; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work.

1.04 TESTS AND INSPECTION:

A. Definitions: 1. Identified Reinforcing Steel: Is defined as any reinforcing steel which can be positively identified by the

Testing Laboratory as to source, heat number and mill analysis. 2. Unidentified Reinforcing Steel: Is defined as any reinforcing steel which cannot be identified as noted

above.

B. Tests: Test samples shall be taken at the job site unless the Structural Engineer determines it is more advantageous to take test specimens from the Suppliers Yard. No tests will be required for identified reinforcing steel. Unidentified reinforcing steel shall have one (1) series of tests made from each 2-1/2 tons or fraction thereof of each size of reinforcing steel. When conglomerate loads of differing heats, sources, analyses and including unidentified steel are to be tested, random testing at the discretion of the Testing Laboratory shall be made after receiving authority from the Structural Engineer. The Structural Engineer may refuse to accept unidentified reinforcing steel at the Engineer's discretion. Tests on unidentified reinforcing steel shall be paid for by Contractor.

C. Payment for Tests: City will pay for all tests and inspections of completed installation. Costs of all tests and

inspections at materials sources and costs of retests of rejected Work shall be borne by Contractor.

D. Contractors Responsibility: Arranging for and scheduling of tests and inspections are responsibilities of Contractor. Allow free access to materials stockpiles and facilities at all times.

E. Written Reports of Test Results: Contractor shall submit written reports, six (6) copies each, to the Park

Projects Inspector for each material sampled and tested, prior to the start of Work. Provide the project identification name and number, date of report, name of Contractor, name of testing service, source of materials, material manufacturer and brand name for manufactured materials, values specified in the referenced specification for each material, and test results. Indicate whether or not material is acceptable for intended use. Materials and installed Work may require testing, retesting and inspection as directed by the

Page 84: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Concrete Reinforcement Page 2 Section 03200

Park Projects Inspector.

F. Inspection: Contractor shall allow adequate time (48 hours minimum) for the Architect to inspect reinforcing in place and have necessary corrections made before scheduling concrete pours. All welding of reinforcing shall have continuous inspection by an Inspector approved by the Structural Engineer.

PART 2 - MATERIALS 2.01 BILLET STEEL BARS: All reinforcing shall comply with UBC Standard 26-4 and ASTM A615, grade as required by

the Plans; typical reinforcing bars shall be minimum Grade 60. Ties and Stirrups shall be minimum grade 40. No. 3 and larger bars shall be deformed.

2.02 WELDED WIRE FABRIC: Shall conform to ASTM A185 and Std. Spec Section 201-2.4 Wire Mesh

Reinforcement. 2.03 TIE WIRE: Shall be annealed steel, 16 gauge minimum, in conformance with Std. Spec. Section 201.2.3 Wire

Reinforcement. 2.04 WELDING ELECTRODES: Shall conform to AWS A5.1, low hydrogen, E7016 or #7018. 2.05 SUPPORTS FOR REINFORCING BARS: All supports for Work exposed to view or weather shall be made of

materials that will not rust or corrode (such as galvanized steel, precast concrete or plastic-coated units) so that finished surfaces will not be marred nor stained; supports shall be suitably sized and spaced for proper load distribution on earth or membrane so that membrane is not perforated and rebar does not sag before, during, or after placement of concrete. Use no supports of wood or other cellulose material.

2.06 NO. 2 REINFORCING: Shall conform to ASTM A30, Grade 80, round carbon steel bars. 2.07 No. 4 and 5 REINFORCING: Shall conform to ASTM A615, Grade 40 or Grade 60 billet steel. 2.08 TESTS AND INSPECTIONS:

A. Tests: The approved Testing Laboratory, whose services will be paid for by City unless noted otherwise, shall perform one tensile and one bending test for each 10 tons or fraction thereof of each size of reinforcement used, provided steel is properly identified by mill test reports of each size and lot. Otherwise, the lab shall perform one tensile and one bending test for each 2.5 tons or fraction thereof of each size of reinforcement in each log. Contractor shall bear costs of tests for unmarked reinforcement.

B. Inspections:

1. 3000 psi Concrete Reinforcing Installation: Contractor shall provide a registered Deputy Building Inspector at the job to inspect reinforcing steel installation prior to placement of concrete for all concrete having a design strength at 28 days of 3,000 psi and above. Inspector shall be approved by the Park Projects Inspector and the governing Building Department. Inspector shall be paid for by Contractor.

2. Welding Inspections: Contractor shall provide a registered Deputy Building Inspector, as required, at the

job for continuous inspection of all welding and placing of reinforcing bars. Inspector shall be approved by the Park Projects Inspector and the governing Building Department. Inspector shall be paid for by Contractor.

3. Certified Reports: All Deputy Inspectors shall furnish written certified reports on all Work inspected

certifying that the Reinforcing Work each has personally inspected was performed in accordance with the Plans.

Page 85: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Concrete Reinforcement Page 3 Section 03200

PART 3 - EXECUTION 3.01 GENERAL:

A. Field Conditions: Verify Plan dimensions with actual field conditions. Inspect related Work and adjacent surfaces.

B. Codes: Materials and Work shall conform to the governing Building Code. In case of conflict between these

specifications and the Building Code, the more stringent shall govern.

C. Standards: Except as called for on the Plans, all concrete reinforcing steel shall be bent and placed in accordance with the Code of Standard Practice and Specifications for Placing Reinforcement, of the Western Concrete Reinforcing Steel Institute, latest edition. Where the reinforcing is not placed in accordance with the Plans and Specifications, it shall be removed and replaced at no additional cost to City.

3.02 FABRICATION AND DELIVERY:

A. Bending and Forming: Fabricate bars of indicated size and accurately form to shapes and lengths indicated and required, by methods not injurious to materials. All bars shall be bent cold, do not heat reinforcement for bending. Bars with kinks, bends or offsets not conforming to the Plans will be rejected and shall not be used.

B. Marking and Shipping: Bundle reinforcement and tag with suitable identification to facilitate sorting and

placing; transport and store at site so as not to damage material. 3.03 PLACING:

A. Coordination: Coordinate with other trades and expedite materials and labor to avoid omissions and delay.

B. Clean Reinforcement: Before placing concrete, all reinforcement shall be free from rust, mill scale, grease, mortar, oil, dirt or other coating of any character which would likely reduce its proper bond with the concrete.

C. Placement: Place all reinforcement in accordance with CRSI Recommended Practice for Placing Reinforcing

Bars, latest edition, and the contract Plans. Use sufficient bar supports, ties, anchors, and other accessories to hold bars securely in place. Securely wire all stirrups and ties. All steel shall be accurately secured in place with annealed wire so that it will not be displaced during pour. Wall and slab steel shall be wired together at all points where reinforcing crosses. Steel reinforcing bars shall be lapped at all splices a minimum of 15 bar diameters. Where dowels and bars extend through construction joints, secure them firmly in position to avoid displacement during placement of concrete.

3.04 SPACING AND CLEARANCES:

A. Minimums: 1. Spacing: between parallel bars shall meet the following minimums:

a) 1" minimum clear distance b) 1-1/3 times the dimension of the maximum size aggregate c) 1 time the bar diameter

2. Clear Distances: Maintain minimum clear distance between reinforcing steel and face of concrete as indicated or as follows: a) Concrete footings formed against earth: 3" b) Concrete in forms with exposed face in contact with earth: 2" c) Walls: As detailed on plans d) Slabs: Center

3.04 WELDING: Bars larger than No. 11 shall be spliced by welding. Perform welding of reinforcing bars in accordance

with Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections for Reinforced Concrete Construction (AWS Standard D12.1). Provide mill reports showing chemical analysis assuring

Page 86: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Concrete Reinforcement Page 4 Section 03200

satisfactory weldability. Welders shall be certified and qualified by tests as prescribed in the Standard Qualification Procedures (AWS B3.0), and qualified by the governing Building Department.

3.05 FABRIC REINFORCEMENT: Roll out, straighten, cut to required size, and lay reasonably flat in place. Lap fabric

one full mesh at sides and ends; securely wire together and to other reinforcement at frequent intervals. All concrete slabs and concrete walks 8' or more in width shall be reinforced with 6" x 6" - #6 x #6 wire mesh placed in the center of the slab. Mesh shall be lapped not less than 6 inches at splices. Mesh shall be installed on chair supports.

3.05 CLEAN-UP: Following completion of Reinforcement Work, remove all unused materials and miscellaneous debris

from the construction site. Do not leave wire and bar remnants on the site. END OF SECTION BJ/03200.MAS 08/22/96

Page 87: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Cast-In-Place Concrete Page 1 Section 03300

SECTION 03300 - CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 RELATED DOCUMENTS: The provisions of the "Standard Specifications for Public Works Construction" shall

apply except as modified herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Cast-in-Place Concrete Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following:

· Provide all cast-in-place concrete as shown on the plans, including but not limited to the following:

• concrete retaining walls; • structural concrete slabs and walls; • concrete stairs and mow curbs;

· Coordination with Work of other Sections; · Testing; · Clean-up; and, · Replacements, Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK SPECIFIED ELSEWHERE:

Grading: Section 02210 Concrete Paving and Curbs Section 02515 Form Work: Section 03100 Concrete Reinforcement Section 03200

1.04 QUALIFICATIONS OF INSTALLERS: Throughout the progress of installation of the Work of this Section, provide

at least one English speaking person who shall be thoroughly familiar with the specified requirements, completely trained and experienced in the necessary skills, and who shall be present at the site and shall direct all Work performed under this Section. Use adequate number of skilled workers to ensure installation in strict accordance with the approved design.

PART 2 - MATERIALS 2.01 GENERAL: All materials shall conform to Section 201 CONCRETE MORTAR AND RELATED MATERIALS of

Standard Specifications.

A. Portland Cement: Shall comply with Standard Specifications Section 201-1.2.1 Portland Cement, and with UBC Standard 26-1, Type I or II, low alkali. Only one brand of cement shall be used.

B. Aggregates: Shall conform to Standard Specifications Section 201-1.2.2 Aggregates, and UBC Standard 26-

2.

C. Water: Shall be clean and free from deleterious amounts of acids, alkalis, salts, or organic materials and shall conform to Standard Specifications Section 201-1.2.3 Water.

D. Curing Compound: Shall be "Clear Seal" as manufactured by A.C. Horn, "Burke Cure Seal" as manufactured

by Burke Concrete Accessories, Inc., or City approved equal.

E. Form Lumber: Shall comply with Section 03100 Form Work.

F. Expansion Joint Materials: Shall comply with ASTM Standard D-1751-65, and shall be "Flexcell" as manufactured by Celotex Corporation, or "Kaiser" as manufactured by Kaiser Corporation, or City approved equal.

G. Abrasives for Non-slip Cement Finishes: Shall be either Aloxite Grains or Carborundum Grains, uniformly

graded from that passing through a No. 14 sieve to that retained on a No. 30 mesh sieve.

Page 88: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Cast-In-Place Concrete Page 2 Section 03300

H. Floor Hardener: Shall be "Clear Seal" as manufactured by either Grace Construction Materials or Burke

Concrete Accessories, Inc., or City approved equal. 2.02 CONCRETE DESIGN MIX:

A. General: Contractor shall provide designs for each strength of concrete and each size of aggregate, and

whenever the source of materials changes. The quality and quantities of materials used in Concrete portions shall be controlled at the batch plant by a Weightmaster. In no case shall concrete contain less than 5 and ½ sacks of cement per yard, and a maximum of 7 gallons of water per sack of cement. Concrete mixes shall not use aggregate exceeding 1-inch maximum size.

B. Compressive Strength: Concrete shall develop an ultimate compressive strength at 28 days as specified in

the concrete Class Use Table in Section 201-1.1.2 Concrete Specified by Class of the Standard Specifications as designated for its intended use, but in no case shall be less than the following:

Non-Structural Slabs on Grade: 2500 psi Foundations 2500 psi Structural Slabs, Beams, Joists 3000 psi Walls and Columns 3000 psi

C. Consistency and Slump:

1. Consistency: The consistency of the concrete shall be such that it can be readily worked around reinforcement and into corners and angles of the forms without excessive puddling, spading, or vibrating, and without permitting the materials to segregate or free water to collect on the surface.

2. Slump: Slumps shall be checked twice for each day's run of concrete mixture in accordance with ASTM

C-143. A complete record of slumps shall be kept. The maximum slumps allowable shall be as follows:

Slabs on Grade: 3" Mass Concrete (column footings, etc.): 3" Footings: 4" Reinforced Slabs and Beams: 4" Walls and Columns: 5"

2.03 TRANSIT MIX CONCRETE: Shall comply with UBC Standard 26-13. 2.04 GROUT AND DRY PACK:

A. Grout: Cement grout shall be composed of l part cement and 1-1/2 parts sand. The material shall be mixed dry and enough water added to make the mixture flow under its own weight.

B. Dry Pack: Shall be of the same mixture as grout, except that just enough water shall be added to hold the

mixture together in the hand. 2.05 RETAINING WALL SEALER: The back side of all retaining walls shall be sealed using Super Thoroseal as

manufactured by Thoro Consumer Products, BASF Construction Chemicals, LLC, 23700 Chagrin Blvd., Cleveland, OH 44122, www.ThoroProducts.com; (216) 839-7171, or City approved equal. Asphaltic emulsions are not an acceptable substitute.

PART 3 - EXECUTION 3.01 GENERAL: All Work shall conform to Section 303 CONCRETE AND MASONRY CONSTRUCTION of Standard

Specifications except as modified herein. 3.02 CONCRETE MIX: Contractor shall supply and pay all costs for concrete mix designs. Contractor shall deliver two

copies of each load ticket to the Park Projects Inspector.

Page 89: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Cast-In-Place Concrete Page 3 Section 03300

3.03 FORMWORK: Forms shall be substantial, unyielding, true to line and grade, and shall be placed to conform to the

dimensions for the Work as indicated on the Plans. 3.04 PLACING CONCRETE:

A. General: Concrete shall not be placed until forms and reinforcement, bolts, etc., have been inspected and approved by the Architect, and the Building Inspector. All foreign material shall be removed from forms and excavations. Wooden forms shall be thoroughly wetted. Mechanical vibrators shall be used in placing concrete except for concrete slabs on grade. Responsibility for proper placement, compaction and finishing rests with Contractor. Concrete shall not be placed while wind is blowing across exposed surfaces unless protected with wind breaks or other means.

B. Pours: Concrete for any one unit shall be placed in one continuous operation with construction joints located

as shown on the Plans, or as approved by the Structural Engineer prior to pour. Make pours of vertical concrete elements in approximately 2 foot lifts per hour. Allow 2 hours minimum after completing the pour of any vertical element before pouring beams, girders, or slabs supported thereon. Provide openings in forms, or other mechanical devices, so that the concrete does not have a free fall in excess of 4'-0" in height.

C. Joints:

1. General: Joints shall be straight, exactly horizontal or vertical, and the surface of the concrete shall be level wherever a run is stopped. Reinforcement shall be extended through the joints, or steel dowels shall be provided, sufficient to develop the full strength of the reinforcement.

2. Joints to Receive Masonry: Construction joints and concrete surfaces that are to receive masonry shall

be cleaned to remove all laitance and expose clean aggregates, firmly embedded in mortar. 3. Horizontal Joints: At horizontal joints, modify the regular mix by omitting 1/4 of the coarse aggregate

and pour to a depth of 2" on the prior concrete pour. Follow immediately with the placing of regular concrete.

4. Vertical Joints: At vertical joints, thoroughly wet and slush the face of the joints with neat cement grout

prior to placing new concrete. Concrete adjacent to the vertical joint shall be well soaked with water on the day preceding the pour.

3.05 SLAB FINISH:

A. Exterior Slabs: 1. Shall have a medium broom finish with 6” smooth-troweled “shiners” as directed by the Park Projects

Inspector. The finish must be true to line and grade. 2. Concrete walks shall have 1/4" thick expansion joints at maximum intervals of 40 feet and cold joints at

maximum intervals of 12 feet on center each way. Slabs to receive other separate topping shall be depressed as detailed.

3. All exterior flatwork shall drain positively, away from buildings, and shall comply with the requirements of

the American’s with Disabilities Act, related Federal Access Guidelines and State Title 24 code requirements, whether or not so indicated on the Plans. If indicated otherwise on the Plans, obtain clarification from the Parks Department Representative in writing. All exterior slabs shall drain away from the buildings at a minimum slope of 1/4" per foot for the first 6 feet perpendicular to the building wall.

4. Any condition which may result in water standing or flowing adjacent to buildings shall be brought to the attention of the Park Projects Inspector before placing concrete.

5. Maximum allowable tolerance for flatwork shall be a variation of 1/8" from a 10'0" straight edge. All

concrete walkways shall have a cross slope not to exceed 2%. All concrete walkways shall not exceed a longitudinal slope of 5%; if 5% is exceeded handrails shall be provided. All concrete walkways shall not have a drop off of more than 4” without either a 6” curb or guardrail along the edge of the slab

Page 90: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Cast-In-Place Concrete Page 4 Section 03300

wherever such drop off occurs. All “plaza” and “landing” areas within the walkway system shall not exceed 2% slope in any direction. All exterior slabs shall be sloped sufficiently to ensure positive drainage without birdbaths. The existence of birdbaths will be deemed sufficient cause for rejection of the concrete as defective work which shall be removed and replaced with proper work, all at no additional cost to the City.

B. Stair, Ramps and Landings: All stair treads, ramps and landings shall be rendered non-slip by applying the

non-slip abrasives material, in strict accordance with the directions furnished by the Manufacturer, at a minimum rate of 4 ounces per square foot just before the final trowel operations.

3.07 HARDENERS:

A. Liquid Hardener: All floor slabs are to receive liquid hardener unless noted otherwise. Hardener shall be applied to all floors as soon as practicable per the manufacturer's approved installation instructions. A second coat of liquid hardener shall be applied after the Work of the other construction trades is completed and surfaces have been thoroughly cleaned and are completely dry.

B. Dust Coat Hardener: Where the Architectural Finish Schedule calls for a Dust Coat Hardener, apply the

product in strict accordance with the directions furnished by the Manufacturer at a rate of 40 lbs. per 100 square feet.

3.08 CURING CONCRETE:

A. General: All concrete surfaces shall be kept continuously wet for a period of not less than 36 hours by ponding, soaking or spraying. Following this 36 hour period, the concrete shall be protected from loss of moisture for a minimum period of 10 days by the following means:

1. Water curing consisting of ponding, soaking, or spraying; 2. Covering with Kraft paper or plastic sheets; 3. Leaving Forms in place; and/or 4. Application of an approved liquid curing compound.

B. Compatibility: In the event the curing compound used is not compatible with the finish materials to be applied

to the concrete surfaces, Contractor shall neutralize the curing compound before applying the finish materials.

C. Weather Protection:

1. Low Temperatures: Concrete shall be protected from low temperatures at all times in accordance with the "Recommended Practice for Winter Concrete", as published by the American Concrete Institute (ACI-604).

2. High Temperatures: Concrete shall be protected from high temperatures at all times in accordance with

the "Recommended Practice for Summer Concrete", as published by the American Concrete Institute (ACI-605).

3.09 PATCHING AND FINISHING: Concrete surfaces that are exposed to view shall be smooth and free from form

marks. Wet and rub with a carborundum brick, or other abrasive block, until a uniform, fine-textured surface appearance is obtained. Use cement mortar paste in rubbing and remove excess material by brushing and washing. Smooth trowel and burnish weathering surfaces and leave external angles neatly rounded with an edging tool. Finished Work showing voids and separation of aggregates will not be accepted. After forms are removed and form ties withdrawn, all projections and fins shall be cut away from exposed surfaces and all honeycombs and porous surfaces shall be cut back to solid concrete. The defective surfaces shall then be repaired by the use of grout and finished to match the adjacent surfaces.

3.10 GROUT AND DRY PACK: Areas to receive dry pack shall be wetted down just before tamping dry pack. Dry pack

shall be sprinkled the same day it is applied, and shall be kept moist for a period of 3 days for proper curing. 3.11 FAULTY AND DEFECTIVE WORK:

Page 91: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Cast-In-Place Concrete Page 5 Section 03300

A. Removal of Defective Concrete: Concrete not conforming to the design, or which has voids, honeycombs, or

other defects, or which has been repaired other than under the direction of the Architect or the Architects representative, shall be deemed to be defective and shall be removed and replaced with acceptable Work. All concrete rubble resulting from such removal work shall be disposed of legally off the site.

B. Graffiti: Graffitied concrete surfaces will not be accepted. Contractor shall provide watchmen as required to insure a graffiti-free surface. Patching of concrete surfaces will not be permitted. Whole sections must be removed and replaced

3.12 CLEAN UP: During construction, keep the area clean and clear. Concrete spoils shall not be buried in backfills or

left on the site. On a daily basis and upon completion of the Work of this Section, remove all trash, debris, excess materials and equipment from the Work Site. Dispose of all such trash, debris and excess materials off site in a legal manner.

END OF SECTION BJ/03300.mas 01/15/08

Page 92: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Metal Fabrications Page 1

Section 05500

SECTION 05500 - METAL FABRICATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS:

A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein.

B. Reference Standards:

1. "American Society of Testing Methods" (ASTM) Standards as cited. 2. Standards of the American Welding Society (AWS)

1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Metal Fabrication Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Provide all miscellaneous metal and metal fabrications needed for the complete and proper construction of

the Project; • Fabricated handrails; • Coordination with Work of other Sections; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work.

1.03 QUALITY ASSURANCE:

A. Qualifications of Personnel: Use adequate numbers of skilled workers who are trained and experienced in the necessary crafts and who are familiar with the specified requirements and the methods needed for proper performance of the Work of this Section.

B. Welding: Perform all shop and field welding required in connection with the Work of this Section, adhering

to the recommendations of the American Welding Society. 1.04 SUBMITTALS: Submit copies of each of the following per Special Provisions Section 2-5.3 Shop Drawings and

Submittals and Technical Specifications Section 01300 Submittals at the pre-construction conference for the review and approval of the City prior to commencement of any Work: A. Materials List: Complete materials list of all items proposed to be furnished and installed under this Section.

B. Manufacturer's Specifications: Including any and all data required to demonstrate compliance with specified

requirements.

C. Shop Drawings: Provide Shop Drawings of all items proposed to be furnished and installed under this Section. Include plans, sections, elevations, and details as needed.

D. Templates: For anchor and bolt installation by other trades.

1.05 PRODUCT HANDLING:

A. Protection: Use all means necessary to protect the materials of this Section before, during and after installation and to protect the Work and materials of all other trades.

B. Replacement: In the event of damage, immediately make all repairs and replacements necessary to the

approval of the Park Projects Inspector and at no additional cost to City.

Page 93: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Metal Fabrications Page 2

Section 05500

PART 2 - MATERIALS 2.01 GENERAL: All materials shall conform with Section 206 MISCELLANEOUS METAL ITEMS of the Standard

Specifications except as modified herein. 2.02 COMPONENTS:

A. Metal Surfaces, General: For fabrication of the Work of this Section which will be exposed to view, use only those materials which are smooth and free from surface blemishes including pitting, seam marks, roller marks, rolled trade name, and roughness.

B. Standards: Materials shall comply with the following standards as applicable:

1. Steel plates, shapes, and bars: ASTM A 36. 2. Steel plates to be bent or cold formed: ASTM A 283, Grade C. 3. Steel tubing, hot-formed, welded, or seamless: ASTM A 501. 4. Steel bars and bar-size shapes: ASTM A 306, Grade 65, or ASTM A 36. 5. Cold-finished steel bars: ASTM A 108, grade as selected by the fabricator. 6. Cold-rolled carbon steel sheets: ASTM A 336. 7. Galvanized carbon steel sheets: ASTM A 526, with ASTM A 525, G 90 zinc coating. 8. Stainless steel sheets: Type 302/304 of American Iron and Steel Institute, 24 gauge, with number 4

finish. 9. Gray iron castings: ASTM A 48, Class 30. 10. Malleable iron castings: ASTM A 47, grade as selected by the fabricator. 11. Steel pipe: ASTM A 53, type as selected, Grade A, black finish unless galvanizing is required,

standard weight (Schedule 40) unless otherwise indicated. 12. Concrete inserts: Threaded or wedge type, galvanized ferrous castings, either malleable iron ASTM A

47 or cast steel ASTM A 27. Provide bolts, washers, and shims as required, hot-dip galvanized per ASTM A 153.

13. Non-shrink nonferrous grout: CE CRD C588. 2.03 FASTENERS:

A. General: Provide zinc-coated fasteners for exterior use and where built into exterior walls. Select fasteners for the type, grade, and class required.

B. Standards: All fasteners shall comply with:

1. Bolts and Nuts: Regular hexagon-head type, ASTM A 307, Grade A, Galvanized. 2. Lag Bolts: Square-head type, Fed. Spec. FF-B-561, Galvanized. 3. Machine Screws: Cadmium plated steel, Fed. Spec. FF-S-92. 4. Wood Screws: Flat-head carbon steel, Fed. Spec. FF-W-92. 5. Plain Washers: Round, carbon steel Fed. Spec. FF-W-92. 6. Masonry Anchorage Devices: Lead expansion shield, Fed. Spec. FF-S-325. 7. Toggle Bolts: Tumble-wing type, Fed. Spec. FF-B-588, type, class and style as required. 8. Lock Washers: Helical spring type carbon steel, Fed. Spec. FF-W-84.

2.04 PAINT:

A. Metal Primer Paint: 1. Use mixed pigment, alkyd varnish, linseed oil paint complying with Fed. Spec. TT-P-86, Type II; or

iron oxide, raw linseed oil, alkyd paint, complying with SSPC Paint 2-64, or basic silico chromate base iron oxide, linseed oil, alkyd paint complying with Fed. Spec. TT-P-615, Type II.

2. Primer selected shall be compatible with finish coats of paint. Coordinate selection of metal primer with actual finish paint specified.

B. Galvanizing Repair Paint: Use a high zinc dust content paint for re-galvanizing welds in galvanized steel,

Amerlock 400 AL, as available from Ameron Protective Coatings Division, 201 N. Berry Street, Brea, CA 92622, PH: 714/529-1951, or City approved equal.

Page 94: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Metal Fabrications Page 3

Section 05500

2.05 FABRICATION:

A. Workmanship: 1. Use materials of size and thickness shown or, if not shown, of required size and thickness to produce

strength and durability in the finished product. 2. Work to dimensions shown on the Plans, or as shown on the approved Shop Drawings if submitted,

using proven details of fabrication and support. 3. Use type of materials shown or specified for the various components of the Work. 4. Form exposed Work true to line and level, with accurate angles and surfaces and with straight sharp

edges. 5. Ease the exposed edges to a radius of approximately 0.8 mm (1/32") unless otherwise shown. 6. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise

impairing Work. 7. Weld corners and seams continuously, complying with AWS recommendations. At exposed

connections grind exposed welds smooth and flush; match and blend with adjoining surfaces. 8. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever

possible. Use exposed fasteners of type shown or, if not shown, use Phillips flat-head (counter-sunk) screws or bolts.

9. Provide for anchorage of the type shown. Coordinate with supporting structure. Fabricate and space the anchoring devices to provide adequate support for intended use.

10. Cut, reinforce, drill, and tap Miscellaneous Metal Work as indicated to receive finish hardware and similar items.

B. Galvanizing: Provide a zinc coating for those items shown or specified to be galvanized, as follows:

1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing rolled, pressed, and forged steel shapes, plates, bars, and strip 3 mm

(1/8") thick and heavier. 3. ASTM A 386 for galvanizing assembled steel products.

C. Shop Painting:

1. Remove oil, grease, and similar contaminants in accordance with the Standard Specifications, Section 310-2 SURFACE PREPARATION FOR PAINTING STEEL STRUCTURES.

2. Clean off heavy rust and loose mill scale and other deleterious materials before applying shop coat in accordance with Standard Specifications, Section 310-2 SURFACE PREPARATION FOR PAINTING STEEL STRUCTURES.

3. Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's recommendations, and at a rate to provide the recommended dry film thickness.

4. Shop paint miscellaneous metal work, except members or portions of members to be embedded in concrete or masonry, surfaces and edges to be field welded, and galvanized surfaces, unless otherwise specified.

5. Use painting methods which will result in full coverage of joints, corners, edges, and exposed surfaces.

6. Apply one shop coat to fabricated metal items; except, apply two shop coats to surfaces inaccessible after assembly or erection. Change color of second coat to distinguish it from the first coat.

2.06 MISCELLANEOUS METAL FABRICATIONS:

A. Rough hardware: 1. Provide bent or otherwise custom fabricated bolts, plates, anchors, hangars, dowels, and other

miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete and other structures.

2. Manufacture or fabricate items of sizes, shapes, and dimensions required. 3. Provide malleable iron washers for heads and nuts which bear on wood structural connections;

elsewhere furnish steel washers.

Page 95: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Metal Fabrications Page 4

Section 05500

PART 3 - EXECUTION 3.01 GENERAL: All Work shall conform with Section 304 METAL FABRICATION AND CONSTRUCTION of the

Standard Specifications. 3.02 INSPECTION: Examine the areas and conditions under which miscellaneous metal items are to be installed, and

correct conditions detrimental to the proper and timely completion of the Work. Do not proceed until unsatisfactory conditions have been corrected.

3.03 PREPARATION: Furnish setting drawings, diagrams, templates, instructions, and directions for installation of

anchorages, such as concrete inserts, anchor bolts, and miscellaneous items having integral anchors, which are to be embedded in concrete construction. Coordinate delivery of such items to project site.

3.04 INSTALLATION:

A. Fastening To In-place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in-place construction including threaded fasteners for concrete inserts, toggle bolts, lag bolts, wood screws, and other connectors as required.

B. Cutting, Fitting, and Placement:

1. Perform cutting, drilling, and fitting required for installation of miscellaneous metal fabrications. 2. Set Work accurately in location, alignment, and elevation, and make plumb, level, true and free from

rack, measured from established lines and levels. 3. Provide temporary bracing or anchors in formwork for items which are to be built into concrete or

similar construction. 4. Fit exposed connections accurately together to form tight hairline joints. 5. Weld connections which are not to be left as exposed joints, but cannot be shop welded because of

shipping size limitations. 6. Grind exposed joints smooth, and touch up shop paint coat. Do not weld, cut, or abrade the surfaces

of exterior units which have been hot-dip galvanized after fabrication, and are intended for bolted or screwed field connections, except where required for vandal resistant anchorage.

C. Field Welding: Comply with AWS Code for procedures of manual shielded metal-arc welding, appearance

and quality of weld made and methods in correcting welding Work. Tack weld all exposed fasteners to prevent unauthorized removal. Include all fasteners on the roof.

D. Touch-up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of

shop paint, and paint exposed areas with same materials as used for shop painting. Apply by brush or spray to provide minimum dry film thickness of 0.051 mm (2.0 mils).

3.05 CLEAN UP: Upon completion of the Work of this Section, clean up the Project Work Site removing all unused

materials, trimmings, cuttings, metal shavings, burrs, or bits and all other miscellaneous debris and trash that results from this Work. Wipe down all fabricated items and adjacent improvements to remove cutting oil, grease or other soil and stains that may result from this Work.

END OF SECTION BJ/05500.MAS 01/17/08

Page 96: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 1 Section 16530

SECTION 16530 - ELECTRICAL PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction,"

shall apply except as modified herein. 1.02 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and

services necessary for the execution and completion of all Electrical Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following:

• Coordination with Work of other Sections; • Submittal of a complete materials list, catalog cuts, Work Schedule, and other submittals as required; • Submittal of Shop Drawings for: relocation of one light pole and fixture; pole foundations; • Obtaining all necessary permits and building department inspections; • Excavation, backfill and compaction for pull boxes, pole foundations, and trenches; • Disposal of excess earth as directed by Inspector; • Provision of approved shoring, lights and barricades, as required by site conditions and as specified; • Boring of conduit under existing pavement; • Saw-cut, removal and patch-back of existing pavement as necessary to install new conduit runs; • Repair of all damage to all existing improvements caused by the Work; • Underground distribution conduit, cable and underground pull boxes; • Distribution and control equipment; • Concrete light pole foundations with reinforcing steel, anchor bolts, embedment of same, conduit embedment,

and provision of electrical ground connection at the poles; • Relocation of one pole and pole mounted fixtures complete with lamps; • Branch circuit wiring system with panelboards, wiring devices, conduit, conductors, and all related equipment; • Spare parts and turnover items; • 'As-built' Record Drawings; • Testing; • Clean-up; • Replacements, Repairs, Guarantees and Warranty Work.

1.03 RELATED WORK SPECIFIED ELSEWHERE:

Submittals 01300 Concrete Paving and Curbs 02515 Concrete Reinforcement 03210

1.04 PRE-BID SITE VISIT: The Bidder is required to make a thorough field investigation to determine accurately the

existing conditions and materials as to the electric power distribution system prior to bid. Where deviations occur between the field conditions and the Plans and/or Specifications, a clarification shall be requested 10 days prior to the bid opening; otherwise the necessary changes shall be made at no cost to City as directed by the Park Projects Inspector.

1.05 COORDINATION OF WORK: Contractor shall schedule the Work to coordinate with City and all other Collateral

Work and other contracts in progress on-site at all times. Necessary coordination shall be specified during the preconstruction conference.

1.06 PERMITS AND INSPECTIONS:

A. Permits: Permits are required. See Special Provisions, Section 7-5 Permits.

B. Inspections: Inspections are required. Contractor shall notify the Park Projects Inspector 48 hours (two working days) prior to required inspections. No Work shall be covered prior to inspection. At the time of electrical inspections, Contractor shall make available a complete field set of Plans and Specifications. The

Page 97: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 2 Section 16530

field set of Plans shall be marked up to show detail variations from the Plans. Variations must have prior approval of the Park Projects Inspector.

All light pole locations shall be spotted in the field by the Contractor, and the pole locations shall be inspected and accepted by the City prior to commencement of trenching for conduit runs and digging of the pole foundation.

1.07 SUBMITTALS: The following shall be submitted to the Park Projects Inspector at the pre-construction

conference:

A. Schedule: A complete schedule of Electrical Work and a job cost breakdown for progress payment purposes.

B. Shop Drawings:

1. Poles & Foundations: Complete Shop Drawings for the relocated light pole and foundation. The structural calculations for the light pole foundation had been completed by the City.

C. Materials Lists and Catalog Data: Complete materials list with equipment brochures "catalog cuts"; two (2)

copies. Submitting a catalog number and manufacturer's name as a materials list stating that the items will be furnished to meet specifications will not be acceptable. The following items by make and number, where applicable, must be listed in the submittal: underground conduit, rigid galvanized steel conduit, cable, wire, pull boxes, fixtures, lamps, control equipment, outlets, boxes, breakers, photocells, switches, time clock, lamps.

1.08 PROPOSED SUBSTITUTIONS AND "APPROVED EQUALS":

A. Proposed Substitutions: See Special Provisions, Section 4-1.6.1 Proposed Substitutions. If substitution of the fixtures for area lighting, security lighting, or sports floodlighting is proposed, the submittal shall include data on a similar project located in Southern California, and shall include data on the footcandle levels achievable given the pole height and spacing shown on the Plans or as proposed. If substitution of the light poles is proposed, the submittal shall include pole and foundation Shop Drawings signed by a Structural Engineer registered in the State of California.

B. "Approved Equal": See Special Provisions, Section 4-1.6.2 Approved Equal.

1.09 TESTS:

A. General: Contractor shall make all tests required by the Park Projects Inspector, City's Public Utilities Department Electrical Inspectors, City's Building Division Inspectors, and all other authorities having jurisdiction. The cost of all tests, the replacing and/or repairing of all damage resulting from these tests, and all other Work necessary to replace materials and Work that are not in accordance with the Electrical Ordinance, Safety Orders, Plans and Specifications shall be borne by Contractor. Should Contractor refuse, or neglect, to make any tests necessary to verify for the Parks Department Representative that Contractor has carried out the intent of the Plans and Specifications, City may make such tests and charge the expense thereof to Contractor, and such expenses will be retained out of final payment.

B. Wiring and Connection Continuity:

1. Testing Prior to Final Acceptance Inspection: Contractor shall test all wiring and connections for continuity, grounds and short circuits before the devices and equipment are connected. Each panel shall be tested with mains disconnected from feeder, branches connected, switches and fixtures connected but without lamps. After completion of the electrical systems, Contractor shall individually re-test all circuits, lighting fixtures and equipment for shorts, open circuits and grounds in compliance with applicable regulations.

2. Final Acceptance Tests: At the time of the Final Acceptance Inspection, Contractor shall have a

qualified electrician at the job site to make all tests that may be requested by either the City or the City's Design Engineer. Contractor's electrician shall demonstrate the satisfactory operation of the entire electrical system, including all equipment and lighting fixtures.

Page 98: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 3 Section 16530

C. Operational Test: Upon job completion, all electrical loads and controls shall be tested under full operating

conditions and all defective materials, equipment, devices or faulty workmanship shall be immediately replaced at no cost to City. Contractor will be required to make standard equipment, materials and performance tests and other reasonable tests that may be required (such as electrical insulation resistance or equipment temperature rise). The costs for all tests shall be the responsibility of Contractor.

1.10 GUARANTEE: The Guarantee Provisions of the Special Provisions are supplemented as follows as such

provisions pertain to the Electrical Work:

A. General: Contractor shall guarantee all Work under this Contract to be free from defects of workmanship and materials for a period of one (1) year from date of the filing of the Notice of Completion. Contractor shall guarantee to repair or otherwise make good at Contractor's own expense any defects developing within that period of time. The Guarantee shall be in the form required in the Special Provisions. Work shall be performed within 48 hours after receiving notice from City. Notice may be by phone or letter.

1.11 TURNOVER ITEMS:

A. General: Upon completion of the Work, at the Final Acceptance Inspection, Contractor shall submit turnover items to the Park Project Inspector as follows: 1) Record Drawings; 2) Spare Parts; 3) Panel Keys (2 sets minimum); 4) Operation and Maintenance Manuals; 5) Warranty Cards for all Equipment.

B. Record Drawings:

1. Preparation and Maintenance Responsibility: Record Drawings shall be prepared and maintained in the field by Contractor. All notes, dimensions, and drawings shall be done with red ink from a ballpoint pen on ozalid prints. All drawings shall be legible, clean and dry. Contractor shall accurately record all changes in the Work on the ozalid prints.

2. Content: The Record Drawings shall show all changes in the Work, the location of all stubbed-outs

(i.e. ends of all underground conduits, fully dimensioned with references to permanent surface landmarks such as buildings, sidewalks, curbs, etc.), and shall note all junction and pull boxes installed, including any not shown and/or called for on the Plans.

3. Workmanship: Upon completion of each increment of Work, transfer all such record information to

the prints. All changes and dimensions shall be recorded in a legible and workmanlike manner to the satisfaction of the Inspector. Data shall be recorded on a daily basis and shall be subject to inspection each day. Record Drawings shall be maintained on site at all times that Work is underway and for inspections. Failure to provide Record Drawings for review will be considered cause for rescheduling of inspections and may result in withholding of progress payments until acceptable Record Drawings are provided.

PART 2 - MATERIALS 2.01 GENERAL:

A. Standards and Codes: All materials and workmanship shall conform with all regulations and codes identified in Subsection 209-1 REGULATIONS AND CODES of the Standard Specifications, and with the standards of the latest edition, including revisions, of the Uniform Building Code (UBC) and the National Electrical Code (NEC) as adopted by City. Nothing in these Plans and/or Specifications shall be construed to permit Work below the standards of the above regulations, standards and codes.

B. New Materials and Equipment: All material and equipment shall be new and suited for the intended use

and shall conform with American National Standards Institute (ANSI) and National Electrical Manufacturers Association (NEMA) requirements. All material and equipment shall bear the label of or be listed by the Underwriter's Laboratories (UL), the Electronic Industries Association (EIA) or the National Fire Protection Association (NFPA), where applicable.

Page 99: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 4 Section 16530

C. Standard Products: All material and equipment shall be the standard products of manufacturers regularly

engaged in the production of such material and equipment and shall be the latest improved design.

D. Same Manufacturer: All material and equipment of the same type or of one system shall be supplied by the same manufacturer.

E. Tamper-proof Fasteners: All screws and fasteners required for all electrical equipment shall be

tamper-proof where installed less than twelve (12) feet above finished grade and exposed to public.

F. Minimum Sizes and Quantities: In no case shall conduits, wires, etc., be smaller in size or less in number than as shown on Plans and/or as called for in the Specifications, even though codes may accept otherwise.

2.02 RACEWAYS:

A. Raceways and Fittings: 1. Fittings: All fittings for raceways shall be of the make, quality and finish of the conduit used. Special

fittings as required shall be Appleton "Unilet," Crouse-Hinds "Condulets," or Pyle-National "Pylets." Aluminum die cast or pot metal fittings are NOT approved.

2. Rigid Steel: Shall conform to industry standards and shall be full weight pipe with threaded and

screwed joints and shall be protected on inside and outside by galvanizing, or equivalent process. Aluminum die cast or pot metal fittings are NOT approved.

3. Electrical Metallic Tubing: Shall be thin-wall steel conduit conforming to industry standards and shall

be galvanized. Fittings shall be gland ring, water tight compression type. Aluminum die cast, pot metal, indentor and set-screw type fittings are NOT approved.

4. Flexible Metallic Conduit: Shall be galvanized steel, interlocking, single-trip type, except where

specified otherwise and shall be suitably protected against corrosion. Fittings shall be Thames and Betts "Tight-Bite," or City approved equal.

5. PVC Conduit and Fittings: Shall be U.L. listed Schedule 40 with solvent welded and/or molded thread

fittings. PVC cut thread fittings are NOT acceptable.

B. Bushings and Locknuts: Bushings, locknuts and similar devices shall be galvanized cast steel or cast iron, malleable iron, or galvanized steel. Fittings and boxes made of die cast aluminum or pot metal are not approved.

C. Outlet Boxes:

1. For Concealed Work: Shall be galvanized, one piece, pressed steel, knockout type, sized per code. 2. For Exposed Work Within 6 Feet of the Floor or for Exterior Work: Shall be Appleton, Crouse-Hinds

or Pyle-National galvanized cast steel, cast iron, or malleable iron type with threaded hubs and neoprene cover gasket. Aluminum die cast and pot metal are not approved.

3. Lighting Outlets: Shall be 4-inch square, or larger, equipped with fixture studs and raised plaster ring where required.

4. Local Switch and Receptacle Outlets: a) For Concealed Work: Shall be 4-inch square or larger, with raised plaster ring for single or

two-gangs as required. b) For Exposed Work: Shall be Type FS or FD cast metal box with cast cover and gasket.

D. Concrete Pull Boxes: Concrete pull boxes shall be as manufactured by Brooks Concrete Products,

Quickset, or City approved equal. Covers shall be cast iron, bolted down with tamper-proof screws. Boxes shall have a six (6) inch diameter drain hole in the bottom. See Plans for size, or size by code, whichever is larger.

Page 100: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 5 Section 16530

2.03 CONDUCTORS:

A. General: All conductors shall be new copper conductors, in unbroken reels or containers of recent manufacture, shall bear the Underwriters' label, the manufacturer's trademark, and the type and size of the conductor. Unless otherwise specified, all conductors shall be insulated for 600 volts. All conductors shall be stranded, except where noted otherwise on the Plans or in the Specifications. For interior wiring within buildings, sizes No. 8 AWG and smaller conductors may be solid where permitted by code.

B. Type: All conductors shall either be type THHN/THWN or type XHHW as manufactured by General

Electric, Paranite, General, Circle, Cirro, Anaconda, or City approved equal. 2.04 MISCELLANEOUS:

A. Concrete: 1. Packaging: Cement shall be packaged in strong paper or jute sacks with the brand and name of the manufacturer plainly marked thereon. 2. Aggregates: The grading of coarse aggregates for all slabs shall be the 1" to No. 4 range as set forth

in Table 26-2-A of U.B.C. Standards, 1988 Edition, Standard 26-2. Grading of coarse aggregates for all other precast and poured-in-place concrete shall be 1-1/2" to No. 4 range of the same Table 26-2-A.

3. Storage: Aggregate shall be stored separately and measured in a manner to avoid the inclusion of foreign materials.

4. Water: Water required for all purposes shall be clean, free from strong acids, alkalis, oil, or organic materials.

5. Classes by Use: a) Pole Foundations Concrete: Shall be class 560-C-3250, maximum slump of 4" and shall be

ready-mixed concrete, conforming with Standard Specifications Section 201 CONCRETE, MORTAR, AND RELATED MATERIALS.

b) Conduit Cover Red Concrete: Concrete for conduit cover/encasement shall include red integral color admixture and shall comply with Class 450-C-2000, per Standard Specifications Section 201 CONCRETE, MORTAR AND RELATED MATERIALS.

2.05 LIGHT SYSTEMS:

A. Pole Mounted Security Lighting (Existing): 1. Fixtures:

a) Type A - Security lighting fixture for the Handball Court (to be relocated) is tamper-proof one piece cast aluminum finned housing 1000 watt Metal Halide luminaire with integral ballast compartment, polycarbonate lens, 240 volt regulated output ballast, and one piece spun aluminum top with tamper-proof screw cover for mounting on a pole. Fixtures shall be Spaulding DT2-FM-MS1K-H4-Q-DB (Lamps: 2x1000WSMHx240V), or City approved equal.

2. Pole (Existing to be relocated):

a) General: Light poles shall be coordinated with the corresponding fixture. All poles shall be marked with bead weld or riveted metal plates 2" high letters 12" above the base or on hand hole with the respective pole number.

b) Type I (Existing) pole shall be a 5” square steel pole, 25 feet tall, KW Pole Part # RTSP25-6.1-11-(F)-(*), or City approved equal.

PART 3 - EXECUTION 3.01 GENERAL:

A. Installation Standards: All materials and equipment shall be installed in a secure, neat and workmanlike manner by competent workers in conformance with the requirements of the NECA "Manual of Good

Page 101: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 6 Section 16530

Workmanship," and any item not so installed shall be corrected to meet the complete approval of the Parks Department Representative. If at any time Contractor believes that proper results cannot be secured through the use of materials and installation procedures specified, it shall be Contractor's obligation to immediately notify the City's Design Engineer and the Parks Department Representative, IN WRITING, setting forth Contractor's reason.

B. Materials Storage and Protection after Installation: Contractor assumes all responsibility for materials,

storage, damage to equipment and safety to all personnel and the public, until Final Acceptance of the Project by City. Sensitive electrical equipment should not be installed until major construction Work is completed. During and after installation, equipment shall be protected from all damage from any cause including water, dust, paint, wet concrete, plaster, etc. Adequate barricades and lighting shall be provided for all open trenches and excavations.

3.02 PROTECTION OF EXISTING SITE IMPROVEMENTS: Contractor shall restore all park equipment, turf areas,

irrigation, concrete, etc., that are damaged as a result of Contractor's operations. Repairs shall be made to like-new condition, including re-sodding of all trenches, per the instructions of the Park Projects Inspector. Repairs to the irrigation system shall be made in accordance with the Standard Specifications for Public Works Construction, latest edition. Materials for such irrigation repairs shall be as designated by the Park Projects Inspector.

3.03 PLANS - PERFORMANCE:

A. General: 1. Diagrammatic Plans: The extent and general arrangement of the new and existing equipment, light

poles, conduit, and wiring systems, are as shown on the Plans which are essentially diagrammatic. The Plans indicate the required sizes and points of termination of conduit and wires and routes to avoid obstructions and preserve clearance; however, it is not the intention of the Plans to show all necessary offsets, etc. It shall be the responsibility of Contractor to install all of the Work to conform to specific conditions found on the site.

2. Verification of Dimensions and Locations: Before proceeding with any Work, Contractor shall carefully check and verify all locations and dimensions of equipment at the site. Once all site paving areas have been laid out in the field, all pole locations shall be spotted in the field by the Contractor, and the pole locations shall be inspected and accepted by the City prior to commencement of trenching for conduit runs and digging of the pole foundation.

3. Work as Necessary for a Complete Installation: a) Work as Shown on Plans: Work covered by notes on the Plans must be furnished and installed

whether or not such Work is mentioned in the Specifications. b) Work Neither Specified Nor Shown on Plans: All incidental items which are neither mentioned in

the Specifications nor noted on the Plans, but which are obviously necessary to make a complete working installation shall be provided and paid for by Contractor. All items which are required by codes, which are neither specifically mentioned in the Specifications nor noted on the Plans, but which are deemed necessary by the Building Inspector shall be provided and paid for by Contractor, at no additional cost to City.

3.04 TRENCHING:

A. Existing Irrigation: Trenching shall be coordinated with the existing irrigation system. Plans are available for Contractor's review at the Park and Recreation Department Offices. All irrigation lines damaged due to Contractor's operations, whether or not located as shown on record plans, shall be repaired by Contractor at no additional cost to City and in accordance with City standards. Upon the request of Contractor, a demonstration of the existing irrigation system in all areas to be trenched will be performed by City forces to verify the operational condition of the system prior to commencement of Trenching Work. If Contractor does not request this demonstration, it is assumed that Contractor agrees all systems are fully operational and in good working order.

Page 102: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 7 Section 16530

B. Existing Trees: Contractor shall take special care when trenching in proximity to existing trees not to

damage tree roots during trenching operations. Tree roots over 2" in diameter shall not be cut, but shall be tunneled under. When roots over 1" in diameter are cut, the root shall be pruned square to the root's direction of growth and sealed using a pruning sealer as approved by the Park Projects Inspector. Root pruning and sealing shall be inspected and approved by the Park Projects Inspector prior to backfilling of the trench.

C. Trenching:

1. All pole locations shall be spotted in the field by the Contractor, and the pole locations shall be inspected and accepted by the City prior to commencement of trenching for conduit runs and digging of the pole foundation.

2. Excavation: Contractor shall perform all Excavation Work necessary to permit installation of conduit,

cables and other underground Electrical Work included in the Project. Excavate trenches and pits to minimum dimensions that will permit placing conduits and other Work. Where necessary, provide shoring and bracing to prevent caving of banks. Provide and maintain in place necessary barriers, guardrails or covers while excavations are open. No trenches or excavations shall be left open when Contractor is not present on the site.

3. Conduit Depths: All underground conduits not located beneath building floor slabs shall be installed a minimum of 36" to a maximum of 42" below grade. Conduit below floor slabs shall be installed 4" below the subgrade elevation for the floor slab.

3. Coordination with Serving Utility: Contractor shall contact the serving utility and shall coordinate the

specific requirements of the respective utility provider for electrical and telephone service conduits with respect to location, materials, depth of cover, etc.

4. High Voltage Colored Concrete Conduit Covered/Encasement: Where voltage carried exceeds 240 Volts, all such conduit runs shall be covered with a layer of red concrete of a minimum of 3" thick.

5. Backfill of Trenches: As soon as conduit installation is complete, inspected, and approved, all trench excavation shall be backfilled. Backfill over conduits shall contain no rocks, broken concrete or trash. Trench backfill shall be placed in 6" lifts, hand or mechanical tamped to minimum 95% compaction. Flooding of trenches for compaction will not be permitted. Excess earth shall be disposed of as directed and when asked to do so as Work progresses.

6. Trench Settlement: Contractor shall fill all trenches which settle during the Contract Period and, under

the guarantee provisions, within one year of the date of Final Acceptance of the Project, all at no additional cost to City.

3.05 RACEWAYS:

A. General: Conduit fiber lined bushings shall be used with locknuts at all cabinets, switchboards, housings and pull boxes, etc.

B. Openings, Chases and Sleeves:

1. Contractor shall be responsible for the proper locations and sizes of all openings, chases, sleeves, etc., required in the building structure to accommodate Contractor's Work, and shall, sufficiently in advance of Contractor's needs and in advance of construction, provide for same so as to avoid cutting. Should compliance with these provisions be neglected, delayed or incorrect, and additional Work is thereby required, such additional Work shall be considered as part of the Work of this Section, and no additional payment will be allowed.

2. Where cutting is necessary to install Work under this Section, it shall be done by methods that will not damage the structure.

C. Existing Conduit: Where existing conduit runs are to be reused, any existing wires shall be removed and

the conduit swabbed clean with a mandrel before installation of all new conductors.

Page 103: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 8 Section 16530

D. Underground Conduit: All underground conduit runs shall be PVC with rigid steel sweep ells and rigid steel

risers. All conduit runs made up either in part or entirely with PVC shall contain a green grounding conductor. All stub ups into switchboards and poles shall be rigid steel conduit with ground bushings properly grounded. All stub outs shall be terminated with non-cemented approved PVC pipe caps. All underground conduit containing cable shall be sealed with duct seal at each end.

E. Exposed Conduit: Conduit exposed to weather shall be rigid steel with steel ells and risers. All ells 45Ε and

larger shall be factory made sweep bends.

F. Empty Conduit: All empty conduit runs for future use shall be identified with a conduit marker tag at both ends. The identification number shall be shown on the Record Drawings. Tags shall be 1" in diameter, made of 20 gauge brass 12 gauge plastic, or "Dymo" tape plastic and have stamped numbers and/or letters, both 1/4" high. Use brass or copper 12 gauge wire to connect tags to conduit. Provide and install a 3/16" polypropylene pull cord in each conduit.

G. Conduit in Walls: All conduits in walls shall be rigid steel or EMT only. PVC conduit shall not be installed in

masonry or concrete walls.

H. Flexible Metallic Conduit: Shall be used for all final connections to equipment subject to motion and/or vibration, and in locations where structural conditions make the use of rigid conduit impractical. Liquid tight flexible conduit shall be used for all final connections in wet, damp, or outdoor areas where the Plans indicate flexible conduit. Do not use flexible conduit in public areas. Lengths used shall not exceed six (6) feet maximum.

I. Rigid Steel Conduit: Shall be used for conduit exposed to weather and where embedded in concrete

construction. All rigid steel conduits exposed to earth, embedded in concrete slabs on grade, and up to 12" above finished grade shall be wrapped, 50% overlapped, with 20 mil PVC tape, Scotchwrap No. 40 (green) or City approved equal. Do NOT use rigid steel conduit for exposed raceways surface mounted in interior public spaces.

J. PVC Conduit: Shall be used only underground and below concrete slabs on grade. Whether noted

otherwise on the Plans or not, PVC ells are NOT approved, and shall NOT be used.

K. Fittings: Furnish and install all fittings and special devices necessary for proper installation, connection and operation of the system. Install sealing fittings where conduits enter hazardous or moist room areas. Sealing fittings shall be filled with sealing compound, according to the manufacturer's instructions, after wires are installed.

L. Hangers and Supports: Furnish and install all inserts, hangers and supports required for supporting

switches, conduits, junction and pull boxes, fixtures and similar materials and equipment. All horizontal and vertical runs of exposed conduits, and conduits larger than one inch located above furred ceilings, shall be supported at intervals of not more than 10 feet. Conduit one inch or smaller, located above suspended ceilings shall be fastened to the ceiling furring in a manner approved by City's Building Division Inspector.

1. Individual conduits: On concrete construction individual conduits, one inch and smaller, shall be

secured with one hole malleable iron pipe straps and screws and inserts. On steel construction such small conduits shall be secured with suitable clamps. Conduits larger than one inch shall be attached to framing members with approved pipe hangers. Perforated steel plumbers tape shall not be used. Conduits shall not be attached to motors or other vibration producing equipment.

2. Groups of Conduits: Where conduits are grouped together, the group shall be supported on channels as manufactured by "Unistrut", "Kindorf", or City approved equal.

Page 104: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 9 Section 16530

M. Conduit Installation: 1. Conduits in finished areas shall be run concealed, except as otherwise shown on the Plans or herein

specified. Conduit shall be connected to outlet boxes and cabinets with double locknuts and bushings. Where conduit cannot be connected with standard couplings, only approved conduit unions shall be used. Where conduits cross expansion or seismic joints, "O.Z." type DX, or equal, expansion and deflection fittings shall be used. Except where PVC conduit is used with rigid steel risers and ells, each run of conduit shall be made up in its entirety of one material. Open ends of conduit, unless in a closed box or cabinet, shall be closed with approved conduit caps or closures, as soon as installed, and shall be kept closed until ready to pull in conductors. Bends in all conduits one inch trade size, or larger, shall be made with factory elbows or with an approved hydraulic bender. Running thread connections shall NOT be used. Threadless fittings shall NOT be used.

2. The joints of all conduits installed below ground, in concrete in contact with the ground, or where

exposed to the weather, shall be made liquid and gas tight.

N. Junction Boxes: All weatherproof boxes or boxes installed on rigid conduit runs shall be cast metal weather-tight boxes with gaskets and mating covers.

O. Concrete Pull Boxes: Install concrete pull boxes where noted on the Plans. Concrete boxes shall be set

flush with sidewalk or 1" above finished grade in turf areas or as noted. Concrete boxes shall be made in sections and cemented or grouted together to form a watertight seal. Boxes shall set on 24" of crushed clean 1" rock. The 6" drain hole shall be opened and cleaned out before sealing top. Top shall be sealed after inspection.

3.06 CONDUCTOR INSTALLATION:

A. General: All wires and cables shall be of the sizes and types as shown on the Plans and as specified herein. The minimum allowable wire size for any Work on this Project shall be No. 12 AWG. All wire shall be sized as required by code or as called for on the Plans whichever is larger. Ground wire shall be green THWN or XHHW. Wires shall be color coded for each leg. Neutral shall be white THWN or XHHW. Cable underground shall be color coded by phase. Conductors shall not be installed in any conduit system until the following has been performed: 1. Conduit system has been inspected and approved. 2. Conduit system is free of moisture, dirt and debris.

B. Connections:

1. Connections shall be made without strain on the conductors and all strands of wire shall be included in the splice or termination.

2. All taps or connections to conductors shall be made with compression type connectors, except that conductors smaller than #8 may have soldered connections. Solderless connectors for #10 or smaller, including fixture connections, shall be made with solderless spring connectors. For #8 or larger, connections shall be made with solderless pressure type connectors.

3. All joints shall be mechanically and electrically secure and shall be insulated with rubber and friction tapes, or Scotch electrical tape to equal the original insulation of wires. If the type of connector used provides equivalent insulation, taping may be omitted.

4. Insulating bushings shall be used at all conduit terminations for No. 4 AWG or larger wires. 5. All wiring in switchboards, panels, distribution cabinets and control boards shall be neatly installed,

laced, formed and tie-wrapped in a workmanlike manner.

C. Splices: 1. No splices are permitted except in pull boxes, above grade junction boxes, or in pole bases at hand

hole. 2. All cable splices shall be made with Burndy Hypress compression type connectors, or City approved

equal. Bolted mechanical compression type connectors are NOT approved. 3. All splices in underground wiring and/or cabling shall be assumed to be in water, and shall be made

waterproof by several layers of rubber tape followed by two layers of 1/2 lap friction tape, covered by

Page 105: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 10 Section 16530

three layers of 1/2 lap plastic #88 Scotch tape. Splices in underground pull boxes shall be made with splice kits as manufactured by General Electric or 3M.

4. Branch circuit splices in fixture shall be soldered and taped as noted above. Compression fittings (uninsulated "Scotchlok") may be substituted for solder, but must be taped, dipped in waterproof compound, and made waterproof. Insulating "Scotchlok" may only be used with waterproof Unipatch Scotchcast resin.

D. Conductors Serving Pole Mounted Light Fixtures: For pole mounted light circuits, wire within the poles from

the pole base to the fixture shall be THW, THWN or XHHN stranded copper. Provide manufactured cable grips in poles to support cables.

E. Connection to Equipment:

1. All electrical outlets, apparatus, motors, equipment, fixtures, wiring devices and appliances, which require electrical connection, shall be fully connected in an approved manner to the corresponding electrical system circuit.

2. Where the Work under this Section requires connection to be made to equipment that is furnished and set in place under other Sections of these specifications, Contractor shall obtain roughing-in dimensions from the installer of each such item of equipment and assume full responsibility for the neat and workmanlike installation of the connection thereto.

3.07 LIGHT SYSTEM INSTALLATION:

A. Poles:

1. All pole locations shall be spotted in the field by the Contractor, and the pole locations shall be inspected and accepted by the City prior to commencement of trenching for conduit runs and digging of the pole foundation.

2. Anchor base templates shall be provided. The poles shall be delivered to the site and assembled for fixture mounting.

3. Proper precaution shall be taken when erecting poles to prevent all damage to either the poles and/or the equipment mounted on the poles. Poles shall be set vertical with a transit and shall not be off plumb more than two inches (2") at the top.

4. Scuff marks shall be repaired to match pole. Pole galvanized areas shall be repaired with hot stick galvanized.

5. Provide written evidence that the installed poles will meet State Division of Industrial Safety requirements.

B. Pole Mounted Fixtures: All wiring of the luminaire assembly shall meet National Electric Code and shall

pass from each luminaire on the assembly through protective enclosures to join in a common enclosure. Each luminaire shall have individual fuses or circuit breakers for over-current protection which protection devices shall be located in ballast boxes or in adjacent metal enclosures.

C. Control Equipment:

1. Automatic Operation of Exterior Light Systems: All exterior lighting systems, including exterior lights on the buildings, shall be automatically operated. Method of "automatic" operation of lights shall be by photocell controlling a contactor, unless noted otherwise on the Plans. All outdoor light circuits shall be provided with contactors, HOA switches and flush time meters at the control panel irrespective of method of operations noted on the Plans.

2. Installation: Provide and install in the control section of the switchgear assembly, in a separate

lockable control equipment cabinet, hour meters, HOA switches, time clocks, contactors, relays, and miscellaneous control equipment as required for automatic operation of the light system as specified. All control equipment shall be installed in a lockable cabinet within the control section of the switchgear assembly. The lockable Control Equipment cabinet shall be mounted on the mounting panel within the control section of the switchgear assembly.

Page 106: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 11 Section 16530

D. Foundations: 1. General: Contractor shall excavate and install foundations for each pole shown on the Plans. All

concrete shall be poured against undisturbed soil. Backfilling and compacting will not be approved. Form the top 8" of each foundation and finish top of slab with an outward taper as shown on the Plans. Top of slab is 1" above finish grade. A slip form may be used when pouring the foundation. Hole may be drilled as slip form is placed. Foundation shall be constructed with reinforcing steel as noted on Plans. Foundation dimensions are based on poles and fixtures specified. Grout under poles with structural grout. Steel reinforcing bars shall conform to ASTM A615, Grade 60. Reinforcing Steel Test is required. Contact City of Riverside Building Division for steel placement inspection when ready. Foundation holes shall be inspected and approved by the Building and Safety Department prior to pouring concrete.

2. Pole Foundation Concrete:

a) Transit-Mix Required: Contractor shall use transit-mixed concrete in lieu of concrete manufactured on the site, provided the materials used in its manufacture comply with the requirements of these specifications.

b) Batch Certificates Required: The manufacturer of the transit-mixed concrete shall provide a batch certificate with each mixer truck, stating the quantity of cement, water, fine aggregate and coarse aggregate. The certificate shall be prepared and signed at the batch plant and shall certify that the concrete provided meets the requirements of these specifications. The batch certificate shall be turned over to the Park Projects Inspector on the job site at the time the concrete is delivered.

c) Water Content: Transit-mixed concrete shall not be delivered to the Work with the total specified amount of water incorporated therein. Two and one-half gallons of water per cubic yard shall be withheld and may be incorporated in the mix before the concrete is discharged from the mixer truck, under the supervision of the Inspector.

d) Re-Temper: Contractor shall not re-temper any concrete or use any concrete that has stood more than 15 minutes after leaving the mixer.

3.08 GROUNDING: Do not use the water pipe system as ground. The water pipe system is nonmetallic. All metallic conduit, fixtures, cabinets, panelboards, and electric equipment shall be connected to system ground. Neutral to ground shall not exceed five ohms. Connect to ground with minimum #6 THWN wire. Use clamps and conduit fittings to ground cable and conduit to concrete-encased grounding electrodes and/or driven ground rods. Size as required by code. Bond to electrode/ground rod. All grounding connections shall be effective and permanent. Continuity of ground shall be maintained throughout the conduit and electrical systems. Ground bushings and jumpers shall be used wherever the normal conduit termination does not insure continuity of ground. All steel light poles shall be properly grounded. 3.09 CLEAN UP:

A. General: Contractor shall thoroughly clean all fixtures, exposed piping, apparatus and equipment installed on the Project. Parts which are to be painted shall be thoroughly cleaned of cement, plaster, etc., brushed with steel brush to remove rust, etc., cleaned and painted. Any dirt, rubbish, paint spots or grease on walls, poles, walks, equipment or fixtures, either installed on the Project or as a result of Contractor's operations, must be removed by Contractor and the premises left in first-class condition in every respect.

B. Galvanized Surfaces: Brush thoroughly and wipe clean with clean rags and solvent to remove dirt, oil,

grease, paint and any other objectionable stains or marks.

C. Lighting Fixtures: Clean and polish entire fixture, including diffusers, reflectors, lenses, lamps and trim.

D. Rubbish Removal: All rubbish resulting from the Electrical Work shall be cleaned up and removed from the site by Contractor; also from time to time during construction, and when so directed by the Park Projects Inspector. Contractor shall thoroughly clean all existing switch boards and panels which are involved in the completion of the Work, whether installed by Contractor or not.

Page 107: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Electrical Page 12 Section 16530

3.10 VANDALISM PREVENTION MEASURES: Upon Final Acceptance of the Project Contractor shall tack-weld shut all light pole hand hole covers, lock all push button and panel enclosures, bolt down and silicone all pull-box fasteners, and secure all fixture doors as directed by the Park Projects Inspector in order to ensure adequate vandal resistance.

END OF SECTION BJ/16530.MAS 08/21/96

Page 108: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

-1-

AGREEMENT FOR PROJECT TITLE BID NO. ______

NAME OF PROJECT (A CDGB Funds Funded Project)

NAME OF ENTITY

On this _____ day of _________________, 20_____, the CITY OF RIVERSIDE, a

California charter city and municipal corporation (“City”), and NAME AND ADDRESS OF

ENTITY, State Contractor's License No. _________ (“Contractor”), mutually agree as follows:

1. Scope of Work. Contractor shall furnish all labor, equipment and materials for, and

perform the work of 20___-20____ CDBG PROJECT NAME which is covered in Contractor’s Bid

Proposal (the “Work”), Contractor shall perform the Work in accordance with the provisions and

requirements of the following Contract Documents: Notice Inviting Bids (Bid No. ________);

City’s Public Works Department Special Provisions, Addenda, Standard Drawings, Proposal Forms,

and Plan Nos. _________________; the 2012 Edition of the Standard Specifications for Public

Works Construction ("Standard Specifications") written by Public Works Standards, Inc.;

specifically identified sections of the State of California Department of Transportation 2006 Standard

Specifications and Standard Plans, Contractor's Proposal and Bid Schedule; Non-Collusion

Declaration; this Agreement; and all documents, maps, texts and items referred to in the foregoing

documents. These Contract Documents are incorporated herein by reference and are intended to be

correlative and constitute Contractor's performance obligations. The provisions of the Public Works

Department Special Provisions ("Special Provisions") shall take precedence over any conflicting

provisions in the Standard Specifications and the specific terms and conditions of this Agreement

shall control and have precedence over any contradictory or inconsistent terms or conditions included

in any of the Contract Documents and shall be controlling in questions of interpretation.

2. Compensation. City shall pay Contractor the Contract Price of

______________________ Dollars ($_____________), which includes all California sales or use tax

and County and City taxes, for the performance of all of the Work according to the terms and

conditions contained or referred to herein, the completion of the improvements in strict conformity

with the provisions hereof and the guarantee of the Work and improvements for the periods set forth

in the Project Specifications. Monthly progress payments shall be made in accordance with Section

9-3.2 of the Standard Specifications, as modified by Section 9-3.5 of the Project Specifications.

3. Securities. In accordance with Section 22300 of the California Public Contract Code,

Contractor may substitute securities for any moneys withheld by City to ensure performance of the

Contract Work. Such substitution shall be made at the request and expense of Contractor. Securities

equivalent to the amount withheld may be deposited with City or with a California or federally

chartered bank as escrow agent. Securities eligible for substitution shall include those listed in

Section 16430 of the Government Code, bank or saving and loan certificates of deposit, interest

bearing demand deposit accounts, standby letters of credit or any other security mutually agreed to by

Contractor and City.

4. Notice of Completion. __________ (_____) days thereafter, City will process a final

elau
Typewritten Text
Appendix A
Page 109: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

-2-

payment to Contractor for the amounts City deducted and retained from its progress payments,

except such sums thereof which are required by law or authorized by this Agreement to be further

retained.

5. Business License. As a condition of this Agreement, Contractor and all

subcontractors shall secure business licenses to operate in the City of Riverside, and shall also secure

any other licenses or permits which may be required.

6. Business Tax and Penalties. Contractor acknowledges and agrees that with respect

to any business tax or penalties thereon, utility charges, invoiced fee or other debt which is owed, or

which becomes owed, by Contractor to City, City reserves the right to withhold and offset said

amounts from any payments, refunds or reimbursements owed by City to Contractor under this

Agreement. Written notice to Contractor of such withholding and offset shall promptly be given by

City. In the event of a dispute as to the amount owed or whether such amount is owed to City, City

will hold such disputed amount until either the appropriate appeal process has been completed or

until the dispute has been resolved.

7. Extra Materials. Contractor shall not be compensated for any extra materials used

or time expended, over and above the Contract Price, unless prior written approval for the same has

been granted by City.

8. Notice to Proceed. In accordance with the time allowed per the various Bid

Schedules Items, Contractor shall complete all of the Work of the Contract within _________ (____)

calendar days after the date specified to Contractor in the Notice to Proceed issued by City, and shall

guarantee the various portions of the Work and material for the periods set forth in the Special

Provisions.

9. Liquidated Damages. Failure of Contractor to complete the Work within the time

allowed will result in damages being sustained by City. Such damages are, and will continue to be,

impracticable and extremely difficult to determine. For each consecutive calendar day in excess of

the time specified for the completion of Work, as adjusted in accordance with Section 6-6 of the

Standard Specifications, Contractor shall pay to City, or have withheld from monies due Contractor,

the sum of ________________ ($______________.00). Execution of this Agreement shall

constitute agreement by City and Contractor that said sum is the minimum value of the costs and

actual damage caused by the failure of Contractor to complete the Work within the allotted time.

Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from

payments due Contractor if such delay occurs.

10. Bonds. Prior to City's execution of this Agreement, Contractor shall furnish City

completed forms of the two (2) surety bonds included within the Project Specifications, one (1) as

security for the faithful performance of the Contract and one (1) as security for the payment of all

persons performing labor and furnishing materials in connection with the Contract. Both bonds shall

be in the amount of one hundred percent (100%) of the Contract Price and shall be subscribed by a

corporate surety which is authorized to transact surety insurance business in the State of California

with a policy holder’s Rating of A or higher and a Financial Class of VII or larger. Should any bond

elau
Typewritten Text
Appendix A
Page 110: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

-3-

or surety become insufficient, Contractor shall furnish City a new bond within ten (10) days after

receiving notice from City. No payments will be due or paid under this Agreement until any and all

bond deficiencies have been remedied. Contractor, by execution of this Agreement, acknowledges

that bonds are not Contract Documents, but are separate and independent obligations.

11. Worker’s Compensation Insurance. By executing this Agreement, Contractor

certifies that Contractor is aware of and will comply with Section 3700 of the Labor Code of the

State of California requiring every employer to be insured against liability for workers’ compensation

or to undertake self-insurance before commencing any of the Work. Contractor shall comply with

Labor Code section 1861 by signing and filing the workers’ compensation certification with the City

Attorney.

Prior to City’s execution of this Agreement, Contractor shall file with City either 1) a

certificate of insurance for self-insurance evidencing that such insurance is in effect, or that

Contractor is self-insured for such coverage; or 2) a certified statement that Contractor has no

employees, and acknowledging that if Contractor does employ any person, the necessary certificate

of insurance will immediately be filed with City. Any certificate filed with the City shall provide

that City shall be given ten (10) days prior written notice before modification or cancellation thereof.

Contractor’s Workers’ Compensation carrier shall be authorized to transact insurance

business in the State of California with a policy holder=s Rating of A or higher and a Financial Class

of VII or larger.

12. Indemnification. Except as to the sole negligence, active negligence or willful

misconduct of City, Contractor shall defend, indemnify and hold the City, City’s officers and

employees, harmless from any and all loss, damage, claim for damage, liability, expense or cost,

including attorneys’ fees, which arises out of or is in any way connected with the performance of

Work under this Agreement by Contractor or any of Contractor’s employees, subcontractors or

agents, and from all claims by Contractor’s employees, subcontractors or agents for compensation

for services rendered to Contractor in the performance of the Contract, notwithstanding that City may

have benefitted from their services. This indemnification provision shall apply to any acts or

omissions, willful misconduct or negligent conduct, whether active or passive, on the part of

Contractor or any of Contractor’s employees, subcontractors or agents.

The parties expressly agree that any payment, attorney fee, cost or expense City incurs

or makes to or on behalf of an injured employee under City’s self-administered workers'

compensation program is included as a loss, expense or cost for the purposes of this Section, and that

this Section shall survive the expiration or early termination of the Contract.

13. Contractor agrees, at its cost and expense, to promptly defend the City and the City’s

employees, officers, managers, agents and council members (collectively the “Parties to be

defended”) from and against any and all claims, allegations, lawsuits or other legal proceedings

which arise out of, or are related to, or are in any manner connected with: (1) the work, activities,

operations, or duties of Contractor, or of anyone employed by or working under the Contractor, or

(2) any breach of this Agreement by Contractor. This duty to defend shall apply whether or not such

elau
Typewritten Text
Appendix A
Page 111: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

-4-

claims, allegations, lawsuits or proceedings have merit or are meritless, or which involve claims or

allegations that any of the Parties to be defended were actively, passively or concurrently negligent,

or which otherwise assert that the Parties to be defended are responsible, in whole or in part, for any

loss, damage or injury. Contractor agrees to provide this defense immediately upon written notice

from the City, and with well qualified, adequately insured and experienced legal counsel acceptable

to the City.

14. Commercial General, Automobile Liability Insurance and Builder’s Risk

Insurance. Prior to City's execution of this Agreement, Contractor shall secure, and shall thereafter

maintain until completion of the Contract, such commercial general and automobile liability

insurance as shall protect Contractor from claims for damages for personal injury, including

accidental death, as well as from claims for property damage which may arise from or which may

concern operations under the Contract, whether such operations be by or on behalf of Contractor, any

subcontractor or anyone directly or indirectly employed by, connected with or acting for or on behalf

of any of them.

All liability insurance shall be issued by an insurance company or companies

authorized to transact liability insurance business in the State of California with a policy holder=s

Rating of A or higher and a Financial Class of VII or larger.

Contractor’s policy for commercial general liability shall cover both bodily injury

(including death) and property damage (including but not limited to premises-operations liability,

products-completed operations liability, independent contractors liability, personal injury liability,

and contractual liability), in an amount not less than $1,000,000 per-occurrence limit/$2,000,000

aggregate.

Contractor’s automobile liability policy shall cover both bodily injury and property

damage in an amount not less than $1,000,000 per-occurrence limit, unless otherwise approved by

the City’s Risk Manager, or his designee.

Builders Risk Insurance. Shall be written in the amount of the initial Contract Price,

plus the value of subsequent Contract Modifications and cost of materials supplied or installed by

others, comprising the total value for the entire Work at the Site on a replacement cost basis

(including code upgrades) without optional deductibles or coinsurance provisions. The policy shall

include coverage for fire, theft, extended coverage, vandalism and malicious mischief. If the

property insurance requires deductibles/self-insured retention, the Contractor shall pay such

deductibles. The amount of such deductibles shall not exceed $25,000.00.

Policies or original certificates of insurance and completed forms of the Additional

Insured Endorsement included within the Special Provisions (or insurance company equivalent

acceptable to City) evidencing the coverage required by this Agreement for both commercial general

and automobile liability, which coverage is more particularly set forth in Section 7-3 of the Special

Provisions, shall be filed with City and shall include City as an additional insured. The policy or

policies shall be in the usual form of commercial general liability insurance, but shall also include

the following provisions:

elau
Typewritten Text
Appendix A
elau
Line
elau
Line
Page 112: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

-5-

“Solely with respect to work done by and on behalf of the named insured for

the City of Riverside, it is agreed that the City of Riverside and its officers

and employees are added as additional insureds under this policy.”

The policies shall not be canceled unless thirty (30) days prior written notification of

intended cancellation has been given to City by certified or registered mail.

The insurance policy or policies shall also comply with the following provisions:

(A) Policies shall include premises/operations, products completed operations,

independent contractors, owners and contractors’ protection, explosion, collapse,

underground hazard, broad form contractual, personal injury with employment exclusion

deleted, and broad form property damage.

(B) The policy shall be endorsed to waive any right of subrogation against the City

and its sub-consultants, employees, officers, agents and directors for work performed

under this Contract.

(C) If policies are written on a claim made basis, the certificate should so specify

and the policy must continue in force for one year after completion of the project. The

retroactive date of the coverage must also be limited.

(D) The policy shall specify that the insurance provided by Contractor will be

considered primary and not contributory to any other insurance available to the City of

Riverside. Contractor shall provide Form No. CG 20010413 to City.

15. Prevailing Wage. Contractor and all subcontractors are required to pay the higher of

federally established prevailing wage rates or California general prevailing wage rates of per diem

wages and overtime and holiday wages as determined by the U.S. Department of Labor in

General Wage Decision No. CA 150036 (03/27/2015 C36 as modified), or by the Director of the

Department of Industrial Relations under Section 1720 et seq. of the California Labor Code and

implemented by Resolution No. 13346 of the City Council of the City of Riverside. A copy of

the above stated federal General Wage Decision is attached hereto as Exhibit “A” and made a

part hereof. The Director’s determination of prevailing rates is on file and open to inspection in

the office of the City Clerk and is referred to and made a part hereof; the wage rates ascertained,

determined and specified in both of those documents are referred to and made a part hereof as

though fully set forth herein.

16. Certified Payroll(s). Contractor and all subcontractors are required to submit weekly

certified payrolls on U.S. Department of Labor Form WH-347, including the Statement of

Compliance, to document compliance with prevailing wage requirements. A copy of Department of

Labor Form WH-347 is attached hereto as Exhibit “B” and incorporated herein by reference.

elau
Typewritten Text
Appendix A
elau
Highlight
elau
Highlight
Page 113: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

6

If Contractor fails to submit satisfactory payroll records, City shall retain an amount

equal to ten percent (10%) of the estimated value of the work performed (excluding Mobilization)

from Contractor’s payment. This retention shall not exceed $10,000 nor be less than $1,000.

Retention for failure to submit satisfactory payroll records shall be in addition to all other retentions

provided for under this Agreement. The retention for failure to submit satisfactory payroll records

for any work period will not be released for payment until all the unsatisfactory payroll records for

which the retention was made are corrected, re-submitted and deemed acceptable by the City.

Payment of the retention will be made on the next monthly payment due the Contractor following

City=s receipt of satisfactory payroll records.

17. Compliance with Laws. Contractor shall keep fully informed of federal, state and

local laws and ordinances and regulations which in any manner affect those employed by Contractor,

or in any way affect the performance of services by Contractor pursuant to this Agreement.

Contractor shall at all times observe and comply with all such laws, ordinances and regulations, and

shall be solely responsible for any failure to comply with all applicable laws, ordinances and

regulations. In addition, Contractor is aware of and stipulates that Contractor will comply with the

Federal Labor Standards Provisions published by the U.S. Department of Housing and Urban

Development attached hereto as Exhibit “C” and incorporated herein by reference.

Contractor further stipulates that Contractor will comply with the following sections

of the California Labor Code:

(A) Section 1775 prescribing sanctions for failure to pay prevailing wage rates;

(B) Section 1776 requiring the making, keeping and disclosing of detailed payroll

records and prescribing sanctions for failure to do so;

(C) Section 1777.5 prescribing the terms and conditions for employing registered

apprentices;

(D) Section 1810 providing that eight hours of labor shall be a day's work; and

(E) Section 1813 prescribing sanctions for violations of the provisions concerning

eight-hour work days and forty-hour work weeks.

(F) Sections 1725.5 and 1771.1 requiring all general contractors and

subcontractors to be registered with DIR. Registration can be accomplished through

the DIR website by using this link: http://www.dir.ca.gov/Public-

Works/PublicWorks.html

18. Contractor shall be responsible for posting the wage decision and Department of

Labor “Notice to Employee” at the job site in a location that is easily accessible to all workers

employed at the project and where the wage decision and notice will not be destroyed by inclement

weather. A copy of the Department of Labor “Notice to Employees” is attached hereto as Exhibit

“D” and incorporated by reference.

19. Contractor shall erect a sign at the job site in conformance with the detail and

specifications entitled “Construction Site Sign for HUD Funded Projects” attached hereto as Exhibit

“E” and incorporated by reference.

elau
Typewritten Text
Appendix A
Page 114: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

7

20. Contractor shall maintain all books, documents, papers and records of Contractor’s

operations and financial activities directly pertinent to this Agreement in accordance with the

requirements of the Federal granting agency and the regulations promulgated by or for it. Such

books, documents, papers and records shall be open to inspection, audit, examination, excerpt and

transcription by the authorized representatives of City, the Federal granting agency and the

Controller General of the United States during regular working hours. Contractor shall keep and

maintain said books, documents, papers and records for at least three years after City makes final

payments pursuant to this Agreement and all other pending matters are closed or such greater period

of time as may be required by the Federal granting agency.

21. Contractor and its subcontractors shall comply with the Special Equal Opportunity

Provisions, attached hereto as Exhibit “F” and incorporated herein by reference and implementing

Executive Order 11246, as amended, Certification of Non-segregated Facilities, civil rights Act of

1974, Section 109 of the Housing and Community Development Act of 1974, Section 3 of the

Housing and Urban Development Act, as amended, Age Discrimination Act of 1975 and Section 504

of the Rehabilitation Act of 1973.

22. Contractor shall comply with the Special Conditions Pertaining to Hazards Safety

Standards and Accident Prevention, regarding lead based paint hazards, use of explosives, and

danger signals and safety devices, attached hereto as Exhibit “G” and incorporated herein by

reference.

23. Contractor shall comply with the Project Area Trainees, Employees and Businesses

requirements of the Housing and Urban Development Act of 1968, as amended, attached hereto as

Exhibit “H” and incorporated by reference.

24. Contractor shall comply with the Federal Funding Accountability and Transparency

Act (FFATA) of 2006 which requires information on Federal awards be made available to the public

via a single, searchable website, which is www.USASpending.gov. Contractor and all

subcontractors shall complete and submit the required information for contracts greater than $25K

per requirements attached hereto as Exhibit “I” and incorporated by reference.

25. Non-Discrimination. Except as provided in Section 12940 of the California

Government Code, Contractor shall not discriminate on the grounds of race, religious creed, color,

national origin, ancestry, age, physical handicap, medical condition, including the medical condition

of Acquired Immune Deficiency Syndrome (AIDS) or any condition related thereto, marital status,

sex or sexual orientation, genetic information, gender, gender identity or gender expression in the

performance of the Contract or in the selection and retention of labor forces or the procurement of

materials and equipment connected with the performance of any work under the Contract.

Contractor shall also comply with the Americans with Disabilities Act.

26. Notices. Service of any notices, bills, invoices or other documents required or

permitted under this Agreement shall be sufficient if sent by one party to the other by United States

mail, postage prepaid and addressed as follows:

elau
Typewritten Text
Appendix A
Page 115: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

8

City Contractor City of Riverside Name Public Works Director Address

3900 Main Street City, State, Zip Riverside, California 92522

27 Venue. Any action at law or in equity brought by either of the parties hereto for the

purpose of enforcing a right or rights provided for by this Agreement shall be tried in a court of

competent jurisdiction in the County of Riverside, State of California, and the parties hereby waive

all provisions of law providing for a change of venue in such proceedings to any other county

28. Waiver. No action or failure to act by the City shall constitute a waiver of any right

or duty afforded City under this Agreement, nor shall any such action or failure to act constitute an

approval of or acquiescence in any breach thereunder, except as may be specifically provided in this

Agreement or as may be otherwise agreed in writing.

29. Authority. The individuals executing this Agreement and the instruments referenced

herein on behalf of Contractor each represent and warrant that they have the legal power, right and

actual authority to bind Contractor to the terms and conditions hereof and thereof.

30. Independent Contractor. Contractor shall at all times during its performance of the

Work retain its status as an independent contractor. Contractor’s employees and agents shall under

no circumstances be considered or held to be employees or agents of City and City shall have no

obligation to pay or withhold state or federal taxes or provide workers’ compensation or

unemployment insurance for or on behalf of Contractor or its employees and agents.

31. Severability. Each provision, term, condition, covenant and/or restriction, in whole

and in part, in this Agreement shall be considered severable. In the event any provision, term,

condition, covenant and/or restriction, in whole and/or in part, in this Agreement is declared invalid,

unconstitutional, or void for any reason, such provision or part thereof shall be severed from this

Agreement and shall not affect any other provision, term, condition, covenant and/or restriction of

this Agreement and the remainder of the Contract shall continue in full force and effect.

32. Entire Agreement. This Agreement contains the entire Agreement of the parties

hereto, and supersedes any prior written or oral agreements between them concerning the subject

matter contained herein. There are not representations, agreements, arrangements, or

understandings, oral or written, between the parties hereto, relating to the subject of this Agreement

which are not fully expressed herein.

elau
Typewritten Text
Appendix A
Page 116: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

9

IN WITNESS WHEREOF the parties hereto have caused this Agreement to be duly executed

on the day and year first above written. CITY OF RIVERSIDE, a California NAME charter city and municipal corporation Entity By By

City Manager (Signature)

Name and Title Attest By

City Clerk (Signature) Name and Title APPROVED AS TO FORM: By Deputy City Attorney

elau
Typewritten Text
Appendix A
Page 117: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

WORKERS' COMPENSATION CERTIFICATION

I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be

insured against liability for workers' compensation or to undertake self-insurance in accordance with

the provisions of that code, and I will comply with such provisions before commencing the

performance of the work of this contract.

Dated: NAME OF ENTITY

By

Printed Name:

Title:

elau
Typewritten Text
Appendix A
Page 118: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “A”

General Wage Description

Page 119: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

General Decision Number: CA170036 01/06/2017 CA36

Superseded General Decision Number: CA20160036

State: California

Construction Types: Building, Heavy (Heavy and Dredging) and Highway

County: Riverside County in California.

BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/06/2017

ASBE0005-002 07/04/2016

Rates Fringes

Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 38.37 20.13 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)...........................$ 26.15 17.31 ---------------------------------------------------------------- ASBE0005-004 07/04/2016

Rates Fringes

Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from

Page 1 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 120: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

mechanical systems, whether they contain asbestos or not)....$ 18.38 10.82 ---------------------------------------------------------------- BOIL0092-003 10/01/2012

Rates Fringes

BOILERMAKER......................$ 41.17 28.27 ---------------------------------------------------------------- * BRCA0004-011 05/01/2016

Rates Fringes

BRICKLAYER; MARBLE SETTER........$ 38.38 14.17

*The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate

---------------------------------------------------------------- * BRCA0018-004 06/01/2016

Rates Fringes

MARBLE FINISHER..................$ 29.20 12.93 TILE FINISHER....................$ 24.53 11.08 TILE LAYER.......................$ 35.89 9.08 ---------------------------------------------------------------- * BRCA0018-010 09/01/2016

Rates Fringes

TERRAZZO FINISHER................$ 28.53 12.27 TERRAZZO WORKER/SETTER...........$ 35.57 13.14 ---------------------------------------------------------------- * CARP0409-001 07/01/2016

Rates Fringes

CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer...................$ 39.83 17.03 (2) Millwright..............$ 40.90 17.03 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ 40.53 17.03 (4) Pneumatic Nailer, Power Stapler...............$ 40.09 17.03 (5) Sawfiler...............$ 39.83 17.03 (6) Scaffold Builder.......$ 31.60 17.03 (7) Table Power Saw Operator....................$ 40.93 17.03

FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or

Page 2 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 121: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional.

---------------------------------------------------------------- CARP0409-002 07/01/2008

Rates Fringes

Diver (1) Wet.....................$ 663.68 9.82 (2) Standby.................$ 331.84 9.82 (3) Tender..................$ 323.84 9.82 (4) Assistant Tender........$ 299.84 9.82

Amounts in "Rates' column are per day ---------------------------------------------------------------- CARP0409-005 07/01/2015

Rates Fringes

Drywall DRYWALL INSTALLER/LATHER....$ 40.40 15.03 STOCKER/SCRAPPER............$ 10.00 7.17 ---------------------------------------------------------------- CARP0409-008 08/01/2010

Rates Fringes

Modular Furniture Installer......$ 17.00 7.41 ---------------------------------------------------------------- ELEC0440-001 11/28/2016

Rates Fringes

ELECTRICIAN INSIDE ELECTRICIAN..........$ 38.16 3%+22.01 INTELLIGENT TRANSPORTATION SYSTEMS Electrician................$ 36.56 23.11 Technician.................$ 27.42 22.84

ZONE PAY: Zone A: Free travel zone for all contractors performing work in Zone A. Zone B:Any work performed in Zone (B) shall add $12.00 per hour to the current wage scale. Zone (B) shall be the area from the eastern perimeter of Zone (A) to a line which runs north and south begininng at Little Morongo Canyon (San Bernardino/Riverside County Line), Southeast along the Coachella Tunnels, Colorado River Aqueduct and Mecca Tunnels to Pinkham Wash then South to Box Canyon Road, then southwest along Box Canyon Road to Highway 195 west onto 195 south to Highway 86 to Riverside/Imperial County Line.

---------------------------------------------------------------- ELEC0440-004 05/26/2014

COMMUNICATIONS AND SYSTEMS WORK

Rates Fringes

Communications System Installer...................$ 28.38 4%+11.45

Page 3 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 122: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Technician..................$ 30.18 4%+11.45

SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarms, and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station.

---------------------------------------------------------------- ELEC1245-001 06/01/2015

Rates Fringes

LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 52.85 15.53 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment)...........$ 42.21 14.32 (3) Groundman...............$ 32.28 14.03 (4) Powderman...............$ 47.19 14.60

HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day

---------------------------------------------------------------- ELEV0018-001 01/01/2015

Rates Fringes

ELEVATOR MECHANIC................$ 49.90 28.38

FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day.

---------------------------------------------------------------- ENGI0012-003 07/01/2016

Rates Fringes

Page 4 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 123: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 39.95 23.35 GROUP 2....................$ 40.73 23.35 GROUP 3....................$ 41.02 23.35 GROUP 4....................$ 42.51 23.35 GROUP 5....................$ 41.86 23.35 GROUP 6....................$ 41.83 23.35 GROUP 8....................$ 42.84 23.35 GROUP 9....................$ 42.19 23.35 GROUP 10....................$ 42.96 23.35 GROUP 11....................$ 42.31 23.35 GROUP 12....................$ 43.13 23.35 GROUP 13....................$ 43.23 23.35 GROUP 14....................$ 43.26 23.35 GROUP 15....................$ 43.34 23.35 GROUP 16....................$ 43.46 23.35 GROUP 17....................$ 43.63 23.35 GROUP 18....................$ 43.73 23.35 GROUP 19....................$ 43.84 23.35 GROUP 20....................$ 43.96 23.35 GROUP 21....................$ 44.13 23.35 GROUP 22....................$ 44.23 23.35 GROUP 23....................$ 44.34 23.35 GROUP 24....................$ 44.46 23.35 GROUP 25....................$ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ 43.20 22.15 GROUP 2....................$ 43.98 22.15 GROUP 3....................$ 44.27 22.15 GROUP 4....................$ 44.41 22.15 GROUP 5....................$ 44.63 22.15 GROUP 6....................$ 44.74 22.15 GROUP 7....................$ 44.86 22.15 GROUP 8....................$ 45.03 22.15 GROUP 9....................$ 45.20 22.15 GROUP 10....................$ 46.20 22.15 GROUP 11....................$ 47.20 22.15 GROUP 12....................$ 48.20 22.15 GROUP 13....................$ 49.20 22.15 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 41.80 23.35 GROUP 2....................$ 42.58 23.35 GROUP 3....................$ 42.87 23.35 GROUP 4....................$ 43.01 23.35 GROUP 5....................$ 43.23 23.35 GROUP 6....................$ 43.34 23.35 GROUP 7....................$ 43.46 23.35

PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton

Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified

Page 5 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 124: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

as a concrete mobile mixer operator.

SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman

GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler

GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator

GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck

GROUP 5: Equipment Greaser (Grease Truck/Multi Shift).

GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt

Page 6 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 125: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator

GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator

GROUP 9: Heavy Duty Repairman

GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor

Page 7 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 126: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment)

GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified.

GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units)

GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck)

GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.)

GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck)

GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck)

GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type)

GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck)

Page 8 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 127: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck)

GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck)

GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck)

GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck)

GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck)

GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck)

GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck)

CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS

GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types)

GROUP 2: Truck crane oiler

GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite)

Page 9 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 128: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator

GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum)

GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator

GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum)

GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.)

GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons

GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry

GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc)

GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc)

GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons)

TUNNEL CLASSIFICATIONS

GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment)

Page 10 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 129: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

GROUP 2: Power-driven jumbo form setter operator

GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons)

GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons)

GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons)

GROUP 6: Heavy Duty Repairman

GROUP 7: Tunnel mole boring machine operator

ENGINEERS ZONES

$1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below:

That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW

Page 11 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 130: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM

$1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below:

That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM.

$2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below:

That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is

Page 12 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 131: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM.

REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE

---------------------------------------------------------------- ENGI0012-004 08/01/2015

Rates Fringes

OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 23.60 (2) Dredge dozer............$ 43.53 23.60 (3) Deckmate................$ 43.42 23.60 (4) Winch operator (stern winch on dredge)............$ 42.87 23.60 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 23.60 (6) Barge Mate..............$ 42.94 23.60 ---------------------------------------------------------------- IRON0377-002 07/01/2016

Rates Fringes

Ironworkers: Fence Erector...............$ 28.33 20.64 Ornamental, Reinforcing and Structural..............$ 34.75 29.20

PREMIUM PAY:

$6.00 additional per hour at the following locations:

China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB

$4.00 additional per hour at the following locations:

Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center

$2.00 additional per hour at the following locations:

Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock

---------------------------------------------------------------- LABO0300-005 01/01/2016

Rates Fringes

Asbestos Removal Laborer.........$ 30.43 16.07

Page 13 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 132: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations.

---------------------------------------------------------------- LABO0345-001 07/03/2016

Rates Fringes

LABORER (GUNITE) GROUP 1.....................$ 37.89 20.50 GROUP 2.....................$ 36.94 20.50 GROUP 3.....................$ 33.40 20.50

FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate.

GUNITE LABORER CLASSIFICATIONS

GROUP 1: Rodmen, Nozzlemen

GROUP 2: Gunmen

GROUP 3: Reboundmen

---------------------------------------------------------------- LABO1184-001 07/04/2016

Rates Fringes

Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 33.65 13.95 (2) Vehicle Operator/Hauler.$ 33.82 13.95 (3) Horizontal Directional Drill Operator..............$ 35.67 13.95 (4) Electronic Tracking Locator.....................$ 37.67 13.95 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 34.86 17.03 GROUP 2.....................$ 36.16 17.03 GROUP 3.....................$ 38.17 17.03 GROUP 4.....................$ 39.91 17.03

LABORERS - STRIPING CLASSIFICATIONS

Page 14 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 133: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician

GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment

GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper

GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment

---------------------------------------------------------------- LABO1184-002 07/04/2016

Rates Fringes

LABORER (TUNNEL) GROUP 1.....................$ 38.09 19.07 GROUP 2.....................$ 38.41 19.07 GROUP 3.....................$ 38.87 19.07 GROUP 4.....................$ 39.56 19.07 LABORER GROUP 1.....................$ 32.34 19.07 GROUP 2.....................$ 32.89 19.07 GROUP 3.....................$ 33.44 19.07 GROUP 4.....................$ 34.99 19.07 GROUP 5.....................$ 35.34 19.07

LABORER CLASSIFICATIONS

GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad

Page 15 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 134: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations

GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower

GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled

GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster

Page 16 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 135: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

(nozzle person), water blasting, Porta Shot-Blast

GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal

TUNNEL LABORER CLASSIFICATIONS

GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.)

GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller); Bull gang mucker, track person; Concrete crew, including rodder and spreader

GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher

GROUP 4: Diamond driller; Sandblaster; Shaft and raise work

---------------------------------------------------------------- LABO1184-004 07/01/2016

Rates Fringes

Brick Tender.....................$ 30.52 18.56 ---------------------------------------------------------------- LABO1414-001 08/03/2016

Rates Fringes

LABORER PLASTER CLEAN-UP LABORER....$ 31.60 19.28 PLASTER TENDER..............$ 34.15 19.28

Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-001 07/01/2015

Rates Fringes

Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County)...............$ 27.29 12.83 (2) All Other Work..........$ 30.72 12.83

REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries,

Page 17 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 136: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities.

---------------------------------------------------------------- PAIN0036-008 10/01/2015

Rates Fringes

DRYWALL FINISHER/TAPER...........$ 36.18 16.82 ---------------------------------------------------------------- PAIN0036-015 06/01/2016

Rates Fringes

GLAZIER..........................$ 41.70 21.13

FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up

---------------------------------------------------------------- PAIN1247-002 05/01/2016

Rates Fringes

SOFT FLOOR LAYER.................$ 31.10 14.06 ---------------------------------------------------------------- PLAS0200-009 08/05/2015

Rates Fringes

PLASTERER........................$ 38.44 13.77 ---------------------------------------------------------------- PLAS0500-002 07/01/2016

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 33.30 23.33 ---------------------------------------------------------------- PLUM0016-001 07/01/2016

Rates Fringes

PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work.......................$ 47.19 21.41 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space.................$ 45.73 20.43

Page 18 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 137: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 35.69 18.76 ---------------------------------------------------------------- PLUM0345-001 07/01/2014

Rates Fringes

PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work....$ 33.24 17.13 ---------------------------------------------------------------- ROOF0036-002 08/01/2015

Rates Fringes

ROOFER...........................$ 35.07 14.40

FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay.

---------------------------------------------------------------- SFCA0669-002 04/01/2016

Rates Fringes

SPRINKLER FITTER.................$ 36.88 20.28 ---------------------------------------------------------------- SHEE0105-003 07/01/2016

LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES

Rates Fringes

SHEET METAL WORKER (1) Commercial - New Construction and Remodel work........................$ 41.86 26.88 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort...$ 41.86 26.88 ---------------------------------------------------------------- TEAM0011-002 08/01/2016

Rates Fringes

TRUCK DRIVER GROUP 1....................$ 29.09 26.39 GROUP 2....................$ 29.24 26.39 GROUP 3....................$ 29.37 26.39 GROUP 4....................$ 29.56 26.39

Page 19 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 138: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

GROUP 5....................$ 29.59 26.39 GROUP 6....................$ 29.62 26.39 GROUP 7....................$ 29.87 26.39 GROUP 8....................$ 30.12 26.39 GROUP 9....................$ 30.32 26.39 GROUP 10....................$ 30.62 26.39 GROUP 11....................$ 31.12 26.39 GROUP 12....................$ 31.55 26.39

WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB]

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: Truck driver

GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom

GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver

GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level

GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver

GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level

GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver

GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder

GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over

GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment

GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments

GROUP 12: Boom Truck 17K and above

Page 20 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 139: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Page 21 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 140: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Page 22 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 141: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION �

Page 23 of 23

01/19/2017https://www.wdol.gov/wdol/scafiles/davisbacon/CA36.dvb?v=0

elau
Typewritten Text
EXHIBIT "A"
Page 142: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “B” Department of Labor Form WH-347

Page 143: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA
Page 144: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA
Page 145: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “C” Federal Labor Standards Provisions

Page 146: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "C", Page 1 of 5

Page 147: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "C", Page 2 of 5

Page 148: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "C", Page 3 of 5

Page 149: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "C", Page 4 of 5

Page 150: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "C", Page 5 of 5

Page 151: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “D” Notice to Employees

Page 152: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

NO

TIC

E TO

ALL

EM

PLO

YEE

S W

orkin

g on

Fed

eral

or F

eder

ally

Fina

nced

Con

stru

ctio

n P

roje

cts

MIN

IMU

M

You

mus

t be

pai

d no

t le

ss t

han

the

wag

e ra

te

in t

he s

ched

ule

post

ed w

ith t

his

Not

ice

for

the

WA

GES

ki

nd o

f w

ork

you

perf

orm

.

OV

ERTI

ME

You

mus

t be

pai

d no

t le

ss t

han

one

and

one-

half

times

you

r ba

sic

rate

of

pay

for

all h

ours

wor

ked

over

40

a w

eek.

The

re a

re s

ome

exce

ptio

ns.

Exhibit "D", Page 1 of 3

Page 153: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

APP

REN

TIC

ES

PRO

PER

PAY

WH

Pu

blic

atio

n 1

321

Rev

ised

Ja

nu

ary

198

6

✩ U

.S. G

OV

ER

NM

EN

T P

RIN

TIN

G O

FF

ICE

: 198

8-20

9-86

6

App

rent

ice

rate

s ap

ply

only

to

appr

entic

es

prop

erly

reg

iste

red

unde

r ap

prov

ed F

eder

al

or S

tate

app

rent

ices

hip

prog

ram

s.

If y

ou d

o no

t re

ceiv

e pr

oper

pay

, co

ntac

t th

e C

ontr

actin

g O

ffic

er li

sted

bel

ow:

or y

ou m

ay c

onta

ct t

he n

eare

st o

ffic

e of

the

W

age

and

Hou

r D

ivis

ion,

U.S

. Dep

artm

ent

of

Labo

r. T

he W

age

and

Hou

r D

ivis

ion

has

offic

es

in s

ever

al h

undr

ed c

omm

uniti

es t

hrou

ghou

t th

e co

untr

y. T

hey

are

liste

d in

the

U.S

. Gov

ernm

ent

sect

ion

of m

ost

tele

phon

e di

rect

orie

s un

der:

U

.S. D

epar

tmen

t of

Lab

or

Em

plo

ymen

t S

tandar

ds

Adm

inis

trat

ion

U.S

. Dep

artm

ent of Lab

or

Em

ploy

men

t S

tand

ards

A

dmin

istr

atio

n

Wag

e an

d H

our

Div

isio

n

Exhibit "D", Page 2 of 3

Page 154: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

ODOS MPLEADOS

Trabajo en Projectos de Construccion Federales o Financiados Federalmente SALARIO MINIMO TIEMPO EXTRA (OVERTIME)

APRENDIZES

UELDO PROPIADO

~auuartwnx~ao[ece,usssa'-ert

Listed debe ser pagado no menos del salario listado en la programacion acompanando esta NOTICIA por el tipo de trabajo que usted hace .

Listed debe ser pagado no menos que tiempo y medio de su salario basico por todas horas trabajadas arriba de 40 en una semana. Hay algunas excepciones.

Salario de aprendiz se aplica solamente a aprendizes apropiadamente registrados en programas de aprendizaje aprobados por agencas Estatales o Federales .

Si no recibe el seuldo apropiado comuniquese con Ell Agente de Contratos nombrado abajo . Se habla espanol .

Gwendolyn P . Tolbert, Director (213) 894-8000, Ext . 3200

O comuniquese con la oficina mas cercana de la Division de Salario y Hora del Departamento de Asuntos Laborales de los Estados Unidos (Wage and Hour Division, U .S . Department of Labor) . La Division de alario y Hora tiene oficinas en cienes de comunidades por todo el pals . Ellas estan listadas en la seccion de gobierno de los Estados Unidos en la mayoria de directorios telefonicos bajo : U.S . Department of Labor Employment Standards Administration

U.S . Department of Labor Employment Standards Administration Wage and Hour Division

Exhibit "D", Page 3 of 3

Page 155: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “E” Construction Site Sign for HUD Funded Projects

Page 156: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

KN010 : 51

6N 9-TAL

6FE% LMp5

A M

Ma6POUNP

N6POV')

N"W"i AXON

rNoNTUV

IN MOW

51~t FL~V,

NWL'-AloN'

MAN"

! ~ I HIGH aFlk ~O~~

FONT, -F

s !5

/ zl

a F16H I

rMrs

New F0,

V/\N

`F

)~T-

yp

CONSTRUCTION SITE SIGN

FOIL

HUD FUNDED PROJECTS

Exhibit "E", Page 1 of 2

Page 157: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

INV

ESTIN

G I

N O

UR

FU

TU

RE

Cit

y of

Art

s &

Inn

ovat

ion

HU

D F

UN

DED

PR

OJE

CT

WA

RD

CO

NSTR

UC

TIO

N:

Funded

by: U.S

. Depar

tment o

f Housin

g and

Urban

Develo

pment

Com

munity

Develo

pment

Block G

rant Pr

ogram

Equal

Oppor

tunity -

Affirm

ative A

ction Em

ployer

Executi

ve Orde

r 11246

and S

ection

3 Hous

ing an

d Urba

n Deve

lopme

nt Act o

f 1968

elau
Typewritten Text
Exhibit "E" Page 2 of 2 Sample
Page 158: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “F” Special Equal Opportunity Provisions

Page 159: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 1 of 12

Page 160: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 2 of 12

Page 161: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 3 of 12

Page 162: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 4 of 12

Page 163: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 5 of 12

Page 164: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 6 of 12

Page 165: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 7 of 12

Page 166: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 8 of 12

Page 167: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 9 of 12

Page 168: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 10 of 12

Page 169: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 11 of 12

Page 170: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "F", Page 12 of 12

Page 171: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “G” Special Conditions Pertaining to Hazards Safety Standards and Accident Prevention

Page 172: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "G", Page 1 of 1

elau
Line
Page 173: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “H” Project Area Trainees, Employees and Business Requirements

Page 174: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit "H", Page 1 of 1

Page 175: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Exhibit “I” Federal Funding Accountability Transparency Act (FFATA)

Page 176: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT (FFATA)

The Federal Funding Accountability and Transparency Act (FFATA or “Transparency Act”) was signed on

September 26, 2006. The FFATA legislation requires information on federal awards (federal financial assistance

and expenditures) be made available to the public via a single, searchable website, which is

www.USASpending.gov.

The FFATA Subaward Reporting System (FSRS) is the reporting tool Federal prime awardees (i.e. prime

contractors and prime grants recipients) use to capture and report subaward and executive compensation data

regarding their first-tier subawards to meet the FFATA reporting requirements. Prime contract awardees will report

against sub-contracts awarded and prime grant awardees will report against sub-grants awarded. The sub-award

information entered in FSRS will then be displayed on www.USASpending.gov associated with the prime award

furthering Federal spending transparency.

The Transparency Act requires information disclosure concerning entities receiving Federal financial assistance

through Federal awards such as Federal contracts, sub-contracts, grants, and sub-grants.

Specifically, the Transparency Act’s section 2(b)(1) requires the City to provide the following information about

each sub-award(s) greater than $25,000:

• Name of the entity receiving the award;

• Amount of the award;

• NAICS code for contracts / CFDA program number for grants;

• Information on the award including purpose of the funding action;

• Location of the entity receiving the award and primary location of performance under the award;

• Unique identifier (DUNS #) of the entity receiving the award and the parent entity of the recipient;

• Names and total compensation of the five most highly compensated officers of the entity if the entity:

In the preceding fiscal year, received 80 percent or more of its annual gross revenues in Federal awards; and

$25,000,000 or more in annual gross revenues from Federal awards; and the public does not have access to this

information about the compensation of the senior executives of the entity through periodic reports filed under

section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. §§ 78m(a), 78o(d)) or section 6104 of the

Internal Revenue Code of 1986.

I, ___________________________________ (print name), hereby agree that:

I read and understand the information provided above.

I acknowledge and agree that:

(Please check one of the following)

____ ___________________________________(agency name) does not meet the above threshold

requiring names and total compensation of the five most highly compensated officers of the entity if the entity.

____ __________________________________(agency name) does meet the above threshold* requiring

Page 177: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

names and total compensation of the five most highly compensated officers of the entity if the entity.

*If agency meets the above threshold, the agency MUST complete the section below identifying the names and total

compensation of the five most highly compensated officers of the entity, signed and dated by the one of the

following: President; Executive Director; CEO; Board Chairperson; Finance Director; CFO; or Treasurer.

Names of Executive Total Compensation

1.

2.

3.

4.

5.

_______________________________________

Signature of President/Executive Director/Board Chair

_______________________________________

Printed Name of President/Executive Director/Board Chair

Rev: 7/3/12

Page 178: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

CORPORATE CERTIFICATE (If a Corporation)

STATE OF )

) SS: COUNTY OF )

I HEREBY CERTIFY as follows:

1. That I am the Corporate Secretary for , a corporation duly

organized, existing and in good standing under the laws of the State of ;

2. That on , a meeting was held by the Board of Directors for -

__________________ corporation wherein the following resolution was duly passed and adopted:

“RESOLVED, that , as of corporation, be

and is hereby authorized to execute the foregoing document entitled on behalf of the Corporation, and that his/her execution thereof shall be the official act and deed of this Corporation.” (A true and correct copy of said Resolution is attached hereto and incorporated herein by reference.)

I further certify that said Resolution is now in full force and effect.

IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the

corporation this , day of , 20____________.

By:

Printed Name:

Secretary for:

(Corporate Seal)

elau
Typewritten Text
Appendix A
Page 179: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix B

PERFORMANCE BOND Bid No. Bond No. Premium: KNOW ALL PERSONS BY THESE PRESENTS THAT: WHEREAS on 2017, the CITY OF RIVERSIDE ("CITY") awarded to , ("PRINCIPAL") a contract for performance of work described as - Bid No. ("CONTRACT"), the terms and conditions of which are incorporated herein by reference; and WHEREAS the CONTRACT requires PRINCIPAL to furnish this Performance Bond ("BOND") to guarantee PRINCIPAL's performance of all provisions of the CONTRACT; and WHEREAS ("SURETY"), a corporation legally authorized to execute and furnish performance bonds as sole surety in the State of California, is willing to act as PRINCIPAL'S SURETY in the making and giving of this BOND; NOW, THEREFORE, we PRINCIPAL and SURETY hereby hold and firmly bind ourselves to pay to CITY in lawful United States currency the principal sum of Dollars ($ ), for which payment well and truly to be made to CITY or CITY's successors or assigns we hereby bind ourselves and our heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS BOND IS THAT IF PRINCIPAL or PRINCIPAL'S heirs, legal representatives, successors or assigns shall in all things stand to, abide by, and well and truly keep and faithfully perform all of the covenants, conditions and promises in the CONTRACT, including its work Guaranty, and all alterations thereof made as therein provided on PRINCIPAL'S part to be kept and performed at the time and in the manner specified therein, and in all respects according to their true intent and meaning, and shall indemnify and save harmless CITY and CITY's officers, employees and agents as therein specified, then this obligation shall become null and void; otherwise, it shall be and remain in full force and binding effect. SURETY hereby agrees that no change in the terms of the CONTRACT or the work to be performed thereunder, or any extension of time for completion thereof, shall in any way relieve it of its obligations under this BOND, and hereby waives notice of any change or extension thereof, and further waives the provisions of California Civil Code Sections 2819 and 2845. If lawsuit is brought by CITY on this BOND, PRINCIPAL and SURETY shall pay to CITY, over and above the principal sum hereof, reasonable costs and attorneys' fees which the court is hereby authorized to award. IN WITNESS WHEREOF we sign and seal this BOND on . Correspondence or claims relating to this BOND should be sent to SURETY at the following Principal address:

By (Seal)

Typed Name and Title

Surety

Telephone Number (Seal)

Note: Signatures of those executing for Attorney-in-Fact SURETY must be acknowledged, and a Power of Attorney attached.

Typed Name and Title 3/10/95.RS

Page 180: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix B

PAYMENT BOND Bid No. Bond No. Premium: KNOW ALL PERSONS BY THESE PRESENTS THAT: WHEREAS on 2017, the CITY OF RIVERSIDE ("CITY") awarded to ("PRINCIPAL") a contract for performance of work described as - Bid No. ("CONTRACT"), the terms and conditions of which are incorporated herein by reference; and WHEREAS the CONTRACT requires PRINCIPAL to furnish this Payment Bond ("BOND") to secure payment of the claims of persons described in California Civil Code Section 3248 (b); and WHEREAS ("SURETY"), a corporation legally authorized to execute and furnish payment bonds as sole surety in the State of California, is willing to act as PRINCIPAL'S SURETY in the making and giving of this BOND; NOW, THEREFORE, we PRINCIPAL and SURETY hereby hold and firmly bind ourselves unto CITY and all persons and entities described in California Civil Code Section 3248(b) whose claims are not paid by PRINCIPAL in the total sum of Dollars ($ ), for which payment well and truly to be made we bind ourselves and our heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS BOND IS THAT IF PRINCIPAL or PRINCIPAL'S successors, assigns or subcontractors fail to pay any of the persons described in California Civil Code Section 3181, any amounts due under the California Unemployment Insurance Code with respect to work or labor performed under the CONTRACT or any amounts required to be deducted, withheld and paid over to the California Employment Development Department from the wages of employees of PRINCIPAL and PRINCIPAL'S subcontractors pursuant to California Unemployment Insurance Code Section 13020 with respect to such work and labor, SURETY will pay for the same in an amount not exceeding the sum stated above, plus all costs and reasonable attorneys' fees awarded by any court of competent jurisdiction in any lawsuit brought upon this BOND. THIS BOND SHALL INURE TO the benefit of all persons and entities described in California Civil Code Section 3248(b) so as to give them or their assigns a right of action in any lawsuit brought upon this BOND, and is executed and filed to comply with the Public Works Payment Bond provisions of Chapter 7, Title 15, Part 4, Division 3 of the California Civil Code (commencing at Section 3247) and all amendments thereto, which provisions are incorporated herein by this reference. IN WITNESS WHEREOF we sign and seal this BOND on . Correspondence or claims relating to this BOND should be sent to SURETY at the following Principal address:

By (Seal)

Typed Name and Title

Surety

Telephone Number Note: Signatures of those executing for (Seal) SURETY must be acknowledged, and a Power Attorney-in-Fact of Attorney attached.

Typed Name and Title

3/10/95.RS

Page 181: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix C C1

GENERAL AND/OR AUTOMOBILE LIABILITY Bid No. ADDITIONAL INSURED ENDORSEMENT CITY OF RIVERSIDE Name Insured and Address: Contractor’s Name and Address General description of agreement(s) and/or activity(ies) insured: Project Name/Description

Notwithstanding any inconsistent statement in the policy to which this endorsement pertains or in any endorsement now or hereafter attached thereto, it is agreed as follows:

1. The City of Riverside, and its officers and employees are additional insureds thereunder in relation to those operations, uses, occupations, acts, and activities described generally above with regard to operations performed by or on behalf of the named insured.

2. Such insurance shall be primary, and not contributing with any other insurance maintained by the additional insured.

3. The policy 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.

4. The policy shall not be subject to cancellation, change in coverage, reduction of limits or non-renewal except after written notice to the Risk Manager of the City of Riverside by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereof.

ADDRESS CANCELLATION NOTICE AS FOLLOWS: ISSUE ENDORSEMENT TO: Risk Manager City of Riverside City Hall, 3900 Main Street Riverside, California 92522

City Attorney City of Riverside City Hall, 3900 Main Street Riverside, California 92522

Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or

extend any of the limits, agreements, or exclusions of the policy.

Endorsement No.

Effective Date: Policy No.:

TYPE OF COVERAGE TO WHICH THIS ENDORSEMENT ATTACHES

POLICY PERIOD: FROM: _______ TO: _______

LIMITS OF LIABILITY:

The following inclusions, exclusions, extensions or specific provisions relate to the above coverage. Aggregate limits

and separate deductibles, if applicable, are to be noted after the stated coverage. (Attach additional pages if space is insufficient.) Scheduled items or locations are to be identified on an attached sheet.

(SEE REVERSE SIDE)

Page 182: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix C C2

INCLUDES: ( ) Premises & Operations ( ) Contractual Liability ( ) Independent Contractors ( ) Products/Completed Operations ( ) Broad Form Property Damage ( ) Personal Injury ( ) Broad Form Liability Endorsement ( ) Fire Legal Liability ( ) Watercraft Liability ( )

( ) Incidental Medical Malpractice ( ) Explosion Hazard ( ) Collapse Hazard ( ) Underground Hazard ( ) Garagekeepers Legal Liability

(Primary) $ ( ) Owned Automobiles ( ) Non-owned Automobiles ( ) Hired Automobiles ( )

EXCLUDES: DEDUCTIBLE: A deductible or self-insured retention (strike out one) of $ applies to coverage. DEDUCTIBLE APPLIES PER CLAIM ( ), PER OCCURRENCE ( ).

Insurance Company

Address

I, (type or print name) hereby declare under penalty of perjury, under the laws of the State of California, that I have the authority to bind the above-named insurance company to this endorsement and by my execution hereof, do so bind said company.

Signature of Authorized Representative (Original Signature only; No Facsimile Signature or Initialed Signature Accepted)

Executed at , , on , 201_

Phone No: ( ) 5/6/93.RS

Page 183: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix D –Standard Forms for Bidder’s Use Page 1 of 5

Proposal Page 1 Bid No. 7446 Contractor: _________________________________________

PROPOSAL FOR VILLEGAS Park ADA WALKWAY IMPROVEMENTS – BID NO. 7446

TO THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF RIVERSIDE:

In compliance with the Notice Inviting Bids, posted by your Purchasing Services Manager, Bidder hereby proposes to furnish all materials, equipment, labor and methods and do all things necessary for the proper construction and completion of the work in strict and complete accord with the specifications at the prices set forth in the attached bid schedule. This proposal shall remain good and shall not be withdrawn for ninety (90) days after the date the proposals are opened by the Purchasing Services Manager.

Bidder hereby declares that Bidder has examined the specifications and understands that all items to be furnished shall be for the bid price, and that Bidder has also checked all figures shown and understands that neither the City of Riverside nor any officer thereof will be responsible for any errors or omissions in submitting this proposal.

Bidder understands that the City Council reserves the rights to reject any and all proposals, to waive any irregularities in bidding or to award the Contract to other than the lowest bidder.

Bidder hereby agrees that if Bidder is awarded the Contract, Bidder will sign the Purchase Order and return with completed insurance confirmations and Business Tax License, within five (5) calendar days from the date the City mails, or by other means delivers, the Purchase Order to Bidder.

Bidder hereby agrees that if Bidder is awarded the Contract, Bidder will commence work under the Contract on the date specified in the written "Notice to Proceed" to be issued by the City and will complete the project within 45 calendar days thereafter as required by the Specifications.

Bidder hereby agrees to pay as liquidated damages the sum of $250.00 for each calendar day thereafter

during which the project remains incomplete.

Page 184: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix D –Standard Forms for Bidder’s Use Page 2 of 5

Proposal Page 2 Bid No. 7446 BIDDER INFORMATION: DATE: ___________________________________________ BIDDER'S NAME, ADDRESS & PHONE STATE CONTRACTOR'S LIC. NO. ____________________ CLASS OF LICENSE: ______________________________ EXPIRATION DATE: _______________________________ Name on license must agree with company name shown at right. DIR Registration Number: ___________________________ TELEPHONE: ___________________________ (Area Code) CITY BUSINESS TAX REGISTRATION (if available) ________________________________________________ IS BIDDER A CERTIFIED DBE: Y N (Circle one) Bidder hereby certifies that Bidder is currently the holder of a valid license as a Contractor in the State of California, and that the license covers the proposed work. When the appropriateness of a particular license is in question, Bidder understands that the determination of the State of California, Department of Consumer Affairs, Contractors State License Board shall govern. These terms and conditions shall also apply to any subcontractors listed by Bidder.

Bidder is: (check one)

An Individual Owner _________

A Joint Venture _________

A Partnership _________

A Corporation _________

The Bidder shall be required to provide a signed copy of the following documents to the Purchasing Department prior to bid opening:

Bid Proposal documents and any other documents required

Original Bid Bond (Notarized) or if (Bid Security is in the form of a “Cashier’s check” or “Certified check” must be delivered to the Purchasing Manager before bid due date and time).

Non-Collusion Declaration

Contractor Customer Service Standards Acknowledgment

Any other documents called out for in the specifications

Any Bidder who fails to acknowledge all addenda will be declared non-responsive and its bid will not be considered.

**Acknowledge any addenda received here:

Page 185: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix D –Standard Forms for Bidder’s Use Page 3 of 5

Proposal Page 3 Bid No. 7446_ Contractor

SUBCONTRACTOR INFORMATION SHEET

In accordance with the requirements of the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 et seq.), the following subcontractors are listed:

SUBCONTRACTOR NAME WORK TO BE SUBCONTRACTED, LICENSE AND BUSINESS ADRESS NUMBER, DIR REGISTRATION (if applicable) SUBCONTRACTED AMOUNT Name: ____________________________________ License No.:_____________________________ Address: __________________________________ Subcontracted Amount:____________________ _________________________________________ DIR Registration Number: __________________ _________________________________________ Work to be Performed: ____________________ Certified DBE (Yes or No):__________________ Name: ____________________________________ License No.:_____________________________ Address: __________________________________ Subcontracted Amount:____________________ _________________________________________ DIR Registration Number: __________________ _________________________________________ Work to be Performed: ____________________ Certified DBE (Yes or No):__________________ Name: ____________________________________ License No.:_____________________________ Address: __________________________________ Subcontracted Amount:____________________ _________________________________________ DIR Registration Number: __________________ _________________________________________ Work to be Performed: ____________________ Certified DBE (Yes or No):__________________ Name: ____________________________________ License No.:_____________________________ Address: __________________________________ Subcontracted Amount:____________________ _________________________________________ DIR Registration Number: __________________ _________________________________________ Work to be Performed: ____________________ Certified DBE (Yes or No):__________________ Name: ____________________________________ License No.:_____________________________ Address: __________________________________ Subcontracted Amount:____________________ _________________________________________ DIR Registration Number: __________________ _________________________________________ Work to be Performed: ____________________ Certified DBE (Yes or No):__________________ Name: ____________________________________ License No.:_____________________________ Address: __________________________________ Subcontracted Amount:____________________ _________________________________________ DIR Registration Number: __________________ _________________________________________ Work to be Performed: ____________________ Certified DBE (Yes or No):__________________

Page 186: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix D –Standard Forms for Bidder’s Use Page 4 of 5

Proposal Page 4 Bid No. 7446

NON-COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares:

I am the of , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative therefor, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

I declare under penalty of perjury of the laws of the State of California that the above information is trueand correct and that this declaration is executed on

(state).

(date) at (city),

Contractor:

By: (Signature)

Title:

.

Page 187: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix D –Standard Forms for Bidder’s Use Page 5 of 5

CITY OF

RIVERSIDE CONTRACTOR CUSTOMER SERVICE STANDARDS ACKNOWLEDGMENT

Customer Service is important to the City of Riverside and has resulted in the adoption of our motto and mission statement:

"People Serving People" The City of Riverside will provide high quality

Municipal services in a responsive and cost-effective manner.

The City and its Contractors shall at all times strive to represent the City in a professional, courteous, friendly, efficient, and cost-effective manner. The following customer service standards shall be enforced by Contractors:

1. Abide by the City's mission statement and customer standards as noted herein.

2. Furnish sufficient supervisory and working personnel capable of promptly accomplishing on schedule, to

the satisfaction of the director / designee, all work required under the contract. 3. Have competent working supervisors on the job at all times work is being performed who are

capable of communicating and discussing effectively, both in written and oral English, matters pertaining to the contract.

4. Remove from the work site any employees deemed careless, incompetent, or who generate

multiple customer service complaints. 5. Have supervisors carry identification which clearly indicates to the public the name of the

Contractor’s responsible for the project. 6. Have Contractor's vehicles assigned to the project clearly identified.

7. As applicable, with department's approval, issue a notice in business and residential areas in

advance of project commencement stating work project, general time frame, company name, telephone number, job site contact person, City contact person and telephone number.

8. Endeavor to maintain good public relations at all times. Conduct work in a proper and efficient

manner to create the least possible inconvenience to the general public.

Bidder shall submit a signed copy of this form as part of their bid response prior to bid opening.

Company Name:

Authorized Representative (Please Print):

Signature: Date:

Page 188: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

1

CITY OF RIVERSIDE BEST MANAGEMENT PRACTICES

FOR TYPICAL CONSTRUCTION ACTIVITIES

The discharge of any pollutants into the City storm drain system or natural drainage areas is prohibited per Section 14 of the City Municipal Code and the Riverside County Area-Wide Municipal Storm water permit issued by the State Water Resources Control Board. Drainage from construction sites and construction activities is prohibited from entering the City storm drain system and natural drainage areas. Any violations of the above provisions are subject to fines by the City and by the State Water Resources Control Board.

The following best management practices (BMPs) are to be implemented for the construction activities listed. These BMPs are considered to be a minimum of the activities necessary to protect the City storm drain system. The contractor may be required to implement further BMPs to assure no pollutant discharges enter the storm drain system. The contractor needs to work closely with the City inspector to identify any further BMPs, which may be necessary.

CONSTRUCTION ACTIVITIES BEST MANAGEMENT PRACTICE Portable Toilets - The toilets may not be located in the street

right of way. Perimeter protection must be placed around the toilet area to contain any drainage from toilet cleaning activities.

Sawcutting, grinding, paving - Debris from these types of activities are to be swept or vacuumed daily (at a minimum) and disposed of at a landfill.

- Drainage from these activities shall be contained or the catch basins down stream of these activities will be protected with sand bags.

- Drainage contained shall be vacuumed daily (at a minimum) and the remaining debris disposed of at a landfill.

Concrete wash outs - A washout/spoil area on site must be identified that will contain the concrete washout wastewater. The debris shall be removed at the end of the day, or;

- The washout must be contained and removed off site daily.

Trenching - Perimeter protection of the trenching spoil or trench area itself must be provided to prevent any erosion from the site, and

- Catch basin protection must be provided to prevent drainage from entering the storm

elau
Typewritten Text
Appendix E -1
Page 189: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

2

drain system. - Any sediment or debris shall be swept up

daily at a minimum. Spoil piles - Spoil piles with the potential for draining off-

site shall have perimeter erosion control and may need temporary cover.

Tracking - Tracking pads are required for larger jobs as well as a continual sweeping plan.

- Smaller jobs must sweep daily. Vehicle maintenance - Regularly scheduled vehicle maintenance

activities such as oil changes and fluid refills shall be conducted off-site.

- Any chemicals leaking from faulty equipment will be contained and repaired immediately.

- A spill response plan must be identified that properly contains and disposes of any potential spill or leaks of hazardous materials including at a minimum oil, grease, hydraulic fluid, etc.

Vehicle washing - Vehicle washing shall not occur on site Sloped areas - Sloped areas shall at a minimum be protected

by perimeter erosion control. Larger slopes may also need erosion control at the top of slopes. These BMPs shall stay in place and be maintained until after the landscaping has completely been established.

elau
Typewritten Text
Appendix E -2
Page 190: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

Appendix F

CONTRACTOR’S REQUEST FOR INFORMATION

Bid No. 7446 DATE:

RFI NUMBER To: City of Riverside

Parks, Recreation & Community Services Department 6927 Magnolia Avenue Riverside, CA 92506

Attn: Ewina Lau, Senior Park Planner

Email: [email protected]

RE: Villegas Park ADA Walkway Improvements RFI: _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ REPLY: _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ DUE DATE: REPLY DATE: ____ REPLY FROM: COPIES TO: ___

Page 191: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

VENDOR NO. REQ. NO. DATE COP NO.

No.

Contractor

or Vendor

DEPT

PROJECT

Original Contract

Prior Change Order(s) 0.00

This Change Order

-

0 0

Item No. Qty Unit Unit Price Amount

1 SF

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

Page 1 of 1

CHANGE ORDER PROPOSAL

IF CHANGE IN CONTRACT COMPLETION TIME, SHOW NUMBER OF CALENDAR DAYS:

Increase: Decrease:

Description

Note: All Amounts in RED should match

The Grand Total amount represents full compromise and settlement of all adjustments to Contract Time and Contract Sum, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differingsite conditions, construction interference and other extraordinary or consequential damages (hereinafter called Impacts), including any ripple or cumulative effect of said Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in this Change Order. By execution of this Change Order, Contractor agrees that this Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any cost of whatsoever nature, character or kind arising out of or incidental to this Change Order.CONTRACTOR DATE CITY REPRESENTATIVE DATE

Parks Recreation and Community Services Department

Bid No. 1234: Project Name

Location, description and reason for Change Order

CHANGE ORDER CONDITIONS

GRAND TOTAL

Contractor Name

12345 Address

City, CA 91710

City of RiversideTO PURCHASE ORDER

FORMAL (External)

New Contract Amt

INFORMAL(Internal) Please Note: All Terms and Conditions of the original Purchase Order remain applicable unless otherwise noted on this Change Order.

TO:

elau
Typewritten Text
Appendix G
Page 192: Villegas Park ADA Walkway Improvements 7446 - Addendum No 1.pdf · Villegas Park ADA Concrete Walkway Improvements (A CDBG Fund funded Project) 3091 Esperanza Street, Riverside, CA

CHANGE ORDER LOG

CO # Description Price Contract Days Status

1 Change Order No. 1 TOTAL -$ 0

2 Change Order No. 2 TOTAL -$ 0

3 Change Order No. 3 TOTAL -$ 0

COP # Description Price Contract Days Approved Date

1 COP detailed description -$ 0 01/21/2013

Approved COP TOTAL -$ 0

COP # Description Price Contract Days Notes

Pending COP TOTAL -$ 0

Comments:Price Days Description

-$ 180 Original Contract-$ 0 Change Order #1-$ 0 Change Order #2-$ 0 Change Order #3-$ 180

Change Order Proposals Pending Contract Execution

Contractor shall be responsible for maintaining and updating the Change Order Log for review at weekly construction meetings

PROJECT NAMEAs of 1/09/12

Executed Change Orders

Change Order Summary

Change Order Proposals Pending Approval

elau
Typewritten Text
Appendix H