Loading...
HomeMy WebLinkAbout2015-10-21 PacketPage 1 of 2 CITY OF UKIAH CITY COUNCIL AGENDA Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 October 21, 2015 6:00 p.m. 1. ROLL CALL 2. PLEDGE OF ALLEGIANCE 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS a. Presentation of Picture of EAA B-17G, Aluminum Overcast, on the Ukiah Airport Compass Rose to Airport Manager. 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Minutes of October 7, 2015, a Regular Meeting. 6. RIGHT TO APPEAL DECISION Persons who are dissatisfied with a decision of the City Council may have the right to a review of that decision by a court. The City has adopted Section 1094.6 of the California Code of Civil Procedure, which generally limits to ninety days (90) the time within which the decision of the City Boards and Agencies may be judicially challenged. 7. CONSENT CALENDAR The following items listed are considered routine and will be enacted by a single motion and roll call vote by the City Council. Items may be removed from the Consent Calendar upon request of a Councilmember or a citizen in which event the item will be considered at the completion of all other items on the agenda. The motion by the City Council on the Consent Calendar will approve and make findings in accordance with Administrative Staff and/or Planning Commission recommendations. a. Report of Disbursements for the Month of September 2015. b. Adoption of Resolution Removing 49 Lineal Feet of On-Street Parking at 419 Talmage Road. c. Adoption of Ordinance to Defer Water and Sewer Connection Fees Until the Certificate of Occupancy. d. Report to Council Regarding the Purchase of Consulting Services from Diversity Research and Consulting Group in the Amount of $17,875 for the Development of a Not for Profit Foundation to Support Parks and Recreation. 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS The City Council welcomes input from the audience. If there is a matter of business on the agenda that you are interested in, you may address the Council when this matter is considered. If you wish to speak on a matter that is not on this agenda, you may do so at this time. In order for everyone to be heard, please limit your comments to three (3) minutes Page 2 of 2 per person and not more than ten (10) minutes per subject. The Brown Act regulations do not allow action to be taken on audience comments in which the subject is not listed on the agenda. 9. COUNCIL REPORTS 10. CITY MANAGER/CITY CLERK REPORTS 11. PUBLIC HEARINGS (6:15 PM) 12. UNFINISHED BUSINESS 13. NEW BUSINESS a. Approval of Agreement with Rural Communities Housing Development Corporation for the Option Agreement to Purchase Easement Real Property for Well 9 and Corresponding Budget Amendment. b. Approve Plans and Specifications for the Installation of Replacement Well 4 and New Well 9, Specification No. 14-05 and Direct Staff to Advertise for Bids. c. Annual Budget Calendar Scheduling. 14. CLOSED SESSION – Closed Session may be held at any time during the meeting a. Conference with Legal Counsel – Existing Litigation (Cal. Gov’t Code Section 54956.9(d)(1)) Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case No. SCUK- CVPT -15-66036 b. Conference with Legal Counsel – Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Ukiah Valley Sanitation District v. City of Ukiah, Mendocino County Superior Court Case No. SCUK-CVC-13-63024 c. Conference with Labor Negotiator (Government Code Section 54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units 15. ADJOURNMENT Please be advised that the City needs to be notified 72 hours in advance of a meeting if any specific accommodations or interpreter services are needed in order for you to attend. The City complies with ADA requirements and will attempt to reasonably accommodate individuals with disabilities upon request. Materials related to an item on this Agenda submitted to the City Council after distribution of the agenda packet are available for public inspection at the front counter at the Ukiah Civic Center, 300 Seminary Avenue, Ukiah, CA 95482, during normal business hours, Monday through Friday, 8:00 am to 5:00 pm. I hereby certify under penalty of perjury under the laws of the State of California that the foregoing agenda was posted on the bulletin board at the main entrance of the City of Ukiah City Hall, located at 300 Seminary Avenue, Ukiah, California, not less than 72 hours prior to the meeting set forth on this agenda. Dated this 16th day of October, 2015. Kristine Lawler, City Clerk Agenda Item 5a Page 1 of 5 CITY OF UKIAH CITY COUNCIL MINUTES Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 October 7, 2015 6:00 p.m. 1. ROLL CALL Ukiah City Council met at a Regular Meeting on October 7, 2015, having been legally noticed on October 2, 2015. Mayor Crane called the meeting to order at 6:11 p.m. Roll was taken with the following Councilmembers Present: Maureen Mulheren, Kevin Doble, Jim O. Brown, Vice Mayor Scalmanini and Mayor Crane. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; and Kristine Lawler, City Clerk. MAYOR CRANE PRESIDING. 2. PLEDGE OF ALLEGIANCE 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Minutes of September 16, 2015, a Regular Meeting. Motion/Second: Mulheren/Doble to approve the minutes of September 16, 2015, a Regular Meeting, as submitted. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: Brown. 6. RIGHT TO APPEAL DECISION 7. CONSENT CALENDAR a. Appointment of Strategic Planning Ad Hoc and Disbandment of City Manager Appointment Process and Development Impact Fee Deferral Program Ad Hocs – City Clerk. Pulled by Vice Mayor Scalmanini and placed as Agenda Item 13d. b. Notification to City Council of Expenditure (COU Nos. 1415-207 and 1415-207-A1) for General Engineering Services for the Lake Mendocino Hydroelectric Plant and the Orchard Substation to Patterson & Dewar Engineers, Inc., in the Amount of $16,400 – Electric Utility. Motion/Second: Brown/Mulheren to approve Consent Calendar Items 7b, as submitted. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS Public Comment: J. R. Rose and Mike Sweeney, Mendocino County Solid Waste Management Authority General Manager. City Council Minutes for October 7, 2015, Continued: Page 2 of 5 9. COUNCIL REPORTS Presenter: Councilmember Mulheren. 10. CITY MANAGER/CITY CLERK REPORTS Presenters: Sage Sangiacomo, City Manager; Mel Grandi, Electric Utility Director; Tim Eriksen, Public Works Director/City Engineer; and David Rapport, City Attorney. 11. PUBLIC HEARINGS – 6:15 P.M. 12. UNFINISHED BUSINESS c. Receive Status Update from City of Ukiah’s Liaisons to the Mendocino County Health and Human Services Advisory Board and Authorize City Manager to Negotiate and Execute an Agreement for the Release of $30,000 to the Mendocino County Aids/Viral Hepatitis Network for the Operation of an Emergency Winter Shelter Contingent Upon Demonstration of Readiness – Administration. Presenters: Councilmembers Brown and Mulheren. Public Comment: Libby Guthrie, Mendocino County AIDS/Viral Hepatitis Network (MCCAVHN) Executive Director; Aeolian Vincent-dePaule; and Carol Rosenberg. Staff Comment: Charley Stump, Planning and Community Development Director. Motion/Second: Scalmanini/Doble to authorize the City Manager to negotiate and execute an agreement (COU No. 1516-124) for the release of $30,000 budgeted in the FY 15-16 Budget (Miscellaneous General Government; Contractual Services; 10012400.52100) to the Mendocino County AIDS/Viral Hepatitis Network for the operation of an Emergency Winter Shelter contingent upon demonstration of readiness. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. b. Introduction of Ordinance By Title Only to Defer Water and Sewer Connection Fees Until the Certificate of Occupancy – Administration. Presenter: Shannon Riley, Senior Management Analyst. Motion/Second: Brown/Mulheren to introduce the Ordinance by title only. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. Motion/Second: Brown/Mulheren to introduce the Ordinance amending Section 3861 in Division 4, Chapter 4 of the Ukiah City Code, entitled “Fees for Water Transmission, Storage, and Production and Treatment Facilities” and Section 3732 in Division 4, Chapter 2, Article 12 of the City Code Entitled “Fees for Connection to and Improvement of Sanitary Sewer System.” Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. a. Authorize Contract Amendment for Bidding Assistance Services with Ann Baker Landscape Architecture in an Amount of $53,805 for Grace Hudson Nature Education Grant Project – Community Services. Presenters: Katie Marsolan, Project Analyst and Sherrie Smith-Ferri, Museum Director. City Council Minutes for October 7, 2015, Continued: Page 3 of 5 Motion/Second: Doble/Brown to authorize a contract amendment (COU No. 1415-200-A1) with Ann Baker Landscape Architecture for $53,805 for bidding assistance services for the Grace Hudson Nature Education Grant Project. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. d. Discussion and Possible Approval of Curbside Food Waste Collection Program, and to Implement the Program, First Amended and Restated Waste Collection Contract and Second Amended and Restated Transfer Station Agreement – Public Works. Presenters: Tim Eriksen, Public Works Director/City Engineer and David J. Rapport, City Attorney. Public Comment: Mike Sweeney, Mendocino County Solid Waste Management Authority General Manager; John McCowen (speaking as citizen); and Carol Rosenberg. Motion/Second: Mulheren/Doble to approve: (1) Mixed Organic Waste Recycling Program (Non-COU Agrmt. No. 100715), including delivery of Mixed Organic Waste to the PRS Facility for consolidation and transport to Cold Creek Compost; (2) First Amended and Restated Waste Collection Agreement (COU No. 1516-125) between City of Ukiah (City) and Ukiah Waste Solutions (UWS), including restated and amended Exhibit D thereto; (3) Second Amended and Restated Transfer Station Agreement (COU No. 1516-126) between City and Solid Waste Solutions (SWS), including amended and restated Exhibit A thereto; and (4) Authorize City Manager to sign approved agreements. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. e. Annual Rate Adjustment Review and Approval of Adjustments for Transfer Station and Garbage Collection Rates Effective January 1, 2016 – Continued from the September 16, 2015, City Council Meeting – Finance. Presenter: Karen Scalabrini, Finance Director. Motion/Second: Scalmanini/Doble to confirm the proposed rates are within the limit of Section 6.2 of the Amended and Restated Transfer Station Agreement (COU No. 1516-125) and the Waste Collection Agreement (COU No. 1516-126). Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. f. Award Contract for Crosswalk at North State Street and Garrett Drive, Specification No. 15-11 and Approve Corresponding Budget Amendment – Public Works. Presenter: Tim Eriksen, Director of Public Works/City Engineer. NOTE: Staff will go to local contractors due to no bids being submitted. City Council Minutes for October 7, 2015, Continued: Page 4 of 5 RECESS: 8:38 – 8:49 P.M. 13. NEW BUSINESS a. Approval of Agreement with Granicus, Inc. to Upgrade Internet Encoding Appliance Hardware and Web Design Services – City Clerk. Presenter: Kristine Lawler, City Clerk. Motion/Second: Doble/Brown to approve a three year agreement (COU No. 1516-127) with Granicus, Inc. for internet encoding hardware and services, and web design services in the amount of $34,540.38. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. b. Award of Contract to Team Ghilotti, Inc. for the Construction of the North State Street Sewer Main Improvement Project, Specification No. 14-04, in the Amount of $512,326 and Authorize Corresponding Budget Amendment – Public Works. Presenter: Tim Eriksen, Public Works Director/City Engineer. Motion/Second: Brown/Doble to award a contract (COU No. 1516-128) to Team Ghilotti, Inc. for the construction of the North State Street Sewer Main Improvement Project, Specification No. 14- 04, in the amount of $512,326 and authorize corresponding budget amendment. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. c. Authorization for City Manager to Negotiate and Execute an Amendment to the Agreement with HDR Engineering, Inc., in an Amount not to Exceed $35,000 for Professional Services for the Lake Mendocino Hydroelectric Plant (EUD) – Electric Utility. Presenters: Mel Grandi, Electric Utility Director. Motion/Second: Doble/Brown to authorize City Manager to negotiate and execute an Amendment to the Agreement (COU No. 1516-011-A1) with HDR Engineering, Inc. in the amount not to exceed $35,000 for professional services for the Lake Mendocino Hydroelectric Plant. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. d. Appointment of Strategic Planning Ad Hoc and Disbandment of City Manager Appointment Process and Development Impact Fee Deferral Program Ad Hocs – City Clerk - From Consent Calendar Agenda Item 7a. Presenter: Mayor Crane. Motion/Second: Scalmanini/Brown to appoint Mayor Crane and Councilmember Doble to the Strategic Planning Ad Hoc, and disband the City Manager Appointment Process Ad Hoc and the Development Impact Fee Deferral Program Ad Hoc. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. City Council Minutes for October 7, 2015, Continued: Page 5 of 5 Council Consensus to add an item at the end of each Strategic Planning meeting allowing full Council input on topics to be addressed at the following Strategic Planning meeting. THE CITY COUNCIL ADJOURNED CLOSED SESSION AT 9:10 P.M. 14. CLOSED SESSION a. Conference with Legal Counsel – Existing Litigation (Cal. Gov’t Code Section 54956.9(d)(1)) Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case No. SCUK- CVPT-15-66036 b. Conference with Legal Counsel – Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Ukiah Valley Sanitation District v. City of Ukiah, Mendocino County Superior Court Case No. SCUK-CVC-13-63024 c. Conference with Labor Negotiator (Government Code Section 54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units No action was taken on Closed Session items. 15. ADJOURNMENT There being no further business, the meeting adjourned at 10:25 p.m. ________________________________ Kristine Lawler, City Clerk RECOMMENDED ACTION(S): Adopt resolution removing 49 lineal feet of on-street parking at 419 Talmage Road. ALTERNATIVES: Do not adopt resolution and provide direction to staff. Citizens advised: Richard Howland Requested by: Tim Eriksen, Director of Public Works / City Engineer Prepared by: Rick Seanor, Deputy Director of Public Works Coordinated with: Sage Sangiacomo, City Manager Presenters: Tim Eriksen, Director of Public Works / City Engineer Attachments: 1. Resolution for Adoption 2. Location photomap COUNCIL ACTION DATE: _____________:  Approved  Continued to___________________ Other _______ RECORDS APPROVED:  Agreement: ___________________  Resolution: ___________  Ordinance: __________ Note: Please write Agreement No. in upper right corner of agreement when drafted.. ITEM NO.: MEETING DATE: 7b October 21, 2015 AGENDA SUMMARY REPORT SUBJECT: ADOPTION OF RESOLUTION REMOVING 49 LINEAL FEET OF ON-STREET PARKING AT 419 TALMAGE ROAD Summary: Council will be presented a report that recommends establishing a no parking zone at 419 Talmage Road in order to improve sight distance. Background: The Traffic Engineering Committee (TEC) received a request from Richard Howland to establish a no parking zone at 419 Talmage Road. Discussion: Mr. Howland noted that vehicles parking along Talmage Road west of the entrance to the Talmage Office Park block the view of eastbound oncoming traffic. With the proposed no parking zone there will be a net loss of two on-street parking spaces. Staff notified Mr. Howland by letter of the proposed no parking zone. In addition, staff posted a notice of the proposed no parking zone at 419 Talmage Road. Mr. Howland attended the TEC meeting and spoke in favor of the no parking zone and no one spoke against the proposal. The TEC reviewed this request at its meeting of October 13, 2015. The TEC recommends approval of the no parking zone to the City Council. A location photomap of the area is included for reference as Attachment 2. FISCAL IMPACT: Budgeted Amount in 15-16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required Previous Contract or Purchase Order No. N/A N/A N/A Yes No N/A ATTACHMENT 1 RESOLUTION NO. 2015-xx RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH REMOVING 49 LINEAL FEET OF ON-STREET PARKING AT 419 TALMAGE ROAD . WHEREAS, the City Council may by resolution designate portions of streets upon which the standing, parking, or stopping of vehicles is prohibited or restricted pursuant to Article 11, Chapter 1, Division 8 of the Ukiah City Code; and WHEREAS, the Traffic Engineering Committee (Traffic Engineer) considered the request to establish a no parking zone at 419 Talmage Road at its meeting on October 13, 2015; and WHEREAS, the Traffic Engineer recommends the request to establish a no parking zone at 419 Talmage Road. NOW, THEREFORE, IT IS HEREBY RESOLVED, that the City Council of the City of Ukiah does establish a no parking zone at 419 Talmage Road. The City Engineer shall direct installation of signage and curb painting as necessary; PASSED AND ADOPTED this 21st day of October 2015, by the following roll call vote: AYES: NOES: ABSENT: ABSTAIN: __________________________ Douglas F. Crane, Mayor ATTEST: ___________________________ Kristine Lawler, City Clerk ATTACHMENT “2” Talmage Rd. between R/R Track and Airport Park Blvd. Talmage Road Between R/R Track and Airport Park Blvd Street Width: 64 feet Image Taken —September 2015 Google Image—August 2013 E l m S t . Google Image —June 2012 49 ft. Talmage Rd. 401 Talmage Rd. Recommended Action(s): Adopt ordinance amending Section 3861 in Division 4, Chapter 4 of the Ukiah City Code, entitled “Fees for Water Transmision, Storage, and Production and Treatment Facilities” and Section 3732 in Division 4, Chapter 2, Article 12 of the City Code Entitled “Fees for Connection to and Improvement of Sanitary Sewer System.” Alternative Council Option(s): Decline to take this action and provide direction to staff. Citizens advised: N/A Requested by: Councilmembers Doble and Mulheren Prepared by: Shannon Riley, Senior Management Analyst and David J. Rapport, City Attorney Coordinated with: Sage Sangiacomo, City Manager, Kevin Thompson, Principal Planner Attachments: 1. Ordinance of the City Council of the City of Ukiah amending Section 3861 in Division 4, Chapter 4 of the Ukiah City Code, entitled “Fees for Water Transmision, Storage, and Production and Treatment Facilities” and Section 3732 in Division 4, Chapter 2, Article 12 of the City Code Entitled “Fees for Connection to and Improvement of Sanitary Sewer System.” ITEM NO: MEETING DATE: 7c October 21, 2015 AGENDA SUMMARY REPORT SUBJECT: ADOP TION OF ORDINANCE TO DEFER WATER AND SEWER CONNECTION FEES UNTIL THE CERTIFICATE OF OCCUPANCY Summary: City Staff is proposing the adoption of an ordinance that will allow water and sewer connection fees to be deferred until the certificate of occupancy. Background and Discussion: The proposed Ordinance (Attachment 1) would amend Section 3861 of the City Code in Division 4 (utilities), Chapter 4 (Fees For Water Transmission, Storage And Production And Treatment Facilities), and Section 3732 of Division 4, Chapter 2 (Sewers), Article 12 (Fees for Connection to and Improvement of Sanitary Sewer System) for the purpose of deferring water and sewer connection fees until the certificate of occupancy. At the October 7, 2015, City Council meeting, the ordinance was introduced unanimously. Following the adoption of the ordinance and the corresponding 30-day waiting period, promotional materials will be provided to help publicize this opportunity. Fiscal Impact: FISCAL IMPACT: Budgeted Amount in 15-16 FY New Appropriation General Fund Account Number Budget Amendment Required Previous Contract or Purchase Order No. $0 N/A N/A Yes No N/A Attachment 1 1 ORDINANCE NO._________ ORDINANCE OF THE CITY COUNCIL OF THE CITY OF UKIAH AMENDING SECTION 3861 IN DIVISION 4, CHAPTER 4 OF THE UKIAH CITY CODE, ENTITLED “FEES FOR WATER TRANSMISSION, STORAGE AND PRODUCTION AND TREATMENT FACILITIES” AND SECTION 3732 IN DIVISION 4, CHAPTER 2, ARTICLE 12 OF THE CITY CODE ENTITLED “FEES FOR CONNECTION TO AND IMPROVEMENT OF SANITARY SEWER SYSTEM” The City Council of the City of Ukiah hereby ordains as follows. SECTION 1 1. Section 3861 in Division 4 of the Ukiah City Code is hereby amended to read as follows. §3861 WATER CONNECTION FEES The storage and transmission and production and treatment facilities’ fees are based on the size of the service. Said fees shall be due and payable prior to use and occupancy of the new facility requiring the service. No Certificate of Occupancy shall be issued and permanent water service shall not be provided until payment is received. Meter Size Fee per Connection 3/4" $1,569 1" $2,615 1 1/2" $5,230 2" $8,368 3" $16,736 4" $26,150 5" and larger To be determined by City Council 2. Section 3732 in Division 4, Chapter 2, Article 12 of the Ukiah City Code is hereby amended to read as follows. §3732 SEWER CONNECTION AND IMPROVEMENT FEES; TIME OF PAYMENT The fees set forth above shall be due and payable prior to use and occupancy of the new facility requiring the service. A Certificate of Occupancy shall not be issued and permanent sewer service shall not be provided until payment is received. Attachment 1 2 SECTION 2 This Ordinance shall become effective 30 days after its adoption and shall be published as required by law. Introduced by title only on October 7, 2015 by the following roll call vote: AYES: NOES: ABSTAIN: ABSENT: Adopted on October 21, 2015, by the following roll call vote: AYES: NOES: ABSTAIN: ABSENT: ____________________ _ Douglas F. Crane, Mayor ATTEST: _________________________ Kristine Lawler, City Clerk RECOMMENDED ACTION(S): Receive report to Council on the payment for consulting services from Diversity Research and Consulting Group in the amount of $17,875 for the development of a not for profit foundation to support park and recreation in the City of Ukiah. ALTERNATIVES: Remand to staff with direction Citizens advised: n/a Requested by: n/a Prepared by: Maya Simerson, Community Services Supervisor Coordinated with: Mary Horger, Purchasing Supervisor & Stephanie Young, Recreation Supervisor Presenters: Maya Simerson, Community Services Supervisor Attachments: 1. Contract with Diversity Research and Consulting Group COUNCIL ACTION DATE: _____________:  Approved  Continued to___________________ Other _______ RECORDS APPROVED:  Agreement: ______________  Resolution: ___________  Ordinance: __________ Note: Please write Agreement No. in upper right corner of agreement when drafted.. ITEM NO.: MEETING DATE: 7d October 21, 2015 AGENDA SUMMARY REPORT SUBJECT: REPORT TO COUNCIL REGARDING THE PURCHASE OF CONSULTING SERVICES FROM DIVERSITY RESEARCH AND CONSULTING GROUP IN THE AMOUNT OF $17,875 FOR THE DEVELOPMENT OF A NOT FOR PROFIT FOUNDATION TO SUPPORT PARKS AND RECREATION. Summary: Staff has solicited and selected Diversity Research and Consulting Group (DRCG) to assist with establishing and implementing a comprehensive alternative fund development vehicle. Background: Pursuant to the requirements of Section 1522 of the Municipal Code, staff is filing with the City Council this report regarding the establishment and implementation of a comprehensive alternative fund development program for securing private sector funding and grants. This has been a long-term Community Services Department goal and will be accomplished by creating a non-profit Community Services Foundation to benefit Community Services (Park and Recreation) programs and facilities. Discussion: By establishing a Foundation many sources of funding will become available that we would otherwise be ineligible to receive. Additionally the Foundation will be an appropriate place for those wishing to make a legacy donation. Many other agencies have successfully implemented non-profit foundation partnerships and we feel confident that this non-profit vehicle will provide the City of Ukiah Community Services Department with new opportunities for revenue generation. Certainly the success of the Grace Hudson Museum partnerships illustrates the potential for such partnerships. Staff will work with DRCG and provide direction during the: • Development of a dedicated Community Service Foundation vehicle for the Community Service Department. • Development of a Board of Trustees for the Community Services Foundation. Page 2 of 2 • Presentation of an overview of foundation operations, mission, vision, goals, and development programs to the newly appointed Board of Trustees of the Community Services Foundation and City Council. DRCG was selected as the consultant for this project after the Request for Proposals was issued last summer. This is a highly specialized area and they were the only proposal we received. However after extensive reference checking and multiple conversations with DRCG they proved themselves to be experts in the area, highly qualified, and motivated to work towards our goals here at the City of Ukiah. The full agreement with DRCG can be reviewed in Attachment A. The process is expected to take about a year to complete. DRCG will provide support and guidance during the whole process for the negotiated fee. FISCAL IMPACT: Budgeted Amount in 15-16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required Previous Contract or Purchase Order No. Yes Misc General Govt; Contracted Services 10012400.52100 Yes No Contract #1516120 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES Contract #1516120 This Agreement, made and entered into this 28th day of September, 2015 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Diversity Research and Consulting Group, Inc., a corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a . City requires consulting services related to the establishment and implementation of a comprehensive alternative fund development program for securing private sector funding and grants that include creating a non-profit Community Services Foundation with examples and measurable financial benefits for Community Services (Park and Recreation) programs and facilities. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work {Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance -of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within one (1) year from receipt of the Notice to Proceed . Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $17,875. labor charges shall be Sid-PlofSvcsAaroemeat-Novanbcr 20, 2008 PAGEIOF7 Contract #1516120 based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment 8, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or Srd-Prolli""'Agm!menr· November 20, 2008 PAGE20P7 Contract #1516120 benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultanfs obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage- Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed . 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. Std-ProiSvcsAgrccmCDI· November 20. 2008 PAG£30F7 Contract #1516120 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Sid-ProiSvcsA8Jecmen!-NOYtlllbcr 20. 2008 PAGI!40F7 Contract #1516120 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liabilitv Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from 1 year of project completion. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested , has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A-for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation -related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6 .1. 6.2 Indemnification . Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that Sid -PmlS~cnt-November 20, 2008 PAGE30F7 Contract #1516120 arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify, n as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-qf-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabiljty. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant . shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete Std -ProfS~· NOYallbcr 20, 2008 PAGE60F7 Continued on Page 2 RECOMMENDED ACTION(S): Approve agreement with Rural Communities Housing Development Corporation for Right of Access and Option to Purchase Wellsite Easement and corresponding budget amendment ALTERNATIVES: Do not approve and provide direction to staff Citizens advised: Brad McDonald, Executive Director, Rural Communities Housing Development Corporation Requested by: Tim Eriksen, Director of Public Works/City Engineer Prepared by: Jarod Thiele, Public Works Project Analyst Coordinated with: Sage Sangiacomo, City Manager; Sean White, Director of Water and Sewer Utilities; David Rapport, City Attorney Presenters: Tim Eriksen, Director of Public Works/City Engineer Attachments: 1) Option Agreement to Purchase Easement in Real Property; 2) Easement Grant Deed COUNCIL ACTION DATE: _____________:  Approved  Continued to___________________ Other _______ RECORDS APPROVED:  Agreement: ___________________  Resolution: ___________  Ordinance: __________ Note: Please write Agreement No. in upper right corner of agreement when drafted.. ITEM NO.: MEETING DATE: 13a October 21, 2015 AGENDA SUMMARY REPORT SUBJECT: APPROVAL OF AGREEMENT WITH RURAL COMMUNITIES HOUSING DEVELOPMENT CORPORATION FOR ACCESS AND AN OPTION TO PURCHASE EASEMENT FOR WELL #9 AND CORRESPONDING BUDGET AMENDMENT Summary: City Council will consider approving an agreement with RCHDC for the acquisition of an easement for Well #9. Background: On May 7, 2014 City Council authorized the City Manager to negotiate and execute an agreement with Rural Communities Housing Development Corporation (RCHDC) for the acquisition of a right of access to RCHDC property adjacent to Orrs Creek and Brush Street to investigate and to negotiate the terms for the purchase of an easement for the development and operation of a new water well (“Well #9”). The City already has an out-of-area service agreement with RCHDC, approved by LAFCo, to provide water service to this property at such time that it is developed for a low income apartment project of approximately 152 units. Discussion: Since that time, City staff and RCHDC staff have met and drafted an agreement which is included as “Attachment 1”. Under the attached agreement the City will pay $22,400 for the right to inspect, drill test wells and otherwise determine whether there is a location on the RCHDC property for a production well suitable for the City’s water system. The City will investigate an initial site called the Wellsite. However, if the initial site is not suitable, the right of access includes up to two additional sites the City can investigate. The $22,400 payment also includes an Option to purchase a suitable wellsite easement on terms specified in the agreement. The right of access and option remain in effect for a period of one year from the date the agreement is signed. Within that one year period, once the test well or wells are drilled and test pumping is performed, the well design firm and City staff will determine if there is a suitable site on the Property for an additional City well. At that time, if it is determined to drill a production well, the City will notify RCHDC that it is exercising its option to purchase an easement for that well site. As provided in the Agreement, this will, require the City to pay an additional $117,600 for the easement and right to extract water through the new production well. Under the out-of-area service agreement the City will provide water service to the property when it is developed. The $140,000 purchase price for the easement approximates the City’s water system connection fees at the current rates for the number of connections anticipated to be Page 2 of 2 necessary to serve the RCHDC project. This value is also substantiated on the encumbrance of ~14,000 square feet at approximately $10 per square foot debt value that RCHDC is carrying on the property. FISCAL IMPACT: Budgeted Amount in 15-16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required Previous Contract or Purchase Order No. $0 Water Capital Fund 82224413.80230 Yes No N/A Attachment 1 October 16, 2015 1 When recorded return to: City of Ukiah Ukiah Civic Center 300 Seminary Avenue Ukiah, CA. 95482 OPTION AGREEMENT TO PURCHASE EASEMENT IN REAL PROPERTY This Option Agreement to Purchase an Easement in Real Property (the "Option Agreement") is made and entered on __________, 2015 (“Effective Date”), in Ukiah, California by and between Rural Communities Housing Development Corporation (“RCHDC”), a non-profit public benefit corporation in good standing under the laws of the State of California and the City of Ukiah (“City”), a California general law municipal corporation. Collectively, RCHDC and City are called “the Parties” in this Agreement. RECITALS A. RCHDC owns fee title to certain real property located contiguous to but outside the boundaries of the City of Ukiah, in an unincorporated area of Mendocino County, California, consisting of approximately 2 acres more or less, known as 509 Brush Street, Ukiah, California, Mendocino County Assessor’s Parcel Number 002-101-27, located on the north side of Orrs Creek and fronting on Brush Street (“the Property”). B. RCHDC develops and manages housing of various types for Lower Income Families, as defined in Health and Safety Code §50079.5 (“Low Income Housing”), using various grants, low interest loans and tax credit financing to finance the construction of such housing. As a condition of qualifying for much of this financial assistance, RCHDC is required to enter and record an agreement and declaration of restrictive covenants requiring that the housing constructed by RCHDC remain available and affordable (rents generally no greater than 30% of a family’s adjusted income) to Lower Income Families for fifty or more years (an “Affordability Covenant”), C. City operates a municipal water utility to pump from wells and divert from Russian River underflow, treat and deliver water to commercial and residential property in the City. D. RCHDC acquired the Property for the purpose of developing Low Income Housing and has submitted an application to annex the Property to the City prior to its development. E. The City and RCHDC have entered and the Mendocino Local Agency Formation Commission has approved an Out-of-City Water Service Agreement, dated May 13, 2004, under which the City has agreed to provide water service to the Property for a project consisting of an apartment complex with approximately 152 units which will be and remain for the useful life of the complex affordable to persons of very low, low and moderate income as the terms “affordable” and “very low,” low” and “moderate” income are defined by the California Department of Housing and Community Development and/or the United States Department of Housing and Urban Development Attachment 1 October 16, 2015 2 (“the Project”). The City also has identified an area on the Property that it believes may be suitable for an additional well to serve the City’s water system. The area (the “Wellsite Easement”) is depicted and described on Exhibit A to the Easement Grant Deed, attached hereto as Exhibit 1. There may be other locations on the Property suitable for a municipal production well (“Additional Well Sites”) which, when described as required by Section 1.6, below, shall be considered the Wellsite Easement, if the City exercises its Option to purchase that site as provided in Section 3, below. F. The purpose of this Agreement is to state the terms and conditions under which the City will investigate the suitability of the Wellsite Easement for the development of an additional well to serve the City’s water system and to provide the City with an option to purchase the Wellsite Easement, if the City determines that it is suitable for this purpose. It also provides an opportunity to investigate Additional Well Sites, if the Wellsite Easement is determined not to be suitable for a municipal water system production well. AGREEMENTS In consideration of the above-recited facts and the terms and conditions as further stated herein the parties hereby agree as follows: 1. License and Right of Entry. RCHDC hereby grants to the City a license and right of entry for the following purposes on, over and under that portion of the Wellsite Easement and further depicted on the map attached hereto as Exhibit 2 and incorporated herein ("Well Site"), Additional Well Sites and the right to bring in utilities over other portions of the Property: 1.1. The evaluation of the water producing potential of the Well Site and, as further provided herein, Additional Well Sites, by various means, including, but not limited to, test borings, the drilling, pumping and evaluation of test wells, and the surveying and examination of the topography and geology of the Well Site and Additional Well Sites. 1.2. A right of access to the Well Site and Additional Well Sites for the City and its employees and contractors to engage in the activities described in paragraph 1.1, above. 1.3. The City agrees to restore the Property to a substantially similar condition to the condition it was in prior to conducting the tests and inspections authorized by this Agreement, if this Agreement terminates without the City and the RCHDC or its successors or assigns exercising the Option in accordance with Sections 2 and 3, below. In particular, City agrees to fill any test borings or drillings. In using the Well Site or Additional Well Sites, the City shall not unreasonably interfere with the RCHDC’s use or access to the Well Site or the Property and RCHDC shall not unreasonably interfere with the City’s investigation of the Well Site or Additional Well Sites as authorized by this Agreement. 1.4. City will indemnify the RCHDC for any damage to the Property caused by the City or its agents and contractors while performing work pursuant to this Agreement. City will indemnify and defend RCHDC against any claim by a third party against RCHDC for damages or personal injuries, including death, which damages are proximately caused by the negligent or willfully wrongful act or omission of City or its authorized agents or contractors in performing under Attachment 1 October 16, 2015 3 this Agreement. City agrees to keep the Property free of liens for both labor and materials. If such a lien is recorded against the Property in connection with the performance of the work authorized herein by City or its authorized agents or contractors, City or its agents or contractors shall immediately obtain a release of the lien by posting bond or other means authorized by law. In the event that City assigns this agreement, its assignee shall assume City’s obligations under this Section 1.4 for any events occurring on or after such assignment, and City shall be released from any obligation to indemnify RCHDC for any such events. City shall require third parties admitted to the Property to provide City with evidence of insurance in amounts deemed satisfactory by City prior to admission to the Property. 1.5. RCHDC makes no representations as to the condition of the Property or its suitability for the activities to be undertaken by the City. RCHDC makes no representations as to the availability or prior rights of any parties to any water produced on the Well Site, Additional Well Sites or the Property. City shall be solely responsible for obtaining any and all permits and approvals necessary for the activities to be conducted by City on the Well Site or Additional Well Sites. 1.6 The City shall investigate the well site potential of Additional Well Sites only if it concludes following its investigation as authorized by Section 1.1, above, that the Well Site is not a suitable site for a municipal water system production water well. Before it commences any investigation of Additional Well Sites, it shall notify RCHDC in writing of each such site’s location and adequately describe the site so that its boundaries can be reliably and accurately located on the ground. The City shall not investigate more than two such sites and shall only investigate the second site, if it determines from its investigation of the first such site that the first site is not a suitable site for a municipal water system production well. 2. Option. For the period of one year (the “Option Period”), beginning on the Effective Date, and continuing until ___________, 2016, RCHDC hereby grants to City an irrevocable option ("Option"), as defined herein, to purchase the Wellsite Easement or an Additional Well Site for the Purchase Price,” defined below, and on other commercially reasonable terms and conditions upon which the parties will agree as provided in Section 3.4 below. For the Option, City shall pay RCHDC Twenty-Two Thousand, Four Hundred Dollars ($22,400.00), which together with City’s efforts to investigate the suitability of the Well Site or Additional Well Sites for a production water well, the Parties agree is reasonable consideration. If the City exercises the Option under Section 3, below, the $22,400 paid for the Option (“Option Price”) shall be applied to the Purchase Price of the Wellsite Easement and reduce the balance owing for the Purchase Price. During the Option Period, RCHDC shall not offer the Wellsite Easement or any interest therein for sale and shall not accept any offers to purchase the Wellsite Easement. Further, RCHDC shall not convey title to the Wellsite Easement or any interest therein. RCHDC shall not make any changes to the Property that would affect the use or value of the Wellsite Easement without the prior written consent of City; 3. Terms of Purchase of the Wellsite Easement. To validly exercise the Option, City shall, prior to the expiration of the Option Period, give RCHDC written notice that City is exercising its Option to purchase the Property in accordance with the terms of this paragraph 3 (“Option Notice”). The date when the notice is given shall be called in this Agreement “the Option Notice Date.” Attachment 1 October 16, 2015 4 3.1. Purchase Price: RCHDC agrees to accept from City and City agrees to pay RCHDC as the total consideration and purchase price for the Wellsite Easement, excluding only closing costs and pro-rations paid by City pursuant to Section 3.3(d), below, One Hundred Seventeen Thousand Six Hundred Dollars ($117,600), consisting of a Purchase Price of One Hundred Forty Thousand Dollars ($140,000.00) less the Option Price of Twenty-Two Thousand Four Hundred Dollars ($22,400). 3.2. Condition of Title: RCHDC shall possess fee simple title to the Wellsite Easement which shall be free and clear of all liens, except for any property taxes not yet due, and all leases, liens, easements and encumbrances not approved by City prior to the close of the escrow established pursuant to paragraph 3.3, below. RCHDC shall execute and deposit in escrow an Easement Grant Deed substantially in the form of Exhibit 1, attached hereto. 3.3. Escrow: City shall open escrow with Redwood Empire Title Company (“Title Company”) within five (5) days from the Option Notice Date. The parties shall deliver escrow instructions to the escrow agent within fourteen (14) days from the Option Notice Date, which shall include the following: a. Closing date: Escrow for the acquisition of the Property shall close (“Close of Escrow”) not later than sixty (60) days from the Option Notice Date, unless otherwise extended by the mutual consent of City and RCHDC, which consent shall not be unreasonably withheld by either party. b. Preliminary title report and title insurance: City shall have procured a preliminary report during its investigation of the Well Site pursuant to Section 1, above. The City shall provide RCHDC with notice of any exceptions in the policy to which it objects within fifteen (15) days of its receipt of the report. RCHDC shall use its best efforts to remove any exceptions disapproved in the City’s notice to RCHDC within thirty (30) of its receipt of those objections, including any approval required by the holder of any deed of trust or other security interest in the Property. If RCHDC is unable to address the exception to City’s reasonable satisfaction, the City may discontinue its investigation of the Well Site and RCHDC shall refund to the City the Option Price. The Title Company must issue prior to closing title insurance in the amount of the $140,000, listing only those exceptions approved by City. c. RCHDC Disclosures: RCHDC discloses and agrees to provide to City and/or cooperate with City on the following information concerning the condition of the Property: (1) Flood Hazard Area Disclosure: The Property or a portion thereof [is] [is not] located within a Federal Emergency Management City (FEMA) "Special Flood Hazard Area." (2) Geologic Hazard Zone: The Property is not located within a Special Studies Zone as designated under Public Resources Code §§ 2021-2625. (3) Information: To provide the City with copies of all documents, reports, data, field notes and other information relating to the condition of the Attachment 1 October 16, 2015 5 Property in RCHDC’s possession or within its control as City may reasonably request. (4) Presence of Underground Utilities: To provide the City copies of documents and other information in RCHDC’s possession or available to RCHDC regarding the location or construction of underground utilities on the Property. d. Closing costs: City and RCHDC shall agree on the appropriate allocation between them of all closing, escrow and title insurance costs of said conveyance. Assessments, property taxes and insurance premiums (collectively, “pro-rations”), if any, shall be prorated between the parties from the date the deed is recorded in the official records of Mendocino County. All pro-rations shall be made on the basis of a 365 day year or thirty (30) day month as applicable. e. Right of Possession: City's right of possession shall commence upon Close of Escrow on the purchase of the Property. 3.4. The parties may, but are not required to, negotiate additional and commercially reasonable terms and conditions for the purchase of the Wellsite Easement and/or close of escrow. 3. Miscellaneous provisions. 3.1. Notices. Except as otherwise expressly provided herein, any written notice required by this Option Agreement shall be deemed given and received when personally served by personal delivery, overnight delivery or fax (with acknowledgement of receipt) or forty-eight (48) hours after being placed in the United States mail, with proper first class postage prepaid, and addressed as follows: To City: To RCHDC: Attention: City Manager Chief Executive Officer Ukiah Civic Center 499 Leslie Street 300 Seminary Ave. Ukiah, CA. 95482 Ukiah, CA. 95482 FAX: (707) 462-6204 FAX: (707) 463-1975 Any party hereto may give notice of an address change under the provisions of this paragraph and thereafter all notices shall be given to that address. 3.2. Waivers. No waiver of any breach of any covenant or provision contained herein will be deemed a waiver of any preceding or succeeding breach thereof, or of any other covenant or provision contained herein. No extension of time for performance of any obligation or act will be deemed an extension of time for performance of any other obligation or act except those of the waiving party, which will be extended by a period of time equal to the period of the delay. 3.3. Successors and Assigns. City shall have the right to assign its interest in this Attachment 1 October 16, 2015 6 Option Agreement to such third parties as City shall determine in its reasonable discretion. This Option Agreement is binding upon and inures to the benefit of the Parties’ successor and assigns. 3.4. Entire Agreement. This Option Agreement (including all Exhibits attached hereto) constitutes the entire contract between the parties hereto and may not be modified except by an instrument in writing signed by the party to be charged. 3.5. Time of Essence. City and City hereby acknowledge and agree that time is strictly of the essence with respect to each and every term, condition, obligation, and provision hereof. 3.6. Construction. The Parties agree and their respective advisors believe that this Agreement is the product of all of their efforts, that it expresses their agreement and that it should not be interpreted in favor of or against either party. 3.7. Governing Law. The Parties expressly agree that this Option Agreement will be governed by, interpreted under, and construed and enforced in accordance with the laws of the State of California. The Parties mutually consent to jurisdiction and venue in the courts of Mendocino County and waive any objections to the jurisdiction or venue of such courts. 3.8. Paragraph Headings. The paragraph headings contained herein are for convenience and reference only and are not intended to define or limit the scope of this Option Agreement. 3.9. Recordation. Each party shall have the signature of its authorized representative signing this Option Agreement notarized and the Title Company shall record the original agreement in the Official Records of Mendocino County. 3.10. Third Party Beneficiaries. This agreement is for the sole and exclusive benefit of the Parties and their successors and assigns. No other person or entity, private or public, has any rights under this Agreement or any standing to enforce the terms thereof. 3.11 Well House Standards. City agrees to paint the well house within the improved Wellsite Easement in a color that is compatible with development of the Property by RCHDC or its successors. The City shall allow RCHDC or its successor to incorporate landscape design and treatments within the Wellsite Easement that coincide with the future design of the development. The City agrees to obtain approval of the Property’s owner for any improvements intended to provide security for the City’s well and appurtenances. Entered on the Effective Date. CITY RCHDC City of Ukiah Rural Communities Housing Development Corp. Attachment 1 October 16, 2015 7 By: ________________ Sage Sangiacomo, By: _______________________ City M anager NOTARY ACKNOWLEDGMENT Attach Notary Acknowledgement At t a c h m e n t 2 RECOMMENDED ACTION(S): Approve plans and specifications for the installation of replacement Well 4 and new Well 9, Specification No. 14-05 and direct staff to advertise for bids. ALTERNATIVES: Provide staff with other direction. Citizens advised: n/a Requested by: Tim Eriksen, Director of Public Works / City Engineer Prepared by: Jarod Thiele, Public Works Project Analyst Coordinated with: Sage Sangiacomo, City Manager; Mary Horger, Purchasing Supervisor Presenters: Tim Eriksen, Director of Public Works / City Engineer Attachments: 1. Plans; 2. Specifications; 3. Estimate (On File with Clerk and also available at: https://cityofukiah.box.com/well4and9specs COUNCIL ACTION DATE: _____________:  Approved  Continued to___________________ Other _______ RECORDS APPROVED:  Agreement: ___________________  Resolution: ___________  Ordinance: __________ ITEM NO.: MEETING DATE: 13b October 21, 2015 AGENDA SUMMARY REPORT SUBJECT: APPROVE PLANS AND SPECIFICATIONS FOR THE INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9, SPECIFICATION NO. 14-05 AND DIRECT STAFF TO ADVERTISE FOR BIDS Summary: The City of Ukiah continues to build and maintain a water supply infrastructure system to ensure reliable service to the Community. Staff is requesting Council’s approval of plans and specifications number 14-05 for the installation of replacement Well 4 and New Well 9. Background: Per section 22039 of the Public Contracts Code, staff is requesting Council’s approval of plans and specifications number 14-05 for the installation of replacement Well 4 and New Well 9. The engineer’s estimate for the project is $1,158,000. Discussion: The project will involve abandonment and replacement of existing Well 4 and the drilling and installation of new Well 9. The plans and specifications for the project are available for City Council and public review at the Ukiah Civic Center Engineering Department, 300 Seminary Avenue, Ukiah, California. In addition, the plans and specifications have been posted to the City’s website for review: www.cityofukiah.com/purchasing. They can also be found at the following link: https://cityofukiah.box.com/well4and9specs. This specification is for both well drilling and installation. Staff will be returning to Council for the approval of plans and specifications for site development at each of these sites, which will include building and mechanical and electrical components, at a future date. Project funding is from the City’s Water Capital Fund. In addition, partial funding has been obtained through the Proposition 84 drought funding provided by the Department of Water Resources. There is $1,154,450 of grant funds available for the Well Development and Intertie project. The amount the City receives for the well development portion outlined in this report will depend on the final cost of the intertie project. FISCAL IMPACT: Budgeted Amount in 15-16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required $2,900,000 82224413.80230 Yes No G-001 SD/JC JD/ KOB MK/ KOB KOB NONE 1 29 UKIAH C L E A R 29 175 53 L A K E 20 20 DATE:APPROVED BY: TIM ERIKSEN, PE DIRECTOR OF PUBLIC WORKS/CITY ENGINEER CITY OF UKIAH, CA PROJECT VICINITY CITY OF UKIAH INSTALLATION OF REPLACEMENT WELL 4 & NEW WELL 9 SPECIFICATION NO. 14-05 JUNE 2015 UPPER LAKE TO EUREKA LAKEPORT HOPLAND CLOVERDALE CLEARLAKE MORGAN VLY ROAD TO SANTA ROSA CLEARLAKE OAKS 101 SHEET NO.DWG NO.DRAWING DESCRIPTION 1G-001TITLE SHEET 2G-002 GENERAL NOTES, SYMBOLS AND ABBREVIATIONS NTS NTS NTS N N 3C-141 WELL 4 - EXISTING SITE PLAN, SURVEY CONTROL AND GEOTECH BORING LOCATIONS C-191 WELL 9 - EXISTING SITE PLAN, SURVEY CONTROL, GEOTECH BORING LOCATIONS, AND PROPOSED WELL LOCATIONS 5 C-341WELL 4 - MONITORING WELL AND REPLACEMENT WELL DESIGN C-391WELL 9 - MONITORING WELL AND PRODUCTION WELL DESIGN C-541WELL 4 - DETAILS 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:51 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192-G001.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11 C-591WELL 9 - DETAILS C-142 WELL 4 - DEMOLITION SITE PLAN & EROSION AND SEDIMENTATION CONTROL PLAN C-143 4 6 7 9 10 11 WELL 4 - PROPOSED WELL LOCATIONS 8 C-542WELL 4 - SITE PHOTOGRAPHS Attachment 1 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:51 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192-G002.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11 ABAGGREGATE BASE, ABANDONED ACASPHALTIC CONCRETE ADAAMERICANS WITH DISABILITIES ACT APNASSESSORS PARCEL NUMBER AVAIR RELEASE VACUUM VALVE BLDGBUILDING BFEBASE FLOOD ELEVATION BFPBACKFLOW DEVICE BGSBELOW GROUND SURFACE BVBUTTERFLY VALVE BWBACK OF WALK BWIBACKWASH WATER IN BWOBACKWASH WATER OUT CARCOMPRESSED AIR CATVCABLE TELEVISION CBCATCH BASIN CDFCONTROL DENSITY FILL C&GCURB & GUTTER ȭ CENTERLINE CLCLASS COCLEANOUT COLCOLUMN CONCCONCRETE CORPCORPORATION Db, dBREBAR DIAMETER DIDROP INLET DIPDUCTILE IRON PIPE DWGDRAWING DWYDRIVEWAY DTWDEPTH TO WATER E EAST EXIST, (E)EXISTING ELECELECTRIC EGEXISTING GRADE EJEXPANSION JOINT ELELEVATION FCFACE OF CURB FCAFLANGE COUPLING ADAPTER FEFLOW ELEMENT FFFINISH FLOOR FGFINISH GRADE (UNPAVED) FIWFEED INFLUENT WATER FLFLOWLINE F/FLGFACE OF FLANGE FSFINISHED SURFACE (AC OR CONCRETE) FVFLOW VALVE G GAS GBGRADE BREAK GVGATE VALVE HBHOSE BIB HMAHOT MIX ASPHALT HPHIGH PRESSURE INVINVERT IRRIRRIGATION LAGLOWEST ADJACENT GRADE LFLINEAR FEET LG LIP OF GUTTER MAX MAXIMUM MEMATCH EXISTING MHMANHOLE MIMILE MINMINIMUM, MINUTE MISCMISCELLANEOUS MJMECHANICAL JOINT (N)NEW N NORTH NAVDNORTH AMERICAN VERTICAL DATUM NGVDNATIONAL GEODETIC VERTICAL DATUM NTSNOT TO SCALE OHLOVERHEAD ELECTRICAL LINE PCCPORTLAND CEMENT CONCRETE PEDPEDESTRIAN ɓ PROPERTY LINE PLPOWER LINE PVCPOLYVINYL CHLORIDE RCRELATIVE COMPACTION RCHDCRURAL COMMUNITIES HOUSING DEVELOPMENT CORP. RDROOF DRAIN, RUPTURE DISK ROWRIGHT-OF-WAY RWORINSE WATER OUT S SOUTH SDSTORM DRAIN SEDSEE ELECTRICAL DRAWINGS SMDSEE MECHANICAL DRAWINGS SSSANITARY SEWER SSMHSANITARY SEWER MANHOLE SSCOSANITARY SEWER CLEANOUT SSDSEE STRUCTURAL DRAWINGS STDSTANDARD SWSIDEWALK TBTOP OF BANK TBDTO BE DETERMINED TC TOP OF CURB TBRFEATURE TO BE REMOVED TELTELEPHONE TEWTREATED EFFLUENT WATER TGTOP OF GRATE TOETOE OF FEATURE TOPTOP OF PIPE TORTOP OF RAMP TOWTOP OF WALL TPTOP OF CONCRETE PAD, TIE POINT TYPTYPICAL TWTOP OF WALL VARVARIES WWATER / WEST WMWATER METER WSWATER SERVICE/ WATER SURFACE WVWATER VALVE GENERAL NOTES ABBREVIATIONS G-002 JC JC/ KOB MK/ KOB MK/ KOB NONE 2 1.ALL CONSTRUCTION SHALL CONFORM TO THE CALTRANS STANDARD PLANS AND SPECIFICATIONS, CITY OF UKIAH SPECIFICATIONS, CITY OF UKIAH STANDARD DRAWINGS AND THE PROJECT DOCUMENTS. 2.THE CONTRACTOR SHALL PROVIDE, PROCURE AND PAY FOR ALL PERMITS REQUIRED TO EXECUTE AND COMPLETE THE WORK. THESE INCLUDE, BUT ARE NOT LIMITED TO, ENCROACHMENT PERMITS, CURRENT BUSINESS LICENSE, VALID AND PROPER CONTRACTOR'S LICENSE. ENCROACHMENT PERMITS AND DRILLING PERMITS MUST BE LOCATED ON THE JOB SITE DURING WHICH TIME CONTRACTOR IS WORKING THERE. 3.EXISTING BACKGROUND SHOWN IN DRAWINGS MAY HAVE CHANGED. CONTRACTOR SHALL VERIFY EXISTING FIELD CONDITIONS PRIOR TO CONSTRUCTION. 4.LOCATION OF UNDERGROUND UTILITIES SHOWN ARE APPROXIMATE ONLY AND BASED ON RECORD INFORMATION. CALL USA (1-800-227-2600) TO LOCATE ALL UTILITIES A MINIMUM OF (2) WORKING DAYS PRIOR TO ANY CONSTRUCTION. 5.ANY AND ALL INSPECTION FEES SHALL BE DUE AND PAYABLE TO THE CITY BEFORE ANY WORK BEGINS. 6.CONSTRUCTION MATERIALS AND EQUIPMENT SHALL BE NEW AND OF A QUALITY EQUAL TO THAT SPECIFIED OR APPROVED. WORK SHALL BE DONE AND COMPLETED IN A THOROUGH AND WORKMANLIKE MANNER. 7.WHENEVER ANY MATERIAL OR EQUIPMENT IS INDICATED OR SPECIFIED BY PATENT OR PROPRIETARY NAME OR BY THE NAME OF THE MANUFACTURER, SUCH SPECIFICATION SHALL BE CONSIDERED AS USED FOR DESCRIBING THE MATERIAL OR EQUIPMENT DESIRED AND SHALL BE CONSIDERED AS FOLLOWED BY THE WORDS "OR APPROVED EQUIVALENT". THE CONTRACTOR MAY OFFER A MATERIAL OR EQUIPMENT WHICH SHALL BE EQUIVALENT IN EVERY RESPECT TO THAT SPECIFIED; PROVIDED THAT WRITTEN APPROVAL FIRST IS OBTAINED FROM THE DIRECTOR OF PUBLIC WORKS. 8.MATERIALS SHALL BE SO STORED TO ENSURE THE PRESERVATION OF THEIR QUALITY AND FITNESS FOR THE WORK. THEY SHALL BE SO LOCATED AND DISPOSED THAT PROMPT AND PROPER INSPECTION THEREOF MAY BE MADE. 9.THE CITY SHALL HAVE THE RIGHT TO TAKE POSSESSION OF AND USE ANY COMPLETED OR PARTIALLY COMPLETED PORTIONS OF THE WORK. NOT WITHSTANDING THE TIME FOR COMPLETING THE ENTIRE WORK OF SUCH PORTIONS WHICH MAY NOT HAVE EXPIRED; BUT SUCH TAKING POSSESSION AND USE SHALL NOT BE DEEMED AN ACCEPTANCE OF ANY WORK NOT COMPLETED IN ACCORDANCE WITH THE PROJECT CONSTRUCTION DOCUMENTS. IF SUCH PRIOR USE INCREASES THE COST OF OR DELAYS THE WORK, THE CONTRACTOR SHALL BE ENTITLED TO SUCH EXTRA COMPENSATION, OR EXTENSION OF TIME OR BOTH, AS THE DIRECTOR OF PUBLIC WORKS MAY DETERMINE. 10.CONTRACTOR SHALL HAVE A CLASS "C57" LICENSE. 11.CONTRACTOR AGREES TO ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR THE JOB SITE DURING THE COURSE OF CONSTRUCTION OF THIS PROJECT, INCLUDING SAFETY OF ALL PERSONS AND PROPERTY; THAT THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS; AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY AND ITS REPRESENTATIVES HARMLESS FROM ANY AND ALL LIABILITY, REAL AND/OR ALLEGED, IN CONJUNCTION WITH THE PERFORMANCE OF THIS PROJECT. 12.EXISTING SHRUBBERY AND TREES SHALL BE REMOVED ONLY AS DIRECTED BY THE CITY ENGINEER. 13.CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ANY AND ALL DAMAGES TO EXISTING FEATURES, STRUCTURES AND UTILITIES DURING CONSTRUCTION. ALL DAMAGES SHALL BE REPAIRED/REPLACED AT THE CONTRACTOR'S EXPENSE AND TO THE SATISFACTION OF THE DIRECTOR OF PUBLIC WORKS. 14.CONTRACTOR SHALL VERIFY LOCATIONS, LEVELS, DISTANCES, AND FEATURES THAT MAY AFFECT THE WORK. SHOULD EXISTING CONDITIONS DIFFER FROM THOSE SHOWN OR INDICATED, OR IF IT APPEARS THAT THESE PLANS, STANDARD SPECIFICATIONS, AND SPECIAL PROVISIONS DO NOT ADEQUATELY DETAIL THE WORK TO BE DONE, CONTRACTOR SHALL NOTIFY THE ENGINEER PRIOR TO CONTINUING WITH ANY RELATED WORK. NO ALLOWANCE WILL BE MADE IN CONTRACTOR'S BEHALF FOR ANY EXTRA EXPENSE RESULTING FROM FAILURE OR NEGLECT IN DETERMINING THE CONDITIONS UNDER WHICH WORK IS TO BE PERFORMED. NOTED DIMENSIONS TAKE PRECEDENCE OVER SCALE. 15.CONTRACTOR SHALL PROVIDE AND MAINTAIN SUFFICIENT BARRICADES TO PROVIDE FOR THE SAFETY OF THE GENERAL PUBLIC TO THE SATISFACTION OF THE DIRECTOR OF PUBLIC WORKS. 16.CONTRACTOR SHALL NOTIFY THE DIRECTOR OF PUBLIC WORKS AT LEAST 72 HOURS IN ADVANCE OF COMMENCEMENT OF ANY PART OF THE WORK. 17.CONTRACTOR SHALL PROVIDE RECORD DRAWINGS PER CITY REQUIREMENTS AND CONTRACT DOCUMENTS. 18.ALL NEW GRADES SHOWN ARE FINISH GRADES. ALLOW FOR VARYING THICKNESS OF BASE, PAVING, AND CONCRETE IN PREPARING SUGBRADE. 19.THE CONTRACTOR SHALL BE RESPONSIBLE FOR IMMEDIATE OFF-SITE DISPOSAL OF ALL REMOVED OR DEMOLISHED BITUMINOUS PAVEMENT, REINFORCEMENT AND SPOILS AS REQUIRED BY THE CITY ENGINEER AND PER SPECIFICATIONS. NOTE: SYMBOLS ON THIS SHEET APPLY ONLY TO THE CIVIL DRAWINGS, REFER TO OTHER DISCIPLINES FOR APPLICABLE SYMBOLS NOT PROVIDED HERE. MAJOR CONTOUR STORM DRAIN ELECTRICAL LINE FENCE WATER LINE WATER VALVE ANTENNA SURVEY CONTROL POINT AND NUMBER HOSE BIB MINOR CONTOUR ELECTRIC VAULT GRAVEL SURFACE TREE LEGEND EXISTING (SHADED)NEW (BOLD) PROPERTY LINE CONCRETE FIRE HYDRANT POWER POLE ELECTRICAL MANHOLE BOLLARD HMA / AC PAVEMENT OVERHEAD ELECTRICAL LINE SILT FENCE FIBER ROLL 1 SHEET NUMBER ON WHICH DETAIL NUMBER DETAIL APPEARS "VAR" INDICATES THAT DETAIL IS REFERENCED FROM MULTIPLE DWGS DETAIL NUMBER SHEET NUMBER ON WHICH DETAIL WAS TAKEN 1 VAR DETAIL SCALE: 1" = 20' WHICH SECTION APPEARS DWG NUMBER ON SECTION IDENTIFICATION SECTION IDENTIFIER A1 C-101 SYMBOLS DRAWING DESIGNATION SHEET TYPE INDIVIDUAL DRAWING NUMBER C- 1 0 1 GENERAL DISCIPLINE G LETTER DISCIPLINE (IF 2ND LETTER DESIGNATOR NOT USED, REPLACED WITH "-") ELECTRICAL MECHANICAL STRUCTURAL GENERAL SECTIONS ELEVATIONS PLANS SHEET TYPE M E S I 0 NUMBER 3 2 1 DETAILS SCHEDULES AND DIAGRAMS6 5 LARGE SCALE VIEWS4 PROCESS & INSTRUMENTATION CIVILC 1 HVACH PLUMBINGP DIRECTION OF SURFACE DRAINAGE FLOW BORE #4-2 BORING POINT AND NUMBER SITE CODE GENERAL/ NON-SITE SPECIFIC WELL 9 WELL 4 SITE CODE 0 NUMBER 9 4 MISC. - CALGREEN COMPLIANCE MISC. - TITLE 24 COMPLIANCE 7 8 SPOT ELEVATION SANITARY SEWER LINESSSS DRAINAGE FLOW LINE 100-YEAR FLOOD (BASE FLOOD)W.S. 607 WATER SURFACE ELEVATION LINE 500-YEAR FLOOD BOUNDARY NOTE: SOME ABBREVIATIONS MAY BE USED IN COMBINATION. WELL DEMOLITION LIMITS - CLEAR AND GRUB VEGETATION, PREPARE SUBGRADE FOR IMPROVEMENTS REMOVE (E) PIPELINE OR UTILITY BO R E # 4 - 1 BO R E # 4 - 3 BO R E # 4 - 4 BO R E # 4 - 2 5 4 1 3 22 3 5 M e r c u r y W a y S u i t e 1 5 0 S a n t a R o s a C a l i f o r n i a 9 5 4 0 7 U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W w w w . g h d . c o m Th i s D r a w i n g s h a l l n o t b e u s e d fo r C o n s t r u c t i o n u n l e s s S i g n e d an d S e a l e d F o r C o n s t r u c t i o n Ch e c k Dr a f t i n g DateDrawnRevisionNo Or i g i n a l S i z e Ti t l e Pr o j e c t Cl i e n t Ch e c k De s i g n e r Dr a w n Sc a l e De s i g n Note: * indicates signatures on original issue of drawing or last revision of drawingPlot Date:Cad File No:26 June 2015 - 1:52 PMN:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab _ N e w W e l l # 9 \ 0 6 - C A D \ W e l l C o n s t r u c t i o n \ S h e e t s \ 8 4 1 1 1 9 2 - C 1 4 1 - C 1 4 2 . d w g GH D I n c . (P r o j e c t D i r e c t o r ) Ap p r o v e d Da t e JobManagerProjectDirectorPlotted by:Joyce Cheung Co n t r a c t N o . Sh t of Reuse of DocumentsThis document and the ideas and designs incorporatedherein, as an instrument of professional service, is theproperty of GHD Inc. and shall not be reused in whole orin part for any other project without GHD Inc.'s writtenauthorization. © GHD Inc. 2014 JU N E 2 0 1 5 84 1 1 1 9 2 ( S P E C I F I C A T I O N N O . 1 4 - 0 5 ) 11 C- 1 4 1 CB / J C JC MK MK 1" = 1 0 ' 3 EX I S T I N G S I T E P L A N SC A L E 1 " = 1 0 ' N SH E E T G E N E R A L N O T E S SU R V E Y C O N T R O L T A B L E SU R V E Y I N F O R M A T I O N 1. F I E L D T O P O G R A P H I C S U R V E Y W A S C O N D U C T E D B Y R A U & AS S O C I A T E S , I N C . O N JU L Y 2 9 , 2 0 1 4 . 2. TH E I N F O R M A T I O N C O N T A I N E D O N T H I S D R A W I N G R E F L E C T S T H E TO P O G R A P H I C F E A T U R E S A N D U T I L I T Y I N F O R M A T I O N O B T A I N E D TH R O U G H A F I E L D T O P O G R A P H I C S U R V E Y A N D P R E V I O U S P R O J E C T RE C O R D D O C U M E N T S . E V E R Y E F F O R T H A S B E E N M A D E T O F U R N I S H CO M P L E T E A N D A C C U R A T E I N F O R M A T I O N . 3. VE R I F I C A T I O N O F E X I S T I N G T O P O G R A P H I C F E A T U R E S A N D U T I L I T I E S SH A L L B E T H E C O N T R A C T O R ' S R E S P O N S I B I L I T Y . 4. AL L E L E V A T I O N I N F O R M A T I O N , D I S T A N C E S A N D D I M E N S I O N S A R E SH O W N I N F E E T A N D D E C I M A L S . Po i n t # 1345 No r t h i n g 10 6 3 1 . 3 7 10 7 5 9 . 8 5 10 6 7 2 . 3 3 10 6 7 0 . 7 4 Ea s t i n g 99 7 6 . 8 8 10 0 5 2 . 9 1 99 9 5 . 1 9 10 0 8 7 . 6 0 De s c r i p t i o n ST R E E T M O N U M E N T _ F O U N D 1/ 2 " I . P . C P _ S E T PK N & S _ S E T 60 d N & S _ S E T El e v a t i o n 59 6 . 5 8 59 6 . 4 2 59 6 . 5 1 59 6 . 4 8 GE O T E C H N I C A L B O R I N G S 31' 3 0 ' 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:52 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192-C141-C142.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11C-142 CB/JC JC MK MK 1" = 10'4 SITE DEMOLITION PLAN SCALE 1"=10' N SHEET GENERAL NOTES 1.LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM THE BEST INFORMATION AVAILABLE. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. 2.APPROXIMATE AREA TO BE DISTURBED: 1,630 SQUARE FEET (0.037 ACRE) 3.CONTRACTOR TO VERIFY EXACT LOCATION AND DEPTH OF (E) UTILITIES BY POSITIVE LOCATION 48 HOURS IN ADVANCE OF CONSTRUCTION. 4.FOR SITE PHOTOGRAPHS, SEE DRAWING C-542. 5.A MINIMUM OF 50% OF THE NON-HAZARDOUS CONSTRUCTION WASTE GENERATED AT THE SITE SHALL BE DIVERTED TO AN OFF-SITE RECYCLE, DIVERSION, OR SALVAGE FACILITY. KEYNOTES 1.ABANDON (E) WATER SERVICE BY PLUGGING THE ENDS OF THE PIPE WITH CONCRETE. 2.ABANDON (E) WELL 4 IN ACCORDANCE TO CALIFORNIA WELL STANDARDS. 3.COORDINATE WITH THE CITY ON DEMOLITION OF (E) BUILDING, FOUNDATION, AND CONCRETE SLAB. VFD SHALL BE DELIVERED TO THE CITY OF UKIAH'S CORPORATION YARD, AT 1320 AIRPORT ROAD. 4.REMOVE (E) GENERATOR AND CONCRETE BASE. (E) GENERATOR SHALL BE DELIVERED TO THE CITY OF UKIAH'S CORPORATION YARD, AT 1320 AIRPORT ROAD. 5.REMOVE (E) ELECTRICAL CABINET AND ELECTRICAL SERVICE. 6.PROVIDE SILT FENCE AND FIBER ROLLS AS SHOWN AND AS DIRECTED BY ENGINEER (TYP.). 7.NOT USED. 8.REMOVE (E) PIPING, VALVES, VALVE BOXES, CONDUCTORS, CABLES, CONDUIT AND WATER APPURTENANCES. 4 3 3 5 2 8 8 8 8 1 1.INSTALL ALL EROSION AND SEDIMENT CONTROL MEASURES PRIOR TO CONSTRUCTION. 2.PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL IDENTIFY ALL PROPOSED STOCKPILE AREAS AND OBTAIN APPROVAL OF THESE AREAS FROM THE ENGINEER. SURROUND STOCKPILE AREAS WITH FIBER ROLLS. 3.KEEP LAND DISTURBANCE TO A MINIMUM; RESTABILIZE AS SOON AS PRACTICAL. 4.INSTALL ADDITIONAL EROSION CONTROL MEASURES DURING THE CONSTRUCTION PERIOD IF REQUIRED, OR ORDERED BY THE CITY OF UKIAH. 5.DO NOT DISCHARGE DEWATERING WATER INTO WETLANDS OR WATERCOURSES. UTILIZE PROPER METHODS AND DEVICES TO THE EXTENT PERMITTED BY LAW, SUCH AS PUMPING WATER INTO A TEMPORARY SEDIMENTATION BAG OR TRAP, PROVIDING SURGE PROTECTION AT THE INLET AND THE OUTLET OF PUMPS, OR OTHER METHODS TO MINIMIZE AND RETAIN THE SUSPENDED SOLIDS. A DEWATERING BAG SHALL BE THE FINAL PART OF ANY DEWATERING TREATMENT SYSTEM. 6.INSPECT SILT SACKS AND CATCH BASIN SUMPS AT LEAST WEEKLY AND CLEAN WHEN 13 FULL. 7.INSPECT SILT FENCES AT LEAST WEEKLY. REPAIR TORN FABRIC OR BROKEN OR LEANING STAKES PROMPTLY. REMOVE ACCUMULATED SEDIMENT WHEN SEDIMENT REACHES 13 HEIGHT OF FABRIC. 8.STORM WATER DRAINAGE DURING CONSTRUCTION: STORMWATER SHALL BE CONVEYED TO DRAINAGE DITCH AND WATER SHALL BE FILTERED BY USE OF FIBER ROLLS/ STRAW WATTLES. 9.STORMWATER MANAGEMENT AND EROSION AND SEDIMENT CONTROL MEASURES SHALL CONFORM WITH THE BEST MANAGEMENT PRACTICES SET FORTH BY THE CALIFORNIA STORMWATER QUALITY ASSOCIATION (CASQA) AND THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS). EROSION AND SEDIMENTATION CONTROL NOTES 6 40' 49' 5 4 1 3 20 ' M I N . SE T B A C K D I S T A N C E FR O M ɓ N= 1 0 7 0 7 . 5 0 E= 1 0 0 8 1 . 6 3 DR A I N A G E D I T C H 22 3 5 M e r c u r y W a y S u i t e 1 5 0 S a n t a R o s a C a l i f o r n i a 9 5 4 0 7 U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W w w w . g h d . c o m Th i s D r a w i n g s h a l l n o t b e u s e d fo r C o n s t r u c t i o n u n l e s s S i g n e d an d S e a l e d F o r C o n s t r u c t i o n Ch e c k Dr a f t i n g DateDrawnRevisionNo Or i g i n a l S i z e Ti t l e Pr o j e c t Cl i e n t Ch e c k De s i g n e r Dr a w n Sc a l e De s i g n Note: * indicates signatures on original issue of drawing or last revision of drawingPlot Date:Cad File No:26 June 2015 - 1:53 PMN:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab _ N e w W e l l # 9 \ 0 6 - C A D \ W e l l C o n s t r u c t i o n \ S h e e t s \ 8 4 1 1 1 9 2 - C 1 4 3 . d w g GH D I n c . (P r o j e c t D i r e c t o r ) Ap p r o v e d Da t e JobManagerProjectDirectorPlotted by:Joyce Cheung Co n t r a c t N o . Sh t of Reuse of DocumentsThis document and the ideas and designs incorporatedherein, as an instrument of professional service, is theproperty of GHD Inc. and shall not be reused in whole orin part for any other project without GHD Inc.'s writtenauthorization. © GHD Inc. 2014 JU N E 2 0 1 5 84 1 1 1 9 2 ( S P E C I F I C A T I O N N O . 1 4 - 0 5 ) 11 C- 1 4 3 CB / J C JC MK MK 1" = 1 0 ' 5 PR O P O S E D S I T E P L A N SC A L E 1 " = 1 0 ' N RE P L A C E M E N T WE L L 4 MO N I T O R I N G WE L L M W 4 A KE Y N O T E S 1. DI S C H A R G E W E L L T E S T W A T E R T O D R A I N A G E D I T C H . P R O V I D E E N E R G Y DI S P E R S I O N C O N T R O L S A S R E Q U I R E D . 1 10 20 0 DE P T H I N F E E T 40 50 60 70 80 100 220 CENTRALIZER AT 205 FEET BOTTOM PLATE 24" BORE HOLE 16" DIAMETER WELL CASING FILTER PACKING 3.25" DIAMETER SANITARY SEAL 0 TO 50 FEET CONC SLAB SURFACE (BY OTHERS) 16" DIAMETER 304 STAINLESS STEEL BLANK WELL CASING +5 TO 100 FEET 16" DIAMETER 304 STAINLESS STEEL BLANK CASING 3" DIAMETER MILD STEEL FILTER PACK FILL PIPE 2' BELOW BENTONITE SEAL 3" DIAMETER FILTER PACK FILL PIPE (MILD STEEL) 2" MILD STEEL SOUNDING PIPE 2" MILD STEEL SOUNDING PIPE CENTRALIZER BOTTOM PLATE 32" BORE HOLE 0 TO 50 FEET REPLACEMENT WELL - +3 FEET 16-INCH SS CASING - BLANK +3 TO 100 FEET 16" DIAMETER 304 STEEL WELL CASING 26" CONDUCTOR CASING 3" DIAMETER FILTER PACK FILL PIPE (MILD STEEL) 2" MILD STEEL SOUNDING PIPE PLAN VIEW 150 170 200 CENTRALIZER AT 40 FEET STAINLESS STEEL WIREWRAP SCREEN SLOT - SEE NOTE 4 100 TO 150 FEET BLANK SS WELL CASING 150 TO 170 FEET STAINLESS STEEL WIREWRAP SCREEN SLOT - SEE NOTE 4 170 TO 200 FEET BLANK STAINLESS STEEL WELL CASING 200 TO 220 FEET TOTAL DEPTH OF WELL: 220 FEET (ESTIMATED) 16" STAINLESS STEEL WELL CASING NOTES: 1.WELL PUMP DEPTH TO BE DETERMINED, MAY BE INSTALLED AT 90 FEET OR 160 FEET. 2.BLANK CASING SHOWN AT 150-170 FEET SHALL BE A MINIMUM OF 15 FEET LONG. MAY BE OMITTED DEPENDING ON FIELD CONDITIONS ENCOUNTERED DURING DRILLING. 3.LITHOLOGY BASED ON 1957 WELL DRILLERS REPORT FOR WELL 4, SEE DETAIL 3, DWG C-541. 4.TBD - PRODUCTION WELL FILTER PACK AND SCREEN SLOT SIZE TO BE DETERMINED BASED ON MONITORING WELL SIEVE ANALYSIS. 5.UNPUMPED STATIC GROUNDWATER DEPTH REPORTED 19-FEET BGS 7/22/2014 (RAU & ASSOCIATES GEOTECH REPORT, SEPT. 5, 2014). 6.2004 TO 2005 AVERAGE STATIC DTW 38.5 TO 40.3 FEET AND AVERAGE PUMPING DTW 64.2 TO 66.0 FEET (OCTOBER 2006 REPORT BY BROWN AND CALDWELL). 7.WELL CONSTRUCTION IS APPROXIMATE. FINAL SCREEN LENGTHS AND DEPTH TO BE BASED ON RESULTS OF MONITORING WELL BORING. STANDARD WELL MATERIAL LENGTHS TO BE USED. 8.CENTRALIZERS TO BE INSTALLED APPROXIMATELY EVERY 40 FEET AND AS SHOWN. 4.625" DIAMETER SANITARY SEAL 26" MILD STEEL CONDUCTOR CASING +2 TO 49 FEET 12 75 100 153 170 200 210 CLAY LOAM SOME GRAVEL FINE SAND BIRD'S EYE SAND PEA GRAVEL GRAVEL 1/2" TO 3/4" BLUE CLAY EMBEDDED GRAVEL SOME SAND CEMENTED SAND SHARP GRAVEL 1/2" TO 3/4" BLUE CLAY WITH GRAVEL COARSE GRAVEL SHARP BIRD'S EYE SAND PEA GRAVEL BLUE CLAY WITH GRAVEL CLAY WITH SAND TO 625 FEET 0 DEPTH BELOW GROUND SURFACE BOTTOM OF SOUNDING PIPE 5 FEET OF 0.040-INCH SLOT WITH BOTTOM CAP CENTRALIZER AT 160 FEET FILTER PACK SEE NOTE 4 168 TO 220 FEET HYDRATED BENTONITE SEAL (CONDUCTOR CASING BED) 45 TO 50 FEET FILTER PACK - TBD 50 TO 150 FEET 24" BORE HOLE 50 TO 220 FEET POTENTIAL WELL PUMP LOCATION (BY OTHERS) SEE DETAILS 4 AND 5, ON DWG C-541 FOR ALTERNATIVE CONSTRUCTION OPTIONS SPARE 2" MILD STEEL SOUNDING PIPE DE P T H I N F E E T POTENTIAL WELL PUMP LOCATION (BY OTHERS) HYDRATED BENTONITE TRANSITION SEAL 45 TO 50 FEET 0 DE P T H I N F E E T 47 50 75 BLANK WELL CASING 75 TO 100 FEET WELL SCREEN 0.040-INCH 55 TO 75 FEET 3' MIN HYDRATED BENTONITE SEAL (CONDUCTOR CASING BED) 47 TO 50 FEET 3" SANITARY SEAL OUTSIDE OF CONDUCTOR CASING 0 TO 45 FEET MONITORING WELL 3' ABOVE GRADE 6-INCH PVC SCH 40 CASING +3 TO 55 FEET 100 150 170 200 WELL SCREEN 0.040-INCH 100 TO 150 FEET BLANK WELL CASING 150 TO 170 FEET WELL SCREEN 0.040-INCH 170 TO 200 FEET BLANK WELL CASING 200 TO 210 FEET TD-BORING: 225 FEET TD-WELL: 210 FEET (ESTIMATED) 6" PVC SCH 40 WELL CASING NOTE: MONITORING WELL DESIGNED FOR ZONE TESTING THE THREE WATER-BEARING ZONES. PILOT BORING TO 225 FEET TO VERIFY PRESENCE OF COMPETENT CLAY LAYER. WELL SCREEN LENGTHS, FILTER PACK AND SCREEN SLOT SIZE TO BE DESIGNED BASED ON VISUAL OBSERVATION OF EXCAVATED SOIL. CENTRALIZER AT 90 FEET FILTER PACK - 6x16 GRADED SILICA SAND 97 TO 150 FEET HYDRATED BENTONITE ISOLATION SEAL 150 TO 167 FEET 12 75 100 153 170 200 210 CLAY LOAM SOME GRAVEL FINE SAND BIRD'S EYE SAND PEA GRAVEL GRAVEL 1/2" TO 3/4" BLUE CLAY EMBEDDED GRAVEL SOME SAND CEMENTED SAND SHARP GRAVEL 1/2" TO 3/4" BLUE CLAY WITH GRAVEL COARSE GRAVEL SHARP BIRD'S EYE SAND PEA GRAVEL BLUE CLAY WITH GRAVEL CLAY WITH SAND TO 625 FEET 0 DEPTH BELOW GROUND SURFACE FILTER PACK - 6x16 GRADED SILICA SAND 50 TO 75 FEET HYDRATED BENTONITE ISOLATION SEAL 75 TO 97 FEET FILTER PACK - 6x16 GRADED SILICA SAND 167 TO 210 FEET CENTRALIZER AT 160 FEET CENTRALIZER WELL HEAD ENCLOSURE (10" MIN DIAMETER WITH LOCKING LID) 14" DIAMETER MILD STEEL CONDUCTOR CASING +2 TO 48 FEET 3" CEMENT SANITARY SEAL 0 TO 45 FEET20" DIAMETER BORE HOLE 0 TO 50 FEET 12" DIAMETER BORE HOLE TO APPROXIMATELY 210' 72 147 DE P T H I N F E E T HYDRATED BENTONITE TRANSITION SEAL 45 TO 50 FEET 2 NEW PRODUCTION WELL CONCEPTUAL DESIGN SCALE: 1" = 15' VERTICAL (HORIZONTAL NOT TO SCALE)1 NEW MONITORING WELL CONCEPTUAL DESIGN SCALE: 1" = 15' VERTICAL (HORIZONTAL NOT TO SCALE)0 30'15' 1"=15' C-341 SD/ JC KOB KOB KOB/ MK AS SHOWN 6 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:53 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192_C341.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11 0 30'15' 1"=15' DE P T H I N F E E T 40 50 60 70 80 100 CENTRALIZER HYDRATED BENTONITE SEAL 45 TO 50 FEET (CONDUCTOR CASING BED) 24" BORE HOLE 50 TO 220 FEET SANITARY SEAL - NEAT CEMENT TO 90 FEET 90 HYDRATED BENTONITE POLLUTION SEAL 90 TO 95 FEET FILTER PACK - TBD 95 TO 150 FEET 3" FILTER PACK FILL PIPE MILD STEEL TO 97 FEET FILL PIPE 2 FEET BELOW CLAY SEAL HYDRATED BENTONITE TRANSITION SEAL 45 TO 50 FEET DE P T H I N F E E T 40 50 60 70 80 100 CENTRALIZER HYDRATED BENTONITE TRANSITION SEAL 45 TO 50 FEET FILTER PACK - TBD 50 TO 150 FEET 24" BORE HOLE 50 TO 220 FEET WELL SCREEN 55 TO 75 FEET 3" FILTER PACK FILL PIPE MILD STEEL TO 52 FEET HYDRATED BENTONITE SEAL (CONDUCTOR CASING BED) 45 TO 50 FEET GROUND SURFACE TIGHT SWAB 6" BLANK WELL CASING COUPLING FOR ADDING AND REMOVING LENGTH 4" SUBMERSIBLE PUMP 25 - 50 GPM @ 100 FT TDH ELECTRICAL CABLE NOTES: 1.PACKERS OR TIGHT SWABS NEED TO BE ABLE TO BE PLACED AT A SPACING TO FIT THE THREE ZONES TO BE TESTED AND ARE SCREENED AT INTERVALS OF: 20' (SHALLOW - 55 TO 124 FEET BGS) 50' (INTERMEDIATE - 142' TO 187 FEET BGS) 30' (DEEP - 223 TO 240 FEET BGS) 6" MONITORING WELL SCREEN 1-1/2" DROP PIPE TIGHT SWAB C-541 SD/ JC JD/ KOB KOB KOB/ MK AS SHOWN 7 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:53 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192_C541-C591.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11 1BORING LOG FOR BORE #4-2 (PAGE 1/2)NOT TO SCALE 2BORING LOG FOR BORE #4-2 (PAGE 2/2)NOT TO SCALE 4 NOT TO SCALE 5 NOT TO SCALE 6ZONE TESTING AT MONITORING WELL NOT TO SCALE 3WELL 4 DRILLING LOG NOT TO SCALE C-542 SD/ JC JD/ KOB KOB KOB/ MK AS SHOWN 8 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:53 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192_C541-C591.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11 1GENERATOR AND WELLHEAD ENCLOSURE NOT TO SCALE (E) WELL 4 TO BE ABANDONED, SEE NOTE (E) GENERATOR NOTE: REMOVE SECOND ENCLOSURE, DISCONNECT AND REMOVE MOTOR, COLUMN PIPE AND PUMP. ABANDON (E) WELL IN ACCORDANCE TO CALIFORNIA WELL STANDARDS. 2CHLORINATION BLDG AND ELECTRICAL CABINET NOT TO SCALE 3WATER DISCHARGE PIPE NOT TO SCALE 4EXISTING WELL 4 - PUMP DISCHARGE HEAD NOT TO SCALE 5EXISTING WELL 4 - MOTOR NOT TO SCALE 6CHLORINATION BUILDING INTERIOR NOT TO SCALE CHLORINATION BUILDING ELECTRICAL CABINET ORCHARD AVE BO R E # 9 - 5 N= 9 7 3 6 . 0 3 E= 9 9 0 4 . 7 0 PERMANENT EASE M E N T WE L L 9 MO N I T O R I N G W E L L MW 9 A DISHCHARGE AREA DISCHARGE WELL TEST WATER TO DISCHARGE AREA.ROUTE WATER AWAY FROM RESIDENCES. BO R E # 9 - 4 22 3 5 M e r c u r y W a y S u i t e 1 5 0 S a n t a R o s a C a l i f o r n i a 9 5 4 0 7 U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W w w w . g h d . c o m Th i s D r a w i n g s h a l l n o t b e u s e d fo r C o n s t r u c t i o n u n l e s s S i g n e d an d S e a l e d F o r C o n s t r u c t i o n Ch e c k Dr a f t i n g DateDrawnRevisionNo Or i g i n a l S i z e Ti t l e Pr o j e c t Cl i e n t Ch e c k De s i g n e r Dr a w n Sc a l e De s i g n Note: * indicates signatures on original issue of drawing or last revision of drawingPlot Date:Cad File No:26 June 2015 - 1:54 PMN:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab _ N e w W e l l # 9 \ 0 6 - C A D \ W e l l C o n s t r u c t i o n \ S h e e t s \ 8 4 1 1 1 9 2 - C 1 9 1 . d w g GH D I n c . (P r o j e c t D i r e c t o r ) Ap p r o v e d Da t e JobManagerProjectDirectorPlotted by:Joyce Cheung Co n t r a c t N o . Sh t of Reuse of DocumentsThis document and the ideas and designs incorporatedherein, as an instrument of professional service, is theproperty of GHD Inc. and shall not be reused in whole orin part for any other project without GHD Inc.'s writtenauthorization. © GHD Inc. 2014 JU N E 2 0 1 5 84 1 1 1 9 2 ( S P E C I F I C A T I O N N O . 1 4 - 0 5 ) 11 C- 1 9 1 JC JC MK MK 1" = 5 0 ' 9 N SH E E T G E N E R A L N O T E S SU R V E Y C O N T R O L T A B L E SU R V E Y I N F O R M A T I O N 1. FI E L D T O P O G R A P H I C S U R V E Y W A S C O N D U C T E D B Y R A U & A S S O C I A T E S , IN C . I N M A Y 2 0 1 4 . 2. TH E I N F O R M A T I O N C O N T A I N E D O N T H I S D R A W I N G R E F L E C T S T H E TO P O G R A P H I C F E A T U R E S A N D U T I L I T Y I N F O R M A T I O N O B T A I N E D TH R O U G H A F I E L D T O P O G R A P H I C S U R V E Y A N D P R E V I O U S P R O J E C T RE C O R D D O C U M E N T S . E V E R Y E F F O R T H A S B E E N M A D E T O F U R N I S H CO M P L E T E A N D A C C U R A T E I N F O R M A T I O N . 3. VE R I F I C A T I O N O F E X I S T I N G T O P O G R A P H I C F E A T U R E S A N D U T I L I T I E S SH A L L B E T H E C O N T R A C T O R ' S R E S P O N S I B I L I T Y . 4. AL L E L E V A T I O N I N F O R M A T I O N , D I S T A N C E S A N D D I M E N S I O N S A R E SH O W N I N F E E T A N D D E C I M A L S . 5. FL O O D Z O N E S ZO N E A : EX T E N T O F T H E B A S E F L O O D O R S U B J E C T T O F L O O D I N G B Y TH E 1 0 0 - Y E A R F L O O D ZO N E B : SU B J E C T T O F L O O D I N G B Y T H E 5 0 0 - Y E A R F L O O D ZO N E C : AR E A O F M I N I M A L R I S K O U T S I D E T H E 5 0 0 - Y E A R F L O O D P L A I N 6. CO N S T R U C T I O N O N R C H D C P R O P E R T Y S H A L L N O T B E G I N U N T I L T H E CI T Y H A S A C Q U I R E D T H E F O R M A L E A S E M E N T A N D A C C E S S A G R E E M E N T . GE O T E C H N I C A L B O R I N G S NO T E : A T E S T B O R E W A S P E R F O R M E D AT 5 9 5 B R U S T S T R E E T . S E E W E L L CO M P L E T I O N R E P O R T N O . 0 9 0 2 6 9 7 A N D WE L L I N F O O N D W G C - 5 9 1 . Po i n t # 70 0 0 80 8 9 80 9 0 No r t h i n g 9, 7 2 8 . 7 1 7 9 9, 8 0 0 . 3 7 9 7 9, 9 8 5 . 3 2 5 2 Ea s t i n g 9, 9 5 2 . 0 4 1 5 10 , 0 3 2 . 6 3 0 7 10 , 0 2 9 . 3 3 5 2 El e v a t i o n 60 3 . 6 7 60 4 . 7 5 60 2 . 3 9 De s c r i p t i o n 60 d N & S _ S E T ST R E E T M O N U M E N T _ F O U N D ST R E E T M O N U M E N T _ F O U N D 10 20 0 DE P T H I N F E E T 40 50 220 CENTRALIZER AT 205 FEET BOTTOM PLATE 24" BORE HOLE 16" DIAMETER WELL CASING FILTER PACKING 3.25" DIAMETER SANITARY SEAL 0 TO 50 FEET CONC SLAB SURFACE (BY OTHERS) 16" DIAMETER 304 STAINLESS STEEL BLANK WELL CASING +5 TO 100 FEET 16" DIAMETER 304 STAINLESS STEEL BLANK CASING 3" DIAMETER MILD STEEL FILTER PACK FILL PIPE 2' BELOW BENTONITE SEAL 3" DIAMETER FILTER PACK FILL PIPE (MILD STEEL) 2" MILD STEEL SOUNDING PIPE 2" MILD STEEL SOUNDING PIPE CENTRALIZER BOTTOM PLATE 32" BORE HOLE 0 TO 50 FEET NEW WELL - +3 FEET 16-INCH SS CASING - BLANK +3 TO 100 FEET 16" DIAMETER 304 STEEL WELL CASING 26" CONDUCTOR CASING 3" DIAMETER FILTER PACK FILL PIPE 2" MILD STEEL SOUNDING PIPE PLAN VIEW 200 CENTRALIZER AT 40 FEET STAINLESS STEEL WIREWRAP SCREEN SLOT - SEE NOTE 4 100 TO 150 FEET BLANK STAINLESS STEEL WELL CASING 124 TO 142 FEET STAINLESS STEEL WIREWRAP SCREEN SLOT - SEE NOTE 4 142 TO 187 FEET BLANK STAINLESS STEEL WELL CASING 187 TO 223 FEET NOTES: 1.WELL PUMP DEPTH TO BE DETERMINED, MAY BE INSTALLED AT 200 FEET. 2.BLANK CASING SHOWN AT 124-142 FEET NEEDS TO BE A MINIMUM OF 15 FEET LONG. MAY BE OMITTED DEPENDING ON FIELD CONDITIONS ENCOUNTERED DURING DRILLING. 3.LITHOLOGY BASED ON 2008 WELL DRILLERS REPORT FOR BRUSH STREET TEST WELL (WELL COMPLETION REPORT NO. 0902697). SEE DRAWING C-591. 4.TBD - PRODUCTION WELL FILTER PACK AND SCREEN SLOT SIZE TO BE DETERMINED BASED ON MONITORING WELL SIEVE ANALYSIS. 5.UNPUMPED STATIC GROUNDWATER DEPTH UNCONFIRMED. ESTIMATED AT 20 FEET. 6.WELL CONSTRUCTION IS APPROXIMATE. FINAL SCREEN LENGTHS AND DEPTH TO BE BASED ON RESULTS OF MONITORING WELL BORING. STANDARD WELL MATERIAL LENGTHS TO BE USED. 7.CENTRALIZERS TO BE INSTALLED APPROXIMATELY EVERY 40 FEET AND AS SHOWN. 4.625" DIAMETER SANITARY SEAL26" MILD STEEL CONDUCTOR CASING +2 TO 49 FEET BOTTOM OF SOUNDING PIPE 5 FEET OF 0.040-INCH SLOT WITH BOTTOM CAP FILTER PACK - TBD 220 TO 260 FEET HYDRATED BENTONITE TRANSITION SEAL 45 TO 50 FEET FILTER PACK - SEE NOTE 4 50 TO 190 FEET 24" BORE HOLE 50 TO 220 FEET POTENTIAL WELL PUMP LOCATION (BY OTHERS) SPARE 2" MILD STEEL SOUNDING PIPE 42 132134 195 198 207 YELLOW CLAY GRAVEL GRAVEL YELLOW CLAY BLUE CLAY 0 DEPTH BELOW GROUND SURFACE YELLOW CLAY 215 260 GRAVEL GRAVEL 50 124 223 55 142 187 260 240 CENTRALIZER AT 245 FEET BLANK STAINLESS STEEL WELL CASING 200 TO 220 FEET TOTAL DEPTH OF WELL: 260 FEET (ESTIMATED) 16" STAINLESS STEEL WELL CASING 190 STAINLESS STEEL WIREWRAP SCREEN SLOT - SEE NOTE 4 223 TO 240 FEET STAINLESS STEEL WIREWRAP SCREEN DE P T H I N F E E T HYDRATED BENTONITE SEAL (CONDUCTOR CASING BED) 45 TO 50 FEET 0 DE P T H I N F E E T 47 50 WELL SCREEN 0.040-INCH 55 TO 124 FEET 3' MIN HYDRATED BENTONITE TRANSITION SEAL 45 TO 50 FEET 3" SANITARY SEAL OUTSIDE OF CONDUCTOR CASING 0 TO 45 FEET MONITORING WELL 3' ABOVE GRADE 6-INCH PVC SCH 40 CASING +3 TO 55 FEET 124 187 190 260 TD-BORING: 260 FEET TD-WELL: 260 FEET (ESTIMATED) 6" PVC SCH 40 WELL CASING NOTE: MONITORING WELL DESIGNED FOR ZONE TESTING THE THREE WATER-BEARING ZONES. PILOT BORING TO 260 FEET. WELL SCREEN LENGTHS, FILTER PACK AND SCREEN SLOT SIZE TO BE DESIGNED BASED ON VISUAL OBSERVATION OF EXCAVATED SOIL. 42 132134 195 198 207 YELLOW CLAY GRAVEL GRAVEL YELLOW CLAY BLUE CLAY 0 DEPTH BELOW GROUND SURFACE FILTER PACK - 6x16 GRADED SILICA SAND 50 TO 127 FEET FILTER PACK - 6x16 GRADED SILICA SAND 139 TO 190 FEET WELL HEAD ENCLOSURE (10" MIN DIAMETER WITH LOCKING LID) 14" DIAMETER MILD STEEL CONDUCTOR CASING +2 TO 48 FEET 3" CEMENT SANITARY SEAL 0 TO 45 FEET20" DIAMETER BORE HOLE 0 TO 50 FEET YELLOW CLAY 215 260 GRAVEL GRAVEL 127 139 CENTRALIZER 142 12" DIAMETER BORE HOLE TO APPROXIMATELY 260' 223 220 CENTRALIZER BLANK WELL CASING 124 TO 142 FEET HYDRATED BENTONITE ISOLATION SEAL 127 TO 139 FEET WELL SCREEN 0.040-INCH 142 TO 187 FEET BLANK WELL CASING 187 TO 223 FEET HYDRATED BENTONITE ISOLATION SEAL 190 TO 220 FEET FILTER PACK - 6x16 GRADED SILICA SAND 220 TO 260 FEET WELL SCREEN 0.040-INCH 223 TO 260 FEET 55 240 243 DE P T H I N F E E T CENTRALIZER AT 250 FEET HYDRATED BENTONITE SEAL (CONDUCTOR CASING BED) 47-50 FEET 2 NEW PRODUCTION WELL CONCEPTUAL DESIGN SCALE: 1" = 20' VERTICAL (HORIZONTAL NOT TO SCALE)1 NEW MONITORING WELL CONCEPTUAL DESIGN SCALE: 1" = 20' VERTICAL (HORIZONTAL NOT TO SCALE)0 40'20' 1"=20' C-391 SD/ JC KOB KOB KOB/ MK AS SHOWN 10 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:54 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192_C391.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11 0 40'20' 1"=20' GROUND SURFACE TIGHT SWAB 6" BLANK WELL CASING COUPLING FOR ADDING AND REMOVING LENGTH 4" SUBMERSIBLE PUMP 25 - 50 GPM @ 100 FT TDH ELECTRICAL CABLE NOTES: 1.PACKERS OR TIGHT SWABS NEED TO BE ABLE TO BE PLACED AT A SPACING TO FIT THE THREE ZONES TO BE TESTED AND ARE SCREENED AT INTERVALS OF: 20' (SHALLOW - 55 TO 124 FEET BGS) 50' (INTERMEDIATE - 142' TO 187 FEET BGS) 30' (DEEP - 223 TO 240 FEET BGS) 6" MONITORING WELL SCREEN 1-1/2" DROP PIPE TIGHT SWAB C-591 SD/ JC JD/ KOB KOB KOB/ MK AS SHOWN 11 2235 Mercury Way Suite 150 Santa Rosa California 95407 USA T 1 707 523 1010 F 1 707 527 8679 W www.ghd.com This Drawing shall not be used for Construction unless Signed and Sealed For Construction CheckDrafting DateDrawnRevisionNo Original Size Title Project Client Check DesignerDrawn Scale Design Note: * indicates signatures on original issue of drawing or last revision of drawing Plot Date:Cad File No:26 June 2015 - 1:54 PM N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\06-CAD\Well Construction\Sheets\8411192_C541-C591.dwg GHD Inc.(Project Director) Approved Date JobManager ProjectDirector Plotted by:Joyce Cheung Contract No. Sht of Reuse of Documents This document and the ideas and designs incorporated herein, as an instrument of professional service, is the property of GHD Inc. and shall not be reused in whole or in part for any other project without GHD Inc.'s written authorization. © GHD Inc. 2014 JUNE 2015 8411192 (SPECIFICATION NO. 14-05) 11 2BORING LOG FOR BORE #9-6 NOT TO SCALE 3BRUSH STREET WELL COMPLETION REPORT NOT TO SCALE 4BRUSH STREET TEST WELL INFO (PAGE 1/2)NOT TO SCALE 5BRUSH STREET TEST WELL INFO (PAGE 2/2)NOT TO SCALE 1BORING LOG FOR BORE #9-5 NOT TO SCALE 6ZONE TESTING AT MONITORING WELL NOT TO SCALE CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA SPECIAL PROVISIONS FOR INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 SPECIFICATION NO. 14-05 _______ 2015 City of Ukiah Department of Public Works 300 Seminary Avenue Ukiah, California 95482-5400 Mandatory Pre-bid Meeting: _____ p.m., ____, , 2015 Project Site Address Bids Open: __________, 2015 2:00 p.m. Office of City Clerk 300 Seminary Av enue Ukiah, California 95482 Attachment 2 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA CITY COUNCIL: DOUGLAS CRANE – MAYOR STEVE SCALMANINI – VICE MAYOR JIM BROWN – COUNCIL MEMBER KEVIN DOBLE – COUNCIL MEMBER MAUREEN MULHEREN – COUNCIL MEMBER SAGE SANGIACOMO – CITY MANAGER T IM ERIKSEN - DIRECTOR OF PUBLIC WORKS / CITY ENGINEER SEAN WHITE – DIRECTOR OF WATER & SEWER UTILITIES KRISTINE LAWLER –CITY CLERK R. ALLEN CARTER – CITY TREASURER Prepared By: Approved By: Kent O’Brien, P.G, C.E.G. Tim Eriksen, P.E. GHD Inc. Director of Public Works City Engineer CITY OF UKIAH DEPARTMENT OF PUBLIC WORKS _________2015 Page i TABLE OF CONTENTS PAGE NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS ...................................................................................................................... 1 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS ............................................... 3 1-01. Definitions 1-02. Examinations of Plans, Special Provisions and Site of Work 1-03. Proposal 1-04. Withdrawal of Bids 1-05. Public Opening of Bids 1-06. Bid Guaranty 1-07. Qualification of Bidders 1-08. Disqualification of Bidders 1-09. Identification of Subcontractors 1-10. General Provisions of the Standard Specifications SECTION 2. AWARD AND EXECUTION OF CONTRACT ........................................................................... 6 2-01. Award of Contract 2-02. Return of Proposal Guaranties 2-03. Execution of Contract SECTION 3. SCOPE AND INTENT OF CONTRACT .................................................................................... 6 3-01. Effect of Inspection and Payments 3-02. Effect of Extension of Time 3-03. Extra Work 3-04. Assignment of Contract 3-05. Subcontractors 3-06. Interpretation of Special Provisions and Drawings 3-07. Liability of City Officials 3-08. Dispute Resolution SECTION 4. BONDS ..................................................................................................................................... 7 4-01. Faithful Perform ance Bond 4-02. Material and Labor Bond 4-03. Defective Material and Workmanship Bond 4-04. Notification of Surety Com panies SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS ......................................................... 7 5-01. Minimum Scope of Insurance 5-02. Minim um Limits of Insurance 5-03. Deductibles and Self-Insured Retentions 5-04. Other Insurance Provisions 5-05. Acceptability of Insurers 5-06. Verification of Coverage 5-07. Subcontractors Page ii SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR ......................................................... 9 6-01. Legal Address of Contractor 6-02. Office of Contractor at Site 6-03. Attention to Work 6-04. Liability of Contractor 6-05. Protection of Persons and Property 6-06. Protection of City Against Patent Claims 6-07. Protection of Contractor's Work Property 6-08. Regulations and Permits 6-09. Construction Utilities 6-10. Approval of Contractor's Plans 6-11. Suggestions to the Contractor 6-12. Termination of Unsatisfactory Subcontracts 6-13. Preservation of Stak es and Marks 6-14. Assistance to Engineer 6-15. Removal of Condem ned Materials and Structures 6-16. Proof of Compliance with Contract 6-17. Errors and Omissions 6-18. Cooperation 6-19. Right of Contractor to Stop Work 6-20. Hiring and Dismissal of Employees 6-21. W age Rates 6-22. Cleaning Up 6-23. Guaranty SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY ........................................................................ 14 7-01. Authority of the Engineer 7-02. Inspection 7-03. Surveys 7-04. Rights-of-W ay 7-05. Retention of Imperfect Work 7-06. Changes in the Work 7-07. Additional Drawings by City 7-08. Additional and Emergency Protection 7-09. Suspension of Work 7-10. Right of City to Terminate Contract 7-11. Use of Completed Portions SECTION 8. WORKMANSHIP, MATERIALS AND EQUIPMENT .............................................................. 16 8-01. General Quality 8-02. Quality in Absence of Detailed Specifications 8-03. Materials and Equipm ent Specified by Name 8-04. Source of Materials 8-05. Storage of Materials 8-06. Drawings, Samples and Tests SECTION 9. PROSECUTION OF WORK ................................................................................................... 17 9-01. Equipm ent and Methods 9-02. Time of Completion 9-03. Avoidable Delays 9-04. Unavoidable Delays 9-05. Notice of Delays 9-06. Extension of Time 9-07. Unfavorable W eather and Other Conditions 9-08. Saturday, Sunday, Holiday and Night Work 9-09. Hours of Labor Page iii SECTION 10. PAYMENT ............................................................................................................................. 19 10-01. Certification by Engineer 10-02. Progress Estim ates and Paym ent 10-03. Substitution of Securities 10-04. Acceptance 10-05. Final Estim ate and Paym ent 10-06. Delay Paym ents 10-07. Extra Work and Work Omitted 10-08. Com pensation for Extra Work or Work Omitted 10-09. Com pensation to the City f or Extension of Time 10-10. Liquidated Dam ages for Delay SECTION 11. MISCELLANEOUS ............................................................................................................... 22 11-01. Notice 11-02. Com putation of Time 11-03. Litigation and Forum Selection 11-04. Waiver SECTION 12. GENERAL INFORMATION .................................................................................................. 23 12-01. Location and Scope of Work 12-02. Arrangem ent of Technical Specifications 12-03. Arrangem ent of Plans 12-04. Business Licenses 12-05. Permits 12-06. Standard Specifications and Standard Plans 12-07. Tem porary Facilities 12-08. Public Convenience and Safety 12-09. Maintaining Traffic 12-10. Stream Pollution 12-11. Warranties 12-12. Utilities 12-13. Dust Control 12-14. Noise Control 12-15. Watering 12-16. Preconstruction Conference 12-17. Progress Schedule 12-18. Safety Requirem ents 12-19. Final Payments SECTION 13. CONST RUCTION DETAILS ................................................................................................. 29 Division 01 - General Requirements 01 10 00 Summary of Work 01 20 00 Price and Payment Procedures 01 30 00 Administrative Requirements 01 32 16 Construction Progress Schedules 01 33 00 Submittals 01 40 00 Quality Control 01 50 00 Construction Facilities and Temporary Controls 01 60 00 Product Requirements 01 70 00 Project Closeout 01 72 00 Record Documents 01 74 19 Construction Waste Management Division 02 – Existing Conditions 02 01 00 Site Conditions Page iv 02 01 10 Existing Utilities and Underground Structures 02 32 00 Geotechnical Investigation Data 02 41 10 Demolition, Salvage and Abandonment Division 31 – Earthwork 31 25 00 Erosion Control Division 33 – Utilities 33 21 13 Public Water Supply Wells SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS ................................................................. 131 14-01. Provisions to be Excluded from General Conditions SECTION 15. AMENDMENTS TO GENERAL CONDITIONS .................................................................... 132 15-01. Provisions of General Conditions to be Am ended CERTIFICATES AND DOCUMENTS PROPOSAL ............................................................................................................................................ 133 BIDDING SCHEDULE ................................................................................................................................... 134 FAIR EMPLOYMENT PRACT ICES CERTIFICATION.................................................................................. 138 WORKER'S COMPENSATION CERTIFICATE ............................................................................................ 139 CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT ................................................................... 140 LIST OF PROPOSED SUBCONTRACTORS ............................................................................................... 141 STATEMENT OF EXPERIENCE OF BIDDER.............................................................................................. 142 SIGNATURE(S) OF BIDDER ......................................................................................................................... 143 BIDDER'S BOND .......................................................................................................................................... 144 NON-COLLUSION AFFIDAVIT ..................................................................................................................... 145 AGREEMENT…............................................................................................................................................ 146 INDEMNIFICATION AGREEMENT............................................................................................................... 150 FAITHFUL PERFORMANCE BOND ...............................................................................................................151 MATERIAL AND LABOR BOND .....................................................................................................................153 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND .............. 155 DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND................................................. 156 EXAMPLE INSURANCE CERTIFICATES AND ENDORSEMENT FORMS...................................................157 Installation of Replacement Well 4 Page 1 Spec. No. 14-05 And New Well 9 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA NOTICE TO BIDDERS FOR INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 SPECIFICATION NO. 14-05 NOT ICE IS HEREBY GIVEN that sealed standard proposals for INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 will be received at the Office of the City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California until 2:00 p.m . on XX, 2015, at which tim e, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed "INSTALLATION OF REPLACEMENTWELL 4 AND INSTALLATION OF NEW WELL 9." Bids are required for the entire work described herein. No fax bids will be accepted. ESTIMATE OF QUANTITIES Item No. Description Quantity Unit 1 Mobilization/Demobilization Monitoring Well MW 4A 1 LS 2 General NPDES Permit Well 4 Site 1 LS 3 Drill Monitoring Well Boring MW 4A 225 LF 4 Monitoring Well Construction MW 4A 210 LS 5 Monitoring Well Development MW 4A 1 LS 6 Monitoring Well Zone Testing MW 4A 1 LS 7 Mobilization/Demobilization Replacement Well 4 1 LS 8 Drill Replacement Well 4 Boring 220 LF 9 26-inch Conductor Casing Replacement Well 4 50 LF 10 Replacement Well 4 Well Construction 220 LF 11 Replacement Well 4 Development 1 LS 12 Aquifer Pump Testing Replacement Well 4 1 LS 13 Abandonment of Existing Well 4 and Demolition 1 LS 14 Mobilization/Demobilization Monitoring Well MW 9A 1 LS 15 General NPDES Permit Well 9 Site 1 LS 16 Drill Monitoring Well MW 9A Boring 260 LF 17 Monitoring Well 9A Construction 260 LF 18 Monitoring Well 9A Development 1 LS 19 Monitoring Well 9A Zone Testing 1 LS 20* Mobilization/Demobilization New Well 9 1 LS 21* Drill New Well 9 Boring 260 LF 22* 26-inch Conductor Casing New Well 9 50 LF 23* New Well 9 Construction 260 LF 24* New Well 9 Development 1 LS Installation of Replacement Well 4 Page 2 Spec. No. 14-05 And New Well 9 Item No. Description Quantity Unit 25* Aquifer Pump Testing New Well 9 1 LS *Note: Production Well 9 may not be installed if the City, in the exercise of its discretion, determines that the test results from Monitor Well MW 9A do not support the construction of the production Well 9. In addition, there may be a multi-week delay between the installation of Monitor Well MW 9A and the final decision to proceed with new Well 9. The compensation for the bid items marked by an asterisk will not be increased due to any such delay and will not be paid, if the City decides not to proceed with new Well 9 and the bid amounts associated with Well 9 will not be part of the Contract (Per Specification Section 01 20 00 – Price and Payment Procedures). Plans and Special Provisions may be inspected and/or copies obtained for a non-refundable fee of $______________ at the receptionist’s station, Ukiah City Hall Annex, City of Ukiah, 411 West Clay Street, Ukiah, California 95482-5400. Plans and Special Provisions may also be downloaded at no charge from the City’s website at www.cityofukiah.com/purchasing. No bid will be considered unless it is made on the forms furnished by the City and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as required by law. Further information regarding the work or these specifications can be obtained by calling Mary Horger at (707) 463-6233 or at fax phone (707) 463-6234. The City Council reserves the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and which it deems in the best interest of the City to accept. The City Council also reserves the right to waive any inform ation not m aterial to cost or perform ance in any proposal or bid. 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, 2014) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to provisions of Section 1770, including am endm ents thereof, of the Labor Code of the State of California, the Director of the Departm ent of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime Saturdays, Sundays and Holidays including employer paym ent for health and welfare, vacation, pension and sim ilar purposes. Copies of the General Prevailing W age Determination (applicable to the work), for the locality in which the work is to be done are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PW D/ The prime contractor for the work herein shall possess a current, valid State of California, Class A (General Engineering) Contractor's License. Pursuant to Section 4590 of the California Governm ent Code, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial paym ents due the Contractor to insure performance under this contract. The prime contractor for the work herein shall possess a current, valid State of California, Class A (General Engineering) Contractor’s License. Pursuant to Section 4590 of the California Government Code, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due the Contractor to insure performance under this contract. By order of the City Council, City of Ukiah, County of Mendocino, State of California. Dated: Kristine Lawler, City Clerk, City of Ukiah, California PUBLISH FOUR TIMES: Installation of Replacement Well 4 Page 3 Spec. No. 14-05 And New Well 9 INSTRUCTIONS TO BIDDERS INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 shall be perform ed in accordance with the Plans and Special Provisions therefor adopted, to which special reference is hereby m ade. Each bidder must supply all the inform ation required by the bid documents and Special Provisions. Minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award of any contract entered into pursuant to this advertisem ent. Wom en will be afforded equal opportunity in all areas of employm ent. However, the employm ent of wom en shall not diminish the standards of requirem ents for the employm ent of minorities. All proposals or bids shall be accompanied by a cashier's check or certified check payable to the order of the City of Ukiah am ounting to 10 percent of the bid, or by a bond in said am ount and signed by the bidder and a corporate surety, payable to said City. Said check shall be forfeited, or said bond shall become payable to said City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract has been awarded to him: (a) enter into a contract with the City and (b) furnish certificates of insurance and endorsements, a bond of faithful perform ance and a paym ent bond as described in the Special Provisions. No bidder shall withdraw his or her bid for a period of thirty (30) calendar days after the date set by the City f or the opening thereof. The Contractor and any subcontractors shall each possess a valid City of Ukiah Business License prior to the start of any work. The Contractor shall furnish a project schedule to the Engineer prior to the start of any work and start work as scheduled. The work is to be completed within sixty-five (65) working days. The Contractor will pay to the City the sum of f ive hundred ($500.00) dollars per day for each and every calendar day's delay beyond the time prescribed. Any bid protest must be filed with the City Clerk not more than five calendar days following the bid opening. If any such timely written protest is filed, all bidders shall be provided a copy of the protest within 2 calendar days of its receipt, which m ay be delivered to the bidders as an email attachm ent or by fax. All such bidders m ay file with the City Manager a written objection or other response to the protest. All objections or responses filed not more than 5 days after receipt of the written protest will be presented to the City Council at its next regular m eeting occurring not less than 12 calendar days following the bid opening. The City Council will resolve the bid protest at that m eeting based on the written protest, any staff recommendation and all timely written objections and responses. In accordance with the Brown Act, any person m ay address the City Council on this item during the m eeting. The City Council action on the protest shall represent a final decision by the City on the protest. Examination of Site, Drawings, Etc. A mandatory pre-bid conference will be held at ______ on _____day, _____, 2015 at the project site located at ______________, Ukiah, to fully acquaint interested contractors with local conditions, construction and labor required so that he or she may fully understand the facilities, difficulties and restrictions attending the execution of the work under the Contract. Failure to attend the mandatory bid conference will be just cause for the bid to be rejected as non-responsive. Bidders shall thoroughly examine and be familiar with the Plans and Special Provisions. The failure of any bidder to receive or examine any form, instrument, addendum, or other document, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve the bidder from any obligation with respect to his or her proposal or to the contract. The drawings for the work show conditions as they are supposed or believed by the City to exist; but, it is neither intended nor shall it be inferred that the conditions as shown thereon constitute a representation by the City or its officers that such conditions are actually existent, nor shall the City, or any of their officers or representatives be liable for any loss sustained by the Contractor as a result of a variance between the conditions shown on the drawings and the conditions actually revealed during the progress of the work or otherwise. Installation of Replacement Well 4 Page 4 Spec. No. 14-05 And New Well 9 Oral statements or instructions made during this visit will not constitute an amendment to this solicitation. The City will determine the appropriate action necessary, if any, and may issue a written amendment to the bid request. The bidder's attention is directed to the possible existence of obstructions and public improvements within the limits of the work or adjacent thereto, which m ay or m ay not be shown on the Drawings. The bidder shall investigate to his or her satisfaction the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished and the requirements of the Plans, Special Provisions, Standard Specifications, Standard Plans, and Contract Documents. The submission of a proposal shall be considered conclusive evidence that the bidder has made such examination and has accepted the project workplace as a safe workplace to perform the work of the Contract. Location of the Work The Well 4 project is located at the Well 4 site on Lorraine Street between 60 Lorraine Street and 52 Lorraine Street in Ukiah, California. The Well 9 project is located at Brush and North Orchard Avenue in Ukiah, California. Installation of Replacement Well 4 Page 5 Spec. No. 14-05 And New Well 9 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS 1-01 DEFINITIONS. W henever any word or expression defined in this section, or pronoun used in its stead, occurs in these contract docum ents, it shall have and is m utually understood to have the m eaning given: a. "City of Ukiah" or "City" shall mean the City of Ukiah, Mendocino County, California, acting through its City Council or any other board, body, official or officials to which or to whom the power belonging to the Council shall by virtue of any act or acts, hereafter pass or be held to appertain. b. "Engineer" shall m ean the Engineer duly and officially appointed by the City to supervise and direct the work of construction under this contract, acting personally or through agents or assistants duly authorized by him, such agents or assistants acting within the scope of the particular duties entrusted to them. c. "Inspector" shall m ean the engineering or technical inspector or inspectors duly authorized or appointed by the Engineer, limited to the particular duties entrusted to him or her or them. d. "Contractor" shall m ean the party entering into contract with the City of Ukiah for the perform ance of work covered by this contract and his or her authorized agents or legal representatives. e. "Date of signing of contract" or words equivalent thereto, shall m ean the date upon which this contract, with the signature of the Contractor affixed, together with the prescribed bonds, shall be or shall have been delivered to the City or its duly authorized representatives. f. "Day" or "days", unless herein otherwise expressly defined, shall m ean a calendar day or days of twenty-four hours each. g. "The work" shall m ean and include all the work specified, indicated, shown or contemplated in the contract to construct the improvem ent, including all alterations, amendments or extensions thereto m ade by contract change order or other written orders of the Engineer. h. "Contract drawings", "drawings", "plans" shall m ean and include 1) all drawings or plans which m ay have been prepared by or on behalf of the City, as a basis for proposals, when duly signed and m ade a part of this contract by incorporation or reference, 2) all drawings submitted in pursuance of the terms of this contract by the successful bidder with his or her proposal and by the Contractor to the City if and when approved by the Engineer and 3) all drawings submitted by the Engineer to the Contractor during the progress of the work as provided for herein. i. W here "as shown", "as indicated", "as detailed" or words of sim ilar im port are used, it shall be understood that reference to the drawings accompanying these Special Provisions is made unless stated otherwise. W here "as directed", "as permitted", "approved" or words of sim ilar im port are used, it shall be understood that the direction, requirements, permission, approval or acceptance of the Engineer is intended unless stated otherwise. As used herein, "provide" or "install" shall be understood to m ean "provide or install complete in place", that is, "furnish and install". "Shall" is m andatory; "may" is permissive. 1-02 EXAMINATION OF PLANS, SPECIAL PROVISIONS AND SITE OF WORK The bidder shall examine carefully the Proposal, Plans, Special Provisions, Contract forms and the site of the work contemplated therefor. It will be assum ed that the bidder has investigated to his or her satisfaction the conditions to be encountered and the character, quality and requirem ents of all Plans, Special Provisions, Standard Specifications, and Standard Plans involved. 1-03 PROPOSAL Bids shall be m ade on the blank form prepared by the City without removal from the bound Special Provisions. All bids shall give the prices bid, both in writing and in figures and shall be signed by the bidder or his Installation of Replacement Well 4 Page 6 Spec. No. 14-05 And New Well 9 or her authorized representative, with his or her address. If the bid is made by an individual or partner, his or her name and the post office address of his or her business or partnership, along with his or her signature or the signature of one or more partners must be shown; if m ade by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name of the corporation and the title of the person who signs on behalf of the corporation. Each proposal shall be enclosed in a sealed envelope, endorsed as specified in the notice to bidders. Bidders are warned against making erasures or alterations of any kind and proposals which contain omissions, erasures, conditions, alterations, additions not called for, additional proposals or irregularities of any kind m ay be rejected. 1-04 WITHDRAWAL OF BIDS Any bid may be withdrawn at any time prior to the hour fixed in the notice to bidders for the openings of bids, provided that a request in writing, executed by the bidder or his or her duly authorized representative, for the withdrawal of such bid is filed with the City. The withdrawal of a bid will not prejudice the right of a bidder to file a new bid. 1-05 PUBLIC OPENING OF BIDS Bids will be opened and read publicly at the time and place indicated in the notice to bidders. Bidders or their agents are invited to be present. 1-06 BID GUARANTY Each bid must be accompanied by a certified check, cashier's check or bidder's bond executed by an admitted surety insurer, payable to the order of the City of Ukiah in an am ount not less than 10 percent of the bid as a guarantee that the bidder will enter into a contract, if awarded the work. 1-07 QUALIFICATION OF BIDDERS 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. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be sk illed and regularly engaged in the general class or type of work called for under this contract. A statem ent setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipm ent to enable him or her to prosecute the work successfully and prom ptly within the time and in the m anner agreed. In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has perform ed satisfactorily other contracts of lik e nature and m agnitude or com parable difficulty at sim ilar rates of progress. 1-08 DISQUALIFICATION OF BIDDERS More than one bid from an individual business, partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is financially interested in more than one bid for the work will cause the rejection of all bids in which he or she is so interested. If there is reason to believe that collusion exists am ong the bidders, none of the participants in such collusion will be considered. Bids in which the prices obviously are unbalanced may be rejected. 1-09 IDENTIFICATION OF SUBCONTRACTORS All bids shall comply with the Subletting and Subcontracting Fair Practices Act (Governm ent Code Section 4100 and following) and shall set forth: Installation of Replacement Well 4 Page 7 Spec. No. 14-05 And New Well 9 a. The name and the location of the place of business of each subcontractor who will perform work or labor, or render service to the prime contractor in or about the construction of the work, or to a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work according to detailed drawings contained in the plans and Special Provisions, in an amount in excess of one-half of 1 percent of the prime contractor's total bid. b. The portion of the work which will be done by each such subcontractor. The prime contractor shall list only one subcontractor for each such portion defined by the prime contractor in his or her bid. 1-10 GENERAL PROVISIONS OF THE STANDARD SPECIFICATIONS All provisions of the General Provisions, Sections 1 through 9, of the Standard Specifications, shall be applicable to the contract except as modified by these Special Provisions. The Standard Specifications are set forth in Section 12-06 of these Special Provisions. Installation of Replacement Well 4 Page 8 Spec. No. 14-05 And New Well 9 SECTION 2. AWARD AND EXECUTION OF CONTRACT 2-01 AWARD OF CONTRACT Award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the specified requirem ents. T he award, if m ade, will be made within thirty (30) days after opening of the bids. The City reserves the right to reject any and all bids and to waive any irregularity in the proposal not pertaining to cost. 2-02 RETURN OF PROPOSAL GUARANTIES All bid guaranties will be held until the contract has been fully executed, after which they will be returned to the respective bidders whose bids they accompany. 2-03 EXECUTION OF CONTRACT The contract agreem ent shall be executed in duplicate by the successful bidder and returned, together with the contract bonds, insurance certificates and endorsements, within fifteen (15) days after written notice of the award of the contract. After execution by the City; one copy shall be filed with the City and one copy shall be returned to the Contractor. If the bidder fails or refuses to enter into the contract agreem ent within the required time, then the bid guaranty accompan ying the bid shall be forfeited to the City. SECTION 3. SCOPE AND INTENT OF CONTRACT 3-01 EFFECT OF INSPECTION AND PAYMENT S Neither the inspection by the Engineer or an inspector, nor any order, m easurem ent or approved m odification, nor certificate or paym ent of money, nor acceptance of any part or whole of the work, nor any extension of tim e, nor any possession by the City or its agents, shall operate as a waiver of any provision of this contract or of any power reserved therein to the City, or of any right to dam ages thereunder; nor shall any breach of this contract be held to be a waiver of any subsequent breach. All rem edies shall be construed as cumulative. 3-02 EFFECT OF EXTENSION OF TIM E The granting of any extension of time on account of delays which, in the judgm ent of the City, are avoidable delays shall in no way operate as a waiver on the part of the City of its rights under this contract. 3-03 EXTRA WORK If extra work orders are given in accordance with provisions of this contract, such work shall be considered a part hereof and shall be subject to each and all of its terms and requirem ents. 3-04 ASSIGNMENT OF CONTRACT The contract may be assigned or sublet in whole or in part only upon the written consent of the City acting through its authorized agents. Consent will not be given to any proposed assignm ent which would relieve the original contractor or its surety of their responsibilities under the contract nor will the Engineer consent to any assignm ent of a part of the work under the contract. 3-05 SUBCONTRACTORS The Contractor shall be as fully responsible for the acts and omissions of his or her subcontractors and of persons either directly or indirectly employed by them, as he or she is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the terms of this Contract which are applicable to the work of subcontractors. Nothing contained in this contract shall be construed to create or shall be relied upon to create any contractual relationship between any subcontractor and the City and no action may be brought by any subcontractor against the City based on this contract. 3-06 INTERPRETATION OF SPECIAL PROVISIONS AND DRAWINGS The Special Provisions and the Contract Drawings are intended to be explanatory of each other. Any work indicated in the Contract Drawings and not in the Special Provisions, or vice versa, is to be executed as if indicated in both. In case of a discrepancy or conflict between the Technical Specifications and Contract Plans, the Technical Specifications shall govern. All work shown on the Contract Drawings, the dim ensions of which Installation of Replacement Well 4 Page 9 Spec. No. 14-05 And New Well 9 are not figured, shall be accurately followed to the scale to which the drawings are m ade, but figured dim ensions are in all cases to be followed, where given, though they differ from scaled m easurem ents. Large scale drawings shall be followed in preference to small scale drawings. Should it appear that the work to be done, or any of the m atters relative thereto, are not sufficiently detailed or explained in these contract docum ents, including the contract drawings, the Contractor shall apply to the Engineer for such further explanations as m ay be necessary and shall conform thereto as part of this contract, so far as m ay be consistent with the terms of this contract. In the event of any doubt or questions arising respecting the true meaning of the Special Provisions, reference shall be m ade to the Engineer and his or her decision thereon shall be final. If the Contractor believes that a clarification or interpretation justifies an increase in the contract price or contract tim e, the Contractor must comply with the written notice provisions of Sections 9-05 and 10-07 of these Special Provisions. Contractor’s attention is directed to Section 12-06 of the Technical Specifications regarding the Standard Specifications and Standard Plans. 3-07 LIABILITY OF CITY OFFICIALS No city official, nor the Engineer, nor any authorized assistant of any of them , shall be personally responsible for any liability arising under this contract. 3-08 DISPUTE RESOLUTION Claims of $375,000 or less by the Contractor that arise under this Contract are subject to the m andatory dispute resolutions provisions in Public Contract Code Sections 20104-20104.6. SECTION 4. BONDS 4-01 FAITHFUL PERFORMANCE BOND As a part of the execution of this contract, the Contractor shall furnish a bond of a surety com pany or other securities providing equivalent protection such as cash, letter of credit, or certificates of deposit, acceptable to the City, conditioned upon the faithful performance of all covenants and stipulations under this contract. T he am ount of the bond shall be 100 percent of the total contract price, as this sum is set forth in the agreem ent. 4-02 MATERIAL AND LABOR BOND As a part of the execution of this contract, the Contractor shall furnish a bond of a surety com pany or other securities providing equivalent protection such as cash, letter of credit or certificates of deposit acceptable to the City in a sum not less than 50 percent of the total contract price, as this sum is set forth in the agreem ent for the paym ent in full of all persons, com panies or corporations who perform labor upon or furnish m aterials to be used in the work under this contract, in accordance with the provisions of Sections 3247 through 3252 inclusive of the Civil Code of the State of California and any acts am endatory thereof. 4-03 DEFECTIVE MATERIAL AND WORKMANSHIP BOND As a condition precedent to the completion of this contract, the Contractor shall furnish a bond of a surety com pany acceptable to the City in an amount not less than 5 percent (5%) of the final contract price, to hold good for a period of one (1) year after the completion and acceptance of the work, to protect the City against the results of defective m aterials, workm anship and equipm ent during that tim e. This bond shall be delivered to the City before the final paym ent under this contract will be m ade. 4-04 NOTIFICATION OF SURETY COMPANIES The surety com panies shall familiarize themselves with all of the conditions and provisions of this contract and they waive the right of special notification of any change or m odification of this contract or of extension of tim e, or decreased or increased work, or of the cancellation of the contract, or of any other act or acts by the City or its authorized agents, under the terms of this contract; and failure to so notify the aforesaid surety com panies of changes shall in no way relieve the surety com panies of their obligation under this contract. SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS (WITH CONSTRUCTION RISKS) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or dam ages to property which m ay arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Installation of Replacement Well 4 Page 10 Spec. No. 14-05 And New Well 9 5-01 MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. Insurance Services Office Commercial Liability Coverage (occurrence form CG 0001). 2. Insurance Services Office form num ber CA 0001 (Ed. 1/87) covering Autom obile Liability, code 1 (any auto). 3. Worker's Com pensation insurance as required by the State of California and Employer's Liability Insurance. 5-02 MINIMUM LIMITS OF INSURANCE Contractor shall maintain limits no less than: 1. General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial Liability Insurance or other form with a general aggregate lim it is used, either the general aggregate limit shall apply separately to this project/location or the 2. Autom obile Liability: general aggregate lim it shall be twice the required occurrence lim it. $2,000,000 per accident for bodily injury and property dam age. 3. Employer's Liability: $1,000,000 per accident for bodily injury and property dam age. 5-03 DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing paym ent of losses and related investigations, claim administration and defense expenses. 5-04 OTHER INSURANCE PROVISIONS The general liability and autom obile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees and volunteers are to be covered as Additional Insured with respect to liability arising out of autom obiles owned, leased, hired or borrowed by or on behalf of the contractor; and with respect to liability arising out of work or operations perform ed by or on behalf of the Contractor including m aterials, parts or equipm ent furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsem ent to the Contractor's insurance, or as a separate owner's policy. 2. The workers’ com pensation policy is to be endorsed with a waiver of subrogation. The insurance com pany, in its endorsem ent, agrees to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses paid under the terms of this polic y which arises from the work perform ed by the nam ed insured for the City. 3. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees or volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 5. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreem ent to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of Civil Code. Installation of Replacement Well 4 Page 11 Spec. No. 14-05 And New Well 9 6. Course of Construction policies shall contain the following provisions: a. The City shall be nam ed as loss payee. b. The insurer shall waive all rights of subrogation against the City. 5-05 ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with a current A.M. Best's rating of no less than the following: A++ VII A- VIII A+ VII B++ X A VII B+ X 5-06 VERIFICATION OF COVERAGE Contractor shall furnish the City with original certificates and am endatory endorsem ents effecting coverage required by this clause. The endorsements shall be on forms provided by the City or on other than the City's forms, provided those endorsem ents or policies conform to the requirem ents. All certificates and endorsem ents are to be received within 15 da ys from written notice of contract award, and the work shall not commence until the certificates and endorsem ents have been approved by the City. The City reserves the right to require complete certified copies of all required insurance policies, including endorsem ents affecting the coverage required by these Special Provisions at any tim e. 5-07 SUBCONTRACTORS Contractor shall include all subcontractors as insured’s under its policies or shall furnish separate certificates and endorsem ents for each subcontractor. All coverage’s for subcontractors shall be subject to all of the requirem ents stated herein. SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR 6-01 LEGAL ADDRESS OF CONTRACTOR Both the address given in the proposal and the Contractor's office in the vicinity of the work are hereby designated as places to either of which drawings, samples, notices, letters or other articles or communications to the Contractor m ay be mailed or delivered. The delivery at either of these places of any such thing from the City or its agents to the Contractor shall be deem ed sufficient service thereof upon the Contractor and the date of such service shall be the date of such delivery. The address named in the proposal may be changed at any time by notice in writing from the Contractor to the City. Nothing herein contained shall be deem ed to preclude or render inoperative the service of any drawing, sample, notice, letter or other article or communication to or upon the Contractor personally. 6-02 OFFICE OF CONTRACTOR AT SIT E During the perform ance of this contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of a representative authorized to receive drawings and any such thing given to the said representatives or delivered at the Contractor's office at the site of work in his or her absence shall be deem ed to have been given to the Contractor. 6-03 ATTENTION TO WORK The Contractor shall give his or her personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully and when he or she is not personally present on the work, he or she shall at all reasonable tim es be represented by a com petent superintendent or foreman who shall receive and obey all instructions or orders given under this contract and who shall have full authority to execute the same and to supply m aterials, tools and labor without delay and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or her or to his or her authorized representative. 6-04 LIABILITY OF CONTRACTOR The Contractor shall do all of the work and furnish all labor, m aterials, tools and appliances, except as otherwise herein expressly stipulated, necessary or proper for performing and completing the work herein required in the m anner and within the time herein specified. The m ention of any specific duty or liability im posed upon the Contractor shall not be construed as a limitation or restriction of any general liability or duty im posed Installation of Replacement Well 4 Page 12 Spec. No. 14-05 And New Well 9 upon the Contractor by this contract, said reference to any specific duty or liability being m ade herein merely for the purpose of explanation. The right of general supervision by the City shall not make the Contractor an agent of the City and the liability of the Contractor for all dam ages to persons or to public or private property, arising from the Contractor's execution of the work, shall not be lessened because of such general supervision. Until the completion and final acceptance by the City of all the work under and implied by this contract, the work shall be under the Contractor's responsible care and charge. The Contractor shall rebuild, repair, restore and make good all injuries, damages, re-erections and repairs, occasioned or rendered necessary by causes of any nature whatsoever, excepting only acts of God and none other, to all or any portions of the work, except as otherwise stipulated. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the City and its officers, directors, agents and employees from and against all claims, dam ages, losses and expenses including but not limited to attorneys' fees, costs of suit, expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the perform ance of the work, provided that any such claim , dam age, loss or expense (1) is attributable to bodily injury, sick ness, disease or death, or to injury to or destruction of tangible property, other than the work itself, including the loss of use resulting therefrom and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them, or anyone for whose acts any of them m ay be liable, regardless of whether or not it is caused in part by a party indemnified hereunder, or by the negligence or omission of a party indemnified herein. In any and all claims against the City or any of its agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the am ount or type of dam ages, com pensation or benefits payable by or for the Contractor or any subcontractor under workers' or workm en's com pensation acts, disability benefit acts, or other employee benefit acts. The obligation to indemnif y shall extend to and include acts of the indem nified party which m ay be negligent or omissions which m ay cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract; or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City, shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City. 6-05 PROTECTION OF PERSONS AND PROPERTY The Contractor shall furnish such watchm an, guards, fences, warning signs, walks and lights as shall be necessary and shall tak e all other necessary precautions to prevent dam age or injury to persons or property. All property line fences and improvements in the vicinity of the work shall be protected by the Contractor and, if they are injured or destroyed, they and any other property injured by the Contractor, his or her employees or agents, shall be restored to a condition as good as when he or she entered upon the work. 6-06 PROTECTION OF CITY AGAINST PATENT CLAIMS All fees, royalties or claims for any patented invention, article or m ethod that may be used upon or in any m anner connected with the work under this contract shall be included in the price bid for the work and the Contractor and his or her sureties shall protect and hold the City, together with all of its officers, agents, servants and employees, harmless against any and all dem ands m ade for such fees or claims brought or m ade on account of this contract. The Contractor shall, if requested by the Engineer, furnish acceptable proof of a proper release from all such fees or classes. Should the Contractor, his or her agents, servants or employees, or any of them be enjoined from furnishing or using any invention, article, m aterial or appliance supplied or required to be supplied or used under this contract, the Contractor shall prom ptly substitute other articles, m aterials or appliance, in lieu thereof, of equal efficiency, quality, finish, suitability and market value and satisfactory in all respects to the Engineer. Or, in the event that the Engineer elects, in lieu of such substitution, to have supplied and to retain and use, any such invention, article, m aterial or appliance, as may by this contract be required to be supplied, in that event the Installation of Replacement Well 4 Page 13 Spec. No. 14-05 And New Well 9 Contractor shall pay such royalties and secure such valid licenses as m ay be requisite and necessary for the City, its officers, agents, servants and employees, or any of them, to use such invention, article, m aterial or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution prom ptly, or to pay such royalties and secure such licenses as m ay be necessary, then in that event the Engineer shall have the right to make such substitution, or the City m ay pay such royalties and secure such licenses and charge the cost thereof against any m oney due to the Contractor from the City or recover the am ount thereof from him or her and his or her sureties notwithstanding final payment under this contract m ay have been m ade. 6-07 PROTECTION OF CONTRACTOR'S WORK PROPERTY The Contractor shall protect his or her work, supplies and m aterials from damage due to the nature of the work, the action of the elem ents, trespassers, or any cause whatsoever under his or her control, until the completion and acceptance of the work. Neither the City nor any of its agents assum es any responsibility for collecting indemnity from any person or persons causing damage to the work of the Contractor. 6-08 REGULATIONS AND PERMITS The Contractor shall secure and pay for all permits, give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Plans and Special Provisions are at variance therewith, he or she shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. The contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License. The City of Ukiah will issue a no fee encroachment permit to the Contractor allowing him or her to perform work within City right of way or within City property after the Contract Docum ents have been executed and insurance certificates and endorsem ents have been approved by the City. 6-09 CONSTRUCTION UTILITIES The Contractor shall be responsible for providing for and in behalf of his or her work under this contract, all necessary utilities, such as special connection to water supply, telephones, power lines, fences, roads, watchm en, suitable storage places, etc. 6-10 APPROVAL OF CONTRACTOR'S PLANS The approval by the Engineer of any drawing or any m ethod of work proposed by the Contractor in accordance with paragraph 8-06 shall not relieve the Contractor of any of his or her responsibility for his or her errors therein and shall not be regarded as any assum ption of risk or liability by the City or any officer or employee thereof and the Contractor shall have no claim under this contract on account of the failure or partial failure or inefficiency of any plan or m ethod so approved. Such approval shall be considered to m ean merely that the Engineer has no objection to the Contractor's using, upon his or her own full responsibility the plan or m ethod approved. 6-11 SUGGESTIONS TO THE CONTRACTOR Any plan or m ethod of work suggested by the Engineer to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City shall assume no responsibility thereof. 6-12 TERMINATION OF UNSATISFACTORY SUBCONTRACTS Should any subcontractor fail to perform in a satisfactory m anner the work undertak en by him , such subcontract shall be terminated immediately by the Contractor upon notice from the Engineer. 6-13 PRESERVATION OF STAKES AND MARKS The Contractor shall preserve carefully bench marks, reference points and stak es and in case of destruction he or she shall replace his or her stakes, reference points and bench mark s and shall be responsible for any mistak es that m ay be caused by their unnecessary loss or disturbance. Contractor’s attention is directed to Section 7-03 of these Special Provisions. 6-14 ASSISTANCE TO ENGINEER At the request of the Engineer the Contractor shall provide m en from his or her force and tools, stak es and other m aterials to assist the Engineer tem porarily in making m easurem ents and surveys and in establishing tem porary or perm anent reference marks. Paym ent for such m aterials and assistance will be m ade as provided for under the caption "Extra Work ," provided, however, that the cost of setting stakes and marks carelessly lost or destroyed by the Contractor's employees will be assessed to the Contractor. Installation of Replacement Well 4 Page 14 Spec. No. 14-05 And New Well 9 6-15 REMOVAL OF CONDEMNED MATERIALS AND STRUCTURES The Contractor shall remove from the site of the work, without delay, all rejected and condem ned m aterials or structures of any kind brought to or incorporated in the work and upon his or her failure to do so, or to make satisfactory progress in so doing, within forty-eight (48) hours after the service of a written notice from the Engineer, the condem ned m aterial or work m ay be removed by the City and the cost of such removal shall be taken out of the m oney that m ay be due or m ay become due the Contractor on account of or by virtue of this contract. No such rejected or condem ned m aterial shall again be offered for use by the Contractor under this Contract. 6-16 PROOF OF COMPLIANCE WITH CONTRACT In order that the Engineer m ay determ ine whether the Contractor has complied with the requirem ents of this contract, not readily enforceable through inspection and tests of the work and m aterials, the Contractor shall, at any time when requested, submit to the Engineer properly authenticated docum ents or other satisfactory proofs as to his or her compliance with such requirem ents. 6-17 ERRORS AND OMISSIONS If the Contractor, in the course of the work, finds any errors or omissions in plans or in the layout as given by survey points and instruction, or if he or she finds any discrepancy between the plans and the physical conditions of the locality, he or she shall immediately inform the Engineer, in writing and the Engineer shall prom ptly verify the sam e. Any work done after such discovery, until authorized, will be done at the Contractor's risk. 6-18 COOPERATION The Contractor shall cooperate with all other contractors who m ay be performing work in behalf of the City and workm en who m ay be employed by the City on any work in the vicinity of the work to be done under this contract with the work of such contractors or workm en. he or she shall make good promptly, at his or her own expense, any injury or dam age that m ay be sustained by other contractors or employees of the City at his or her hands. Any difference or conflict which m ay arise between the Contractor and other contractors or between the contractor and workmen of the City in regard to their work shall be adjusted and determined by the Engineer. If the work of the Contractor is delayed because of any acts or omissions of any other contractor or of the City, the Contractor shall on that account have no claim against the City other than for an extension of tim e. 6-19 RIGHT OF CONTRACTOR TO STOP WORK Under the following conditions the Contractor shall have the right, if he or she so desires, to stop the work and terminate the contract upon ten (10) days written notice to the Engineer and recover from the City paym ent for all work actually perform ed and for all satisfactory m aterials actually delivered to the site of the work for perm anent incorporation therein, all as m ay be shown by the estimate of the Engineer. 1. If the work be stopped under an order of any court or other com petent public authority for a period of time of three (3) m onths through no act or fault of the Contractor or of anyone em ployed by him. 2. If the Engineer fails to issue the m onthly certificate for pa ym ent in accordance with the terms of this contract. 3. If the City fails to pay the Contractor within sixty (60) days after it shall have become due, as provided by the terms of this contract, any sum certified by the Engineer or awarded by the City. All provided that if such action to terminate the contract be not instituted by the Contractor within ten (10) days after the alleged existence of such condition and if written notice of such action be not at that time delivered to the City and the Engineer, then such right shall lapse until another occasion arises according to this section. 6-20 HIRING AND DISMISSAL OF EMPLOYEES The Contractor shall employ only such forem en, mechanics and laborers as are com petent and skilled in their respective lines of work and whenever the Engineer shall notify the Contractor that any person on the work is, in his or her opinion, incom petent, unfaithful, intem perate or disorderly, or refuses to carry out the provisions of this contract, or uses threatening or abusive language to any person on the work representing the City, or is otherwise unsatisfactory, such person shall be discharged immediately from the work and shall not be re- employed upon it except with the consent of the Engineer. 6-21 WAGE RAT ES 1. Contractor shall pay all mechanics and laborers employed or working upon the site of the work unconditionally and without subsequent deductions or rebate on any account the full am ounts due Installation of Replacement Well 4 Page 15 Spec. No. 14-05 And New Well 9 at the time of paym ent at wage rates not less than those contained in the applicable prevailing wage determination, regardless of any contractual relationship which m ay be alleged to exist between the Contractor and subcontractors and such laborers and mechanics. 2. Contractor shall comply with the California Labor Code Section 1775. In accordance with said Section 1775, Contractor shall forfeit as a penalty to the Owner, $50.00 for each calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for such work or craft in which such workm an is employed for any work done under the Contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to Section 1775, the difference between such stipulated prevailing wage rates and the am ount paid to each workm an for each calendar day or portion thereof for which each workm an was paid less than the stipulated prevailing wage rate shall be paid to each workman by the Contractor. 3. Pursuant to the provision of Section 1770 of the Labor Code of the State of California, Owner has ascertained the general prevailing rate of wages (which rate includes employer paym ents for health and welfare, vacation, pension and sim ilar purposes) applicable to the work to be done, for straight time work . T he holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreem ent of the particular craft, classification or type of workm en concerned. Copies of the General Prevailing W age Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD T he Contractor shall post the wage determination at the site of work in a prominent place where it can easily be seen by the workers. 4. City will not recognize any claim for additional com pensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained by the Contractor. T he possibility of wage increases is one of the elem ents to be considered by the Contractor in determining his or her bid and will not in any circumstances be considered as the basis for a claim against the City. 5. Travel and Subsistence Paym ents. Contractor shall make travel and subsistence paym ents to each workm an needed to execute the work in accordance with the requirem ents in Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968). 6. Apprentices. Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the California Labor Code concerning the employm ent of apprentices by the Contractor or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with the requirem ents of said sections in the employm ent of apprentices. Inform ation relative to apprenticeship standards, wage schedules and other requirem ents 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. 6-22 CLEANING UP The Contractor shall not allow the site of the work to become littered with trash and waste m aterial, but shall maintain the same in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is or is not waste m aterial or rubbish and the place and m anner of disposal. On or before the completion of the work, the Contractor shall without charge therefor carefully clean out all pits, pipes, cham bers or conduits and shall tear down and remove all tem porary structures built by him or her and shall remove rubbish of all kind from any of the grounds which he or she has occupied and leave them in first class condition. 6-23 GUARANTY All work shall be guaranteed for a period of one year from the date of acceptance by the City. The Contractor shall prom ptly make all needed repairs arising out of defective m aterials, workmanship and equipment. The City is hereby authorized to make such repairs if within ten days after the mailing of a notice in writing to the Installation of Replacement Well 4 Page 16 Spec. No. 14-05 And New Well 9 Contractor or his or her agent, the Contractor shall neglect to make or undertake with due diligence the aforesaid repairs, provided, however, that in case of an emergency where, in the opinion of the City delay would cause serious loss or dam age, repairs m ay be m ade without notice being sent to the Contractor and the Contractor shall pay the costs thereof. Pursuant to the provisions of Section 4-03 of these Special Provisions, the Contractor shall furnish a Defective Material and Workmanship Bond in an am ount not less than 5 percent of the final contract price, which shall be effective for a period of one (1) year after the completion and acceptance of the work. SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7-01 AUTHORITY OF THE ENGINEER All work done under this contract shall be done in a workm anlike manner and shall be perform ed to the reasonable satisfaction of the Engineer, who shall have general supervision of all work included hereunder. To prevent disputes and litigation, the Engineer (1) shall in all cases determine the am ount, quality, acceptability and fitness of the several kinds of work and m aterials which are to be paid for under this contract, (2) shall decide all questions relative to the true construction, meaning and intent of the Special Provisions and Drawings, (3) shall decide all questions which m ay arise relative to the classifications and m easurem ents of quantities and m aterials and the fulfillm ent of this contract and (4) shall have the power to reject or condemn all work or m aterial which does not conform to the terms of this contract. his or her estimate and decision in all matters shall be a condition precedent to an appeal for arbitration, or the right of the Contractor to receive, dem and, or claim any m oney or other com pensation under this agreem ent and a condition precedent to any liability on the part of the City to the Contractor on account of this contract. W henever the Engineer shall be unable to act, in consequence of absence or other cause, then such engineer as the Engineer or the City shall designate, shall perform any and all of the duties and be vested with any or all of the powers herein given to the Engineer. 7-02 INSPECTION The City will provide engineering personnel for the inspection of the work. The Engineer and his or her representatives shall at all tim es have access to the work whenever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. If the Special Provisions, the Engineer's instruction, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection and, if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be prom ptly m ade at the source of supply where practicable. If any work shall be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work m ay be ordered by the Engineer and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the contract documents, the City shall pay the cost of re- examination and replacem ent. If such work is not in accordance with the contract docum ents, the Contractor shall pay such cost. Properly authorized and accredited inspectors shall be considered to be the representatives of the City limited to the duties and powers entrusted to them. It will be their duty to inspect materials and workmanship of those portions of the work to which they are assigned, either individually or collectively, under instructions of the Engineer and to report any and all deviations from the Drawings, Special Provisions and other contract provisions which may come to their notice. Any inspector m ay be considered to have the right to order the work entrusted to his or her supervision stopped, if in his or her opinion such action becom es necessary, until the Engineer is notified and has determined and ordered that the work m ay proceed in due fulfillm ent of all contract requirem ents. 7-03 SURVEYS Contractor shall furnish all land surveys, establish all base lines and bench marks and mak e sufficient detailed surveys needed for working points, lines and elevations. The Contractor shall develop all slope stak es and batter boards. Contractor shall also develop all additional working points, lines and elevations as he or she m ay desire to facilitate his or her m ethods and sequence of construction. Installation of Replacement Well 4 Page 17 Spec. No. 14-05 And New Well 9 7-04 RIGHTS-OF-WAY The City will provide all necessary rights-of-way and easem ents in or beneath which work will be perform ed by the Contractor under this contract. 7-05 RETENTION OF IMPERFECT WORK If any portion of the work done or m aterial furnished under this contract shall prove defective and not in accordance with the Plans and Special Provisions, and if the im perfection in the sam e shall not be of sufficient m agnitude or im portance to make the work dangerous or undesirable, the Engineer shall have the right and authority to retain such work instead of requiring the im perfect work to be removed and reconstructed, but he or she shall make such deductions therefor in the paym ents due or to become due the Contractor as m ay be just and reasonable. 7-06 CHANGES IN THE WORK The Engineer shall have the right, in writing, to order additions to, omissions from, or corrections, alterations and m odifications in the line, grade, form, dim ensions, plan, or kind or am ount of work or m aterials herein contemplated, or any part thereof, either before or after the beginning of construction. However, the arithm etical sum of the cost to the City of additions and subtractions from the work under this contract shall not exceed 10 percent of original contract am ount or $25,000, whichever is the lesser, unless based upon a supplem entary agreem ent to be m ade therefore. The order of such additions, omissions, corrections, alterations and m odifications shall be in writing and signed by the Engineer and, in order, shall then be binding upon the Contractor. The Contractor shall proceed with the work as changed and the value of such change shall be determined as provided for in section 10-07 of these Special Provisions. Such alterations shall in no way affect, vitiate, or make void this contract or any part thereof, except that which is necessarily affected by such alterations and is clearly the evident intention of the parties to this contract. 7-07 ADDITIONAL DRAWINGS BY CITY The drawings made a part of this contract at the time of its execution are intended to be fairly comprehensive and to indicate in more or less detail the scope of the work. In addition to these drawings, however, the Engineer shall furnish such additional drawings from time to time during the progress of the work as are necessary to make clear or to define in greater detail the intent of the Special Provisions and the contract drawings and the Contractor shall make his or her work conform to all such drawings. 7-08 ADDITIONAL AND EMERGENCY PROTECTION W henever, in the opinion of the Engineer, the Contractor has not taken sufficient precautions for the safety of the public or the protection of the works to be constructed under this contract, or of adjacent structures or property which m ay be injured by the processes of construction on account of such neglect and whenever, in the opinion of the Engineer, an emergency shall arise and immediate action shall be considered necessary in order to protect public or private, personal or property interest, then and in that event, the Engineer, with or without notice to the Contractor m ay provide suitable protection to the said interests by causing such work to be done and such m aterial to be furnished as shall provide such protection as the Engineer m ay consider necessary and adequate. The cost and expense of such work and m aterial so furnished shall be borne by the Contractor and, if the sam e shall not be paid on presentation of the bills therefor, then such costs shall be deducted from any am ounts due or to become due the Contractor. The perform ance of such emergency work under the direction of the Engineer shall in no way relieve the Contractor from any dam ages which m ay occur during or after such precaution has been taken by the Engineer. 7-09 SUSPENSION OF WORK The City may at any time suspend the work or any part thereof by giving five (5) days written notice to the Contractor. The work shall be resum ed by the Contractor within ten (10) days after the date fixed in the written notice from the City to the Contractor so to do. The City shall reim burse the Contractor for expense incurred by the Contractor in connection with the work under this contract as a result of such suspension. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid and if the City does not give notice in writing to the Contractor to resume work at a date within ten (10) days of the date fixed in the written notice Installation of Replacement Well 4 Page 18 Spec. No. 14-05 And New Well 9 to suspend, then the Contractor m ay abandon that portion of the work so suspended and he or she will be entitled to the estim ates and paym ents for all work done on the portions so abandoned, if any, plus 5 percent of the value of the work so abandoned, to com pensate for loss of overhead, plant expense and anticipated profit. 7-10 RIGHT OF CITY TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignm ent for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply sufficient properly skilled workmen or proper materials, or if he or she should fail to make prom pt paym ents to subcontractors or for m aterial or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or rem edy and after giving the Contractor seven days written notice, terminate the employm ent of the Contractor and take possession of the premises and of all m aterials, tools and appliances and finish the work by whatever m ethod the City m ay deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including com pensation for additional m anagerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the dam age incurred through the Contractor's default, shall be certified by the Engineer. 7-11 USE OF COMPLETED PORTIONS The City shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which m ay not have expired; but such taking possession and using shall not be deemed an acceptance of any work not completed in accordance with the contract docum ents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra com pensation, or extension of time or both, as the Engineer m ay determine. SECTION 8. WORKMANSHIP, MATERIALS and EQUIPMENT 8-01 GENERAL QUALITY Materials and equipment shall be new and of a quality equal to that specified or approved. Work shall be done and completed in a thorough and workm anlike m anner. 8-02 QUALITY IN ABSENCE OF DETAILED SPECIFICATIONS W henever under this contract it is provided that the Contractor shall furnish m aterials or m anufactured articles or shall do work for which no detailed specifications are set forth, the m aterials or m anufactured articles shall be of the best grade in quality and workm anship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first-class m aterials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the work perform ed shall be in full conformity and harm ony with the intent to secure the best standard of construction and equipm ent of the work as a whole or in part. 8-03 MATERIALS AND EQUIPMENT SPECIFIED BY NAME W henever any m aterial or equipment is indicated or specified by patent or proprietary name or by the name of the m anufacturer, such specification shall be considered as used for the purpose of describing the m aterial or equipm ent desired and shall be considered as followed by the words "or approved equal". The Contractor m ay offer any m aterial or equipm ent which shall be equal in ever y respect to that specified, provided that written approval first is obtained from the Engineer. 8-04 SOURCE OF MATERIALS Price, fitness and quality being equal, preference shall be given by the Contractor for supplies grown, m anufactured or produced in the State of California and, next, for such products partially produced in this State in accordance with Governm ent Code Section 4332. 8-05 STORAGE OF MATERIALS Materials shall be so stored to ensure the preservation of their quality and fitness for the work. They shall be so located and disposed that prom pt and proper inspection thereof m ay be m ade. Installation of Replacement Well 4 Page 19 Spec. No. 14-05 And New Well 9 8-06 DRAWINGS, SAMPLES AND TESTS As soon as possible after execution of the contract, the Contractor shall submit to the Engineer, in quintuplicate, sufficient inform ation including, if necessary, assembly and detail drawings to dem onstrate fully that the equipm ent and m aterials to be furnished comply with the provisions and intent of these Special Provisions and Drawings. If the inform ation thus submitted indicates the equipm ent or m aterials is acceptable, the Engineer will return one copy stam ped with his or her approval; otherwise, one copy will be returned with an explanation of why the equipm ent or m aterial is unsatisfactory. The Contractor shall have no claim s for dam ages or for extension of time on account of any delay due to the revision of drawings or rejection of m aterial. Fabrication or other work perform ed in advance of approval shall be done entirely at the Contractor's risk. After approval of equipm ent or m aterial, the Contractor shall not deviate in any way from the design and specifications given without the written consent of the Engineer. W hen requested by the Engineer, a sample or test specim ens of the m aterials to be used or offered for use in connection with the work shall be prepared at the expense of the Contractor and furnished by him or her in such quantities and sizes as m ay be required for proper examination and tests, with all freight charges prepaid and with inform ation as to their sources. All samples shall be submitted before shipm ent and in ample time to permit the making of proper tests, analyses, or examination before the time at which it is desired to incorporate the m aterial into the work. All tests of m aterials furnished by the Contractor shall be m ade by the Engineer. Samples shall be secured and tested whenever necessary to determine the quality of the m aterial. SECTION 9. PROSECUTION OF WORK 9-01 EQUIPMENT AND METHODS The work under this contract shall be prosecuted with all materials, tools, machinery, apparatus and labor and by such m ethods as are necessary to the complete execution of everything described, shown, or reasonably implied. If at any time before the beginning or during the progress of the work, any pa rt of the Contractor's plant or equipm ent, or any of his or her m ethods of execution of the work, appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or the rate of progress of the work, he or she m ay order the Contractor to increase or improve his or her facilities or m ethods and the Contractor shall comply prom ptly with such orders; but, neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Contractor from his or her obligation to secure the degree of safety, the quality of the work and the rate of progress required of the Contractor. The Contractor alone shall be responsible for the safety, adequacy and efficiency of his or her plant, equipm ent and m ethods. 9-02 TIME OF COMPLETION The Contractor shall prom ptly begin the work under this contract and shall complete and make ready for full use all portions of the project m ade the subject of this contract within the time set forth in the agreem ent bound herewith. 9-03 AVOIDABLE DELAYS Avoidable delays in the prosecution or completion of the work shall include all delays which might have been avoided by the exercise of care, prudence, foresight and diligence on the part of the Contractor. The City will consider as avoidable delays within the m eaning of this contract (1) delays in the prosecution of parts of the work, which m ay in themselves be unavoidable, but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified, (2) reasonable loss of tim e resulting from the necessity of submitting plans to the Engineer for approval and from the making of surveys, m easurem ents, inspections, and testing and (3) such interruptions as m ay occur in the prosecution of the work on account of the reasonable interference of other contractors employed by the City which do not necessarily prevent the completion of the whole work within the time herein specified. 9-04 UNAVOIDABLE DELAYS. Unavoidable delays in the prosecution or completion of the work under this contract shall include all delays which m ay result, through cause beyond the control of the Contractor and which he or she could not have provided against by the exercise of care, prudence, foresight and diligence. Orders issued by the City changing the amount of work to be done, the quantity of m aterial to be furnished or the m anner in which the work is to be prosecuted and unforeseen delays in the completion of the work of other contractors under contract with the City will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the work. Delays due to normally adverse weather conditions will not be regarded as unavoidable Installation of Replacement Well 4 Page 20 Spec. No. 14-05 And New Well 9 delays. However, truly abnorm al am ounts of rainfall, tem peratures or other weather conditions for the location of the work and time of year m ay be considered as unavoidable delays if those conditions necessarily cause a delay in the completion of the work. 9-05 NOTICE OF DELAYS W henever the Contractor foresees any delay in the prosecution of the work and, in any event, immediately upon the occurrence of any delay which the contractor regards as an unavoidable delay, he or she shall notify the Engineer in writing of the probability of the occurrence of such delay and its cause, in order that the Engineer m ay take immediate steps to prevent, if possible, the occurrence or continuance of the delay, or, if this cannot be done, m ay determine whether the delay is to be considered avoidable or unavoidable, how long it continues and to what extent the prosecution and completion of the work are to be delayed thereby. 9-06 EXTENSION OF TIME Should any delays occur which the Engineer m ay consider unavoidable, as herein defined, the Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to said delay or delays, beyond the time herein set forth, in which to complete this contract; and liquidated dam ages for delay shall not be charged against the Contractor by the City during an extension of time granted because of unavoidable delay or delays. Any claim by Contractor for a time extension based on unavoidable delays shall be based on written notice delivered to the Engineer within 15 days of the occurrence of the event giving rise to the claim. Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the claim and all supporting data must be delivered to the Engineer within 45 days of the occurrence unless the Engineer specifies in writing a longer period. All claims for a time extension must be approved by the Engineer and incorporated into a written change order. 9-07 UNFAVORABLE WEATHER AND OTHER CONDITIONS During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be dam aged thereby. No portions of the work whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special m eans or precautions approved by the Engineer, the Contractor shall be able to overcome them. The Contractor shall be granted a time extension of one day for each unfavorable weather day which prevents him or her from placing concrete forms or placing and finishing concrete or asphalt concrete. Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from performing the work more than four (4) continuous hours within the authorized work period or a tem perature day where the ambient tem perature is below that specified for the placem ent of m aterials associated with the controlling work item for more than four (4) continuous work hours of the authorized work period. 9-08 SATURDAY, SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6 p.m. and 7 a.m ., nor on Saturdays, Sundays or legal holidays except such work as is necessary for the proper care and protection of work already perform ed, or except in cases of absolute necessity and in any case only with the permission of the Engineer. It is understood, however, that night work may be established as a regular procedure by the Contractor if he or she first obtains the written permission of the Engineer and that such permission may be revoked at any time by the Engineer if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution and to justify inspection of the work. 9-09 HOURS OF LABOR Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by him or her in the perform ance of the work under this contract, unless paying com pensation for all hours work ed in excess of eight (8) hours per day at not less than 1½ tim es the basic rate of pay. The Contractor shall forfeit to the City, as a penalty, the sum of twenty-five dollars ($25.00) for each workm an employed in the execution of the contract by him or her or by any subcontractor, for each calendar day during which such laborer, workm an, or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the State of California and any acts am endatory thereof. Installation of Replacement Well 4 Page 21 Spec. No. 14-05 And New Well 9 SECTION 10. PAYMENT 10-01 CERTIFICATION BY ENGINEER All paym ents under this contract shall be made upon the presentation of certificates in writing from the Engineer and shall show that the work covered by the paym ents has been done and the paym ents thereof are due in accordance with this contract. 10-02 PROGRESS ESTIMATES AND PAYMENT The Engineer shall, within the first seven (7) days of each m onth, make an estim ate of the value of the work performed in accordance with this contract during the previous calendar m onth. The first estimate shall be of the value of the work satisfactorily completed in place and m eeting the requirem ents of the contract. And every subsequent estim ate, except the final estim ate, shall be of the value of the work satisfactorily completed in place since the last preceding estim ate was m ade; provided, however, that should the Contractor fail to adhere to the program of completion fixed in this contract, the Engineer shall deduct from the next and all subsequent estim ates the full calculated accruing am ount of the liquidated dam ages to the date of said estim ate, until such time as the compliance with the program has been restored. The estim ate shall be signed by the Engineer and, after approval, the City shall pay or cause to be paid to the Contractor in the m anner provided by law, an am ount equal to 90 percent of the estim ated value of the work satisfactorily perform ed and complete in place. 10-03 SUBSTITUTION OF SECURITIES 1. At such tim es that Governm ent Code Section 4590 is in effect Contractor may propose the substitution of securities of at least equal mark et value for any m oneys to be withheld to ensure perform ance under the Contract. Mark et value shall be determined as of the day prior to the date such substitution is to take place. Such substitution shall be m ade at the request and expense of the Contractor. The securities shall be one or more of the following types: a. Bonds or interest-bearing notes or obligations of the United States, or those for which the faith and credit of the United States are pledged for the paym ent of principal and interest. b. Bonds or interest-bearing notes on obligations that are guaranteed as to principal and interest by a federal agency of the United States. c. Bonds of the State of California, or those for which the faith and credit of the State of California are pledged for the paym ent of principal and interest. d. Bonds or warrants, including, but not limited to, revenue warrants, of any county, city, m etropolitan water district, California water district, California water storage district, irrigation district in the State of California, m unicipal utility district, or school district of the State of California, which are rated by Moody's or Standard and Poor as A or better. e. Bonds, consolidated bonds, collateral trust debentures, consolidated debentures, or other obligations issued by federal land banks or federal intermediate credit banks established under the Federal Farm Loan Act, as am ended; debentures and consolidated debentures issued by the Central Bank for Cooperatives and banks for cooperatives established under the Farm Credit Act of 1933, as am ended; bonds, or debentures of the Federal Home Loan Bank Board established under the Federal Home Loan Bank Act; and stock, bonds, debentures and other obligations of the Federal National Mortgage Association established under the National Housing Act as am ended and bonds of any Federal Home Loan Mortgage Corporation. f. Commercial paper of "prime" quality as defined by a nationally recognized organization which rates such securities. Eligible paper is further limited to issuing corporations: (1) organized and operating within the United States; (2) having total assets in excess of five hundred m illion dollars ($500,000,000); and (3) approved by the Pooled Money Investm ent Board of the State of California. Purchases of eligible commercial paper m ay not exceed 180 days' m aturity, nor represent more than 10 percent of the outstanding paper of an issuing corporation. g. Bills of exchange or time drafts on and accepted by a commercial bank, otherwise k nown as bankers acceptances, which are eligible for purchase by the Federal Reserve System. Installation of Replacement Well 4 Page 22 Spec. No. 14-05 And New Well 9 h. Certificates of deposits issued by a nationally or state-chartered bank or savings and loan association. (i) T he portion of bank loans and obligations guaranteed by the United States Small Business Administration or the United States Farmers Home Administration. i. Student loan notes insured under the Guaranteed Student Loan Program established pursuant to the Higher Education Act of 1965, as am ended (20 U.S.C. 1001, et seq.) and eligible for resale to the Student Loan Mark eting Association established pursuant to Section 133 of the Education Am endm ents of 1972, as am ended (20 U.S.C. 1087-2). j. Obligations issued, assumed or guaranteed by International Bank for Reconstruction and Developm ent, the Inter-American Developm ent Bank, the Asian Developm ent Bank, or the Governm ent Developm ent Bank of Puerto Rico. k. Bonds, debentures and notes issued by corporations organized and operating within the United States. Such securities eligible for substitution shall be within the top three ratings of a nationally recognized rating service. 2. The securities shall be deposited with City or with any commercial bank as escrow agent, who shall arrange for transfer of such securities to the Contractor upon satisfactory completion of the contract. Any interest accrued or paid on such securities shall belong to the Contractor and shall be paid upon satisfactory completion of the contract. The mark et value of the securities deposited shall at all tim es be maintained in an am ount at least equal, in the sole judgm ent of City, to the m oneys to be withheld pursuant to the Contract Docum ents to ensure perform ance of the Contract. In order to comply with this condition, Contractor shall deposit additional securities as necessary upon request by City or the escrow agent. 3. Upon acceptance of any Proposal that includes substituting securities for amounts withheld to ensure performance, a separate escrow agreement satisfactory in form and substance to City shall be prepared and executed by City, the Contractor and the escrow agent, which may be City. The escrow agreement shall specify, among other matters, value of securities to be deposited; procedures for valuing the securities and for adding or withdrawing securities to maintain the market value of the deposited securities at least equal to the amount of moneys which would otherwise be withheld; the terms and conditions of conversion to cash in case of the default by the Contractor; and terms, conditions and procedure for termination of the escrow. City shall have no obligation to enter any such Agreement that does not provide the City with the unilateral right to convert securities to cash and to gain immediate possession of the cash. 10-04 ACCEPTANCE The work must be accepted by vote of the City Council of the City of Ukiah when the whole shall have been completed satisfactorily. The Contractor shall notify the Engineer, in writing, of the completion of the work, whereupon the Engineer shall prom ptly, by personal inspection, satisf y himself as to the actual completion of the work in accordance with the terms of the contract and shall thereupon recommend acceptance by the City Council. 10-05 FINAL ESTIMATE AND PAYMENT The Engineer shall, as soon as practicable after the final acceptance of the work done under this contract, make a final estim ate of the am ount of work done thereunder and the value thereof. Such final estim ate shall be signed by the Engineer, and after approval, the City shall pay or cause to be paid to the Contractor, in the m anner provided by law, the entire sum so found to be due hereunder, after deducting therefrom all previous paym ents and such other lawful am ounts as the terms of this contract prescribe. In no case will final paym ent be m ade in less than thirty-five (35) days after the filing of the notice of completion with the County Recorder. 10-06 DELAY PAYMENTS Should any payment due the Contractor or any estimate be delayed, through fault of the City beyond the time stipulated, such delay shall not constitute a breach of contract or be the basis for a claim for dam ages, but the City shall pay the Contractor interest on the am ount of the paym ent at the rate of 6 percent per annum for the Installation of Replacement Well 4 Page 23 Spec. No. 14-05 And New Well 9 period of such delay. The terms for which interest will be paid shall be reckoned, in the case of any m onthly or progress paym ent, from the twentieth day of the m onth next succeeding the month in which the work was perform ed to the date of paym ent of the estim ate; and in the case of the final estim ate, from the forty-fifth day after acceptance to the date of paym ent of the final estim ate. The date of pa ym ent of any estim ate shall be considered the day on which the payment is offered or mailed as evidenced by the records of the Treasurer of the City. If interest shall become due on any delayed paym ent, the am ount thereof, as determined by the City, shall be added to a succeeding paym ent. If the interest shall becom e due on the final paym ent, it shall be paid on a supplem entary voucher to interest or any sum or sums which, by the terms of this contract, the City is authorized to reserve or retain. 10-07 EXTRA WORK AND WORK OMITTED W henever corrections, alterations, or modifications of the work under this contract ordered by the Engineer and approved by the City increase the am ount of work to be done, such added work shall be known as "extra work"; and when such corrections, alterations, or m odifications decrease the amount of work to be done, such subtracted work shall be k nown as "work omitted". W hen the Contractor considers that any changes ordered involve extra work, he or she shall immediately notify the Engineer in writing and subsequently k eep him or her inform ed as to when and where extra work is to be performed and shall make claim for com pensation therefor each m onth not later than the first day of the m onth following that in which the work claim ed to be extra work was perform ed and he or she shall submit a daily com plete statem ent of m aterials and labor used and expenses incurred on account of extra work perform ed, showing allocation of all m aterials, labor and expenses. All such claims shall state the date of the Engineer's written order and the date of approval by the City authorizing the work on account of which claim is m ade. Unless such notification is m ade in writing within the time specified and unless complete statem ents of m aterials used and expenses incurred on account of such extra work are furnished as above required, the Contractor shall not be entitled to payment on account of extra work and Contractor shall be deem ed to have waived the right to make any future claims for com pensation for such extra work. W hen changes decrease the am ount of work to be done, they shall not constitute a claim for dam ages on account of anticipated profits on the work that m ay be omitted. 10-08 COMPENSATION FOR EXTRA WORK OR WORK OMITTED W henever corrections, additions, or m odifications in the work under this contract change the am ount of work to be done or the am ount of com pensation due the Contractor, excepting increases or decreases in contract items having unit contract prices for each m easurable quantity installed in place, and such changes have been ordered in writing by the Engineer and approved by the City prior to the Contractor performing the extra work, then a price may be agreed upon. Failing such an agreement in price, the Contractor shall be com pensated for performing extra work pursuant to the provisions of Section 4-1.05, "Changes and Extra Work", and Section 9- 1.04, "Force Account " of the 2010 Standard Specifications. This m ethod of determining the price of work shall not apply to the performance of any work which is required or reasonably implied to be perform ed or furnished under this contract. 10-09 COMPENSATION TO THE CITY FOR EXTENSION OF TIME In case the work called for under this contract is not completed within the time limit stipulated herein, the City shall have the right as provided hereinabove, to extend the time of completion thereof. If the time limit be so extended, the City shall have the right to charge to the Contractor and to deduct from the final paym ent for the work the actual cost to the City of engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the contract and which accrue during the period of such extension, except that the cost of final unavoidable delays shall not be included in such charges. 10-10 L IQUIDATED DAMAGES F OR DELAY It is agreed by the parties to the contract that time is of the essence and that, in case all the work is not completed before or upon the expiration of the time limit as set forth, dam age, other than those cost items identified in section 10-09, will be sustained by the City and that it is and will be impracticable to determine the actual am ount of dam age by reason of such delay; and it is therefore agreed that the Contractor will pay to the City the sum of five hundred dollars ($500.00) per day for each and every calendar days delay beyond the time prescribed. Installation of Replacement Well 4 Page 24 Spec. No. 14-05 And New Well 9 SECTION 11. MISCELLANEOUS 11-01 NOTICE W henever any provision of the contract docum ents requires the giving of written notice, it shall be deem ed to have been validly given if delivered in person to the individual or to a mem ber of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. If mailed, the notice shall be deemed received on the date of delivery stated in the return receipt. 11-02 COMPUTATION OF TIME W hen any period of time is referred to in the Contract Docum ents by days, it shall be com puted to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day m ade a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the com putation. 11-03 LITIGATION AND FORUM SELECTION Contractor and City stipulate and agree that any litigation relating to the enforcem ent or interpretation of this contract, arising out of Contractor's perform ance or relating in any way to the work shall be brought in Mendocino County and that venue will lie in Mendocino County. The parties waive any objections they might otherwise have to the propriety of jurisdiction or venue in the state courts in Mendocino County and agree that California law shall govern any such litigation. The duties and obligations im posed by these General Conditions and the rights and rem edies available hereunder to the parties hereto and, in particular but without limitation, the warranties, guaranties and obligations im posed upon the Contractor and all of the rights and rem edies available to the City thereunder, shall be in addition to and shall not be construed in any way as a limitation of, any rights and rem edies available to any or all of them which are otherwise im posed or available by law or contract, by special warranty or guaranty, or by other provisions of the contract docum ents and the provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligation, right and rem edy to which they apply. All warranties and guaranties m ade in the contract docum ent shall survive final payment and termination or completion of this contract. 11-04 WAIVER The Contractor shall strictly comply with all notices and other contract requirements. W aiver by the City of any failure of the Contractor to comply with any term of the contract, including the notice provisions, shall not be deem ed a waiver of a subsequent breach. Installation of Replacement Well 4 23 Spec. No. 14-05 And New Well 9 TECHNICAL SPECIFICATIONS SECTION 12 - GENERAL INFORMATION 12-01 LOCATION AND SCOPE OF WORK The work includes the installation of a new monitoring well and the installation of a new municipal potable water production well. Refer to Technical Specification Section 01 10 00 “Summary of Work” for additional project details. Prior to the start of drilling work, the Contractor will be required to pothole existing utilities and other underground piping for the purpose of positively verifying location and depth. The limited pothole information indicated on the Plans reflects a baseline sampling of potential utility conflicts identified during the design of the project. The Contractor is responsible for potholing at these locations at a minimum, though additional utility location efforts may be required by the Contractor to positively locate all utilities impacted by the project. As a part of the Work, the Contractor will be responsible for performing all survey and construction layout work and performing testing and quality control work. 12-02 ARRANGEM ENT OF TECHNICAL SPECIFICATIONS The Technical Specifications are arranged in sections covering the various phases of work as follows: Section No. Title 12 General Information 13 Construction Details 14 Exclusions from General Conditions 15 Amendments to General Conditions 12-03 ARRANGEMENT OF PLANS The Plans consist of eight (8) sheets numbered 1 through 5 and they are hereby made a part of the Contract Documents. 12-04 BUSINESS LICENSES The Contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License prior to the start of any portion of the work. 12-05 PERMITS The Contractor shall obtain and pay for all permits required to complete this work, including additional insurance premiums necessary in order to comply with Permit requirements. The Contractor shall obtain a city encroachment permit from the Public Works Department at no cost prior to the start of the Work. The City encroachment permit will not be issued until the Contract Agreement and bonds have been executed, submitted, and accepted by the City and all insurance endorsements have been submitted to and accepted by the City’s Risk Manager. The Contractor shall obtain a County of Mendocino well installation permit and pay associated fee prior to the start of work. It shall be the responsibility of the Contractor to become familiarized with any requirements necessary for obtaining the Encroachment Permits. The Contractor must, without additional expense to the City, obtain all licenses, permits and other Installation of Replacement Well 4 24 Spec. No. 14-05 And New Well 9 approvals required for the performance of the Work, including County of Mendocino well installation permit and associated fee, shall be included in the prices paid to the Contractor for various items of work and no additional compensation. 12-06 STANDARD SPECIFICATIONS AND STANDARD PLANS The Standard Specifications and Standard Plans of the California State Department of Transportation 2010, are hereby made a part of these Technical Specifications, and are hereinafter referred to as "Standard Specifications" and "Standard Plans." Whenever the following terms are used in the Standard Specifications, the Standard Plans, and these Construction Details, they shall be understood to mean and refer to the following: Department or Department of Transportation - The City Council. Director of Public Works - The City of Ukiah Director of Public Works/City Engineer. Engineer - The Engineer, designated by the Director of Public Works, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory - The designated laboratory authorized by the City of Ukiah to test materials and work involved in the contract. State - The City of Ukiah Owner – The City of Ukiah Other terms appearing in the California Standard Specifications and the California Standard Plans shall have the intent and meaning specified in Section I, Definition of Terms of the California Standard Specifications. In case of discrepancy between the contract documents, the order of precedence from the highest to lowest is as follows: 1. (City) Special Provisions (Technical Specifications) 2. (City) Project Plans 3. City Standard Plans and Details 4. California Standard Plans 5. California Standard Specifications 12-07 TEMPORARY FACILITIES All temporary facilities are the responsibility of the Contractor and the removal of said facilities shall be the responsibility of the Contractor. The Contractor shall be responsible for any and all damages to existing facilities which are a result of the installation and removal of the Contractor’s temporary facilities. 12-08 PUBLIC CONVENIENCE AND SAFETY Installation of Replacement Well 4 25 Spec. No. 14-05 And New Well 9 The Contractor shall conduct operations so as to cause the least possible obstruction and inconvenience to public traffic. The Contractor shall, at his or her expense, furnish such flag persons and furnish, erect, construct and maintain such fences, barriers, lights, signs, detours, pedestrian walkways, driveway ramps and bridging as may be necessary to give adequate warning to the public that work is in progress and that dangerous conditions exist, to provide access to abutting properties and to permit the flow of pedestrian and vehicular traffic to safely and expeditiously pass through the work. 12-09 MAINTAINING TRAFFIC Attention is directed to Section 7-1.03, "Public Convenience," 7-1.04, "Public Safety," 12-1.02, "Flaggers," and 12-3, "Traffic-Handling Equipment and Devices," of the Standard Specifications. The Work Area shall be open to through vehicular traffic during non-working hours. All public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Access to abutting property shall be maintained during the performance of the work. The Contractor is advised that commercial businesses about the Project Area. The Contractor shall provide advance written notification of the work and of temporary closures of driveways to the abutting owners or managers of the business at least 2 business days prior to the start of the Work or the temporary closure of the driveway to the respective business property. The format of the Notice by the Contractor shall be approved by the Engineer prior to its issuance to the public. The contractor shall provide trench plates at driveways and left turn pockets after the trench excavation has been made at those particular locations. Full costs for "Maintaining Traffic," including "Flagging Costs" and providing and maintaining access to abutting property, shall be considered as included in the various items of work, and no additional compensation will be made therefor. 12-10 STREAM POLLUTION The Contractor shall exercise precaution to limit the muddying or silting of live streams and drainage channels to the maximum extent practicable, and the Contractor's attention is called to the fact that the terms of this contract do not relieve him or her of responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code or other applicable statutes relating to pollution prevention or abatement. The Contractor’s attention is also directed to Section 21 “Erosion Control,” of the Standard Specifications and to Specification Section 31 25 00, “Erosion Control”, of the Construction Details concerning the requirement for the control of pollution to adjacent drainage courses during the construction of the project. 12-11 WARRANTIES Unless otherwise indicated, the Contractor shall warrant all materials provided and work performed under this contract for a period of one year from the date of final acceptance. The Contractor shall replace promptly and at his own expense any materials and/or workmanship that are faulty or defective during this warranty period. 12-12 UTILITIES The owner will not arrange water, sewer or electrical services for construction. It is the Contractor's Installation of Replacement Well 4 26 Spec. No. 14-05 And New Well 9 sole responsibility to arrange such services as necessary with the applicable utility provider(s). 12-13 DUST CONTROL Dust control shall conform to the provisions of Section 14-9.03 “Dust Control” of the Standard Specifications. Full compensation for dust control shall be considered as included in the prices paid for the various contract items and no additional compensation will be made therefore. This includes the application of water for the purpose of controlling dust caused by public traffic within the project area. The Contractor may at his option use dust palliative in accordance with the provisions of Section 18, “Dust Palliative’” of the Standard Specifications except that the full compensation for applying dust palliative shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be made therefore. All active construction areas shall be watered at least twice daily and more often during hot or windy periods. Hauling trucks shall be covered or at least a two-foot freeboard shall be maintained. Unpaved access roads, parking areas for construction equipment and construction employee vehicles, staging areas, and storage areas shall receive the application of either water twice daily or non-toxic soil stabilizers. All paved access roads, parking areas, staging areas, storage areas, and public roads impacted by the work of the project shall be swept daily with street sweepers equipped with water spray to remove soil materials that have been deposited on these surfaces by reason of the work. The Contractor shall enclose, cover, or water twice daily or apply non-toxic soil stabilizers or install erosion control blankets to or on exposed stockpiles, embankment slopes, and cut slopes. Traffic speeds on unpaved surfaces shall be limited to a maximum speed of 15 mph 12-14 NOISE CONTROL The Contractor’s attention is directed to the provisions of Section 14-8, “Noise and Vibration", of the Standard Specifications and Section 9.08, Saturday, Sunday, Holiday, and Night Work, of these General Conditions concerning the control of noise emissions and authorized work hours and days. Between 7:00 a.m. and 7:00 p.m., noise from Contractor’s operations shall not exceed limits established by applicable laws or regulations and in no event shall exceed 86 dB at a distance of 50 feet from the noise source. The Contractor shall notify all residents within a 500-foot radius of the construction site about the proposed construction schedule. The notification shall be in writing and it shall be submitted to the Engineer for approval a minimum of 5 working days prior to the proposed public notification. The City shall provide a Noise Disturbance Coordinator who shall be responsible for acting on any local complaints concerning the construction noise being generated by reason of the work of the project. The Contractor shall conspicuously post a telephone number for the Noise Disturbance Coordinator at the construction site and he shall include it in the construction schedule notice to be provided to the residents. The Noise Disturbance Coordinator shall investigate the noise complaint allegations and shall require the Contractor to implement reasonable measures to mitigate the noise level in accordance with the requirements of these General Conditions and of the Standard Specifications. The Contractor shall locate all stationary noise generating construction equipment such as air compressors and generators as far as practical from the nearby residences and other noise sensitive Installation of Replacement Well 4 27 Spec. No. 14-05 And New Well 9 land uses. The noise source shall be acoustically shielded when practical. The Contractor shall prohibit unnecessary idling of internal combustion engines. 12-15 WATERING The application of water and the developing of a water supply shall be performed in accordance with the provisions of Section 17, “Watering,” of the Standard Specifications except as modified by these Special Provisions. Full compensation for applying water where called for or as directed by the Engineer and for developing the water supply shall be considered as included in the prices paid for the various contract items and no additional compensation will be made therefore. The Contractor is advised that water may be obtained from fire hydrants within the project area under permit with the City’s Public Utilities Department and upon the payment of a meter deposit. Permit application and inquiry as to the water usage fees are to be made at Public Utilities Department-Water Division Building within the City’s Corporation Yard located at 1320 Airport Road, (707) 463-6200. 12-16 PRECONSTRUCTION CONFERENCE A preconstruction conference will be held before any work will be allowed to commence. This meeting will cover inspection, work schedule, and among other items, the responsibilities and procedures of each of the interested parties including the City and its agents, to assure that the project will be completed in accordance with the contract documents. 12-17 PROGRESS SCHEDULE Progress schedules will be required for this contract and shall conform to the provisions in Specification Section 01 32 16, "Construction Progress Schedules," of the Construction Details. 12-18 SAFETY REQUIREMENTS The Contractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulations for Construction (29 FCS Part 1518, 36 CFR 7340)", with additions or modifications thereto, in effect during construction of this project. 12-19 FINAL PAYMENTS Section 9-1.015, “Final Pay Quantities,” of the Standard Specifications is amended to read: 9-1.07B Final Pay Items When an item of work is designated as (F) or (S-F) in the Engineer’s Estimate, the estimated quantity for that item of work shall be the final pay quantity, unless the dimensions of any portion of that item are revised by the Engineer, or the item or any portion of the item is eliminated. If the dimensions of any portion of the item are revised, and the revisions result in an increase or decrease in the estimated quantity of that item of work, the final pay quantity for the item will be revised in the amount represented by the changes in the dimensions, except as otherwise provided for minor structures in Section 51-1.22, “Measurement.” If a final pay item is eliminated, the final pay quantity will be revised in the amount represented by the eliminated portion of the item of work. The estimated quantity for each item of work designated as (F) or (S-F) in the Engineer’s Estimate shall be considered as approximate only, and no guarantee is made that the quantity which can be determined by computations, based on the details and dimensions shown on the Installation of Replacement Well 4 28 Spec. No. 14-05 And New Well 9 Plans, will equal the estimated quantity. No allowance will be made in the event that the quantity based on computations does not equal the estimated quantity. In case of discrepancy between the quantities shown in the Engineer’s Estimate for a final pay item and the quantity or summation of quantities for the item shown on the Plans, payment will be based on the quantity shown in the Engineer’s Estimate. Final pay quantity designations shown on the Plans shall not apply. Installation of Replacement Well 4 29 Spec. No. 14-05 And New Well 9 SECTION 13 - CONSTRUCTION DETAILS Installation of Replacement Well 4 131 Spec. No. 14-05 And New Well 9 SECTION 14 - EXCLUSIONS FROM GENERAL CONDITIONS 14.01 PROVISIONS TO BE EXCLUDED FROM GENERAL CONDITIONS The following designated provisions of the General Conditions are hereby determined to be inapplicable to the proposed work and, therefore, are hereby excluded from the terms of the Notice to Bidders, Proposal, Agreem ent and other contract docum ents as though entirely omitted from said General Conditions: 1. Section 6-02. Office at the Site No other exclusions. Installation of Replacement Well 4 132 Spec. No. 14-05 And New Well 9 SECTION 15 - AMENDMENTS TO GENERAL CONDITIONS 15.01 SECTIONS OF GENERAL CONDITIONS TO BE AMENDED The following designated sections of the Special Provisions are hereby am ended to read as follows: No am endm ents. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Summary of Work 01 10 00 - 1 SECTION 01 10 00 SUMMARY OF WORK GENERAL PART 1 1.1 PROJECT DESCRIPTION A. All work to be performed at two locations as shown on the Contract Documents: 1. Replacement Well 4 is to be located at the existing Well No. 4 site (APN: 003- 572-15) located on Lorraine Street. 2. The New Well 9 is to be located near intersection of Brush Street and Orchard Ave. B. The work includes, but is not limited to, furnishing all labor, equipment, materials and supplies to drill and construct: 1. At Replacement Well 4 Site: Abandon existing Well 4. Remove sound enclosure, motor, pump column and pump from Well 4. Perforate or rip casing as required to ensure grout penetrates filter pack. Abandon using pressure grout method; demolish and remove all existing well treatment system and power distribution enclosures; remove concrete foundations of well buildings. 2. At Replacement Well 4 Site: One new monitoring well. Work includes: acquiring drilling permit; hand clearing the boring location for underground utilities; Installing conductor casing (if required); drilling one soil boring to approximately 250 feet below ground surface (bgs); collecting soil samples at 5-foot intervals for lithological description and sieve analysis; geophysical testing of the monitoring well boring; constructing a 6-inch diameter PVC cased monitoring well with three separate screened intervals to approximately 210 feet bgs; surface completion in a secured above ground monument; monitoring well development, zone isolation pumping and sampling of each of the three screened intervals of the monitoring well. 3. At Replacement Well 4 Site: One replacement production well. Work includes acquiring drilling permit; installing a 50-foot permanent conductor casing; drilling a 220 feet deep pilot boring for a new production well; over drilling the pilot boring; construction of a 16-inch diameter stainless steel cased multi- screened production well (Assume three production screens contingent on monitoring well results). 4. At Replacement Well 4 Site: Complete production well development and aquifer test. Perform required or specified well development. Perform a 24- hour aquifer pumping test; and all other work described in the plans and specifications in accordance with the Contract Documents 5. At New Well 9 Site: One new monitoring well. Work includes: acquiring drilling permit; hand clearing the boring location for underground utilities; Installing conductor casing (if required); drilling one soil boring to approximately 260 feet below ground surface (bgs); collecting soil samples at City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Summary of Work 01 10 00 - 2 5-foot intervals for lithological description and sieve analysis; geophysical testing of the monitoring well boring; constructing a 6-inch diameter PVC cased monitoring well with three separate screened intervals to approximately 260 feet bgs; surface completion in a secured above ground monument; monitoring well development, zone isolation pumping and sampling of each of the three screened intervals of the monitoring well. 6. At New Well 9 Site: One new production well. Work includes acquiring drilling permit; installing a 50-foot permanent conductor casing, drilling a 260 feet deep pilot boring for a new production well; over drilling the pilot boring; construction of a 16-inch diameter stainless steel cased multi-screened production well (Assume three production screens contingent on monitoring well results). 7. At New Well 9 Site: Complete production well development and aquifer test. Perform required or specified well development. Performing a 24-hour aquifer pumping test; and all other work described in the plans and specifications in accordance with the Contract Documents C. Questions regarding the work should be directed to the City Representative. D. The Contractor shall coordinate all related work with affected parties including, but not limited to City of Ukiah and Pacific Gas and Electric Company. E. The Contractor shall take careful and accurate pre-construction photographs and video of the existing conditions prior to the start of construction. Copies of the photographs and video shall be delivered to the City Representative prior to start of construction. F. The Contractor shall provide a detailed schedule of work. See Section 01 32 16, “Construction Progress Schedules,” for schedule requirements. Contractor shall coordinate daily with the City and City Representative. 1.2 APPLICABLE CODES A. In instances where these specifications do not state exact materials or methods of construction, the applicable minimum requirements of the 2013 edition of the California Building Code (as amended by local agencies), AWWA A100-06, California Well Standards – Bulletin 74-81 and 74-90 shall govern. In addition to other material-specific standards referenced in these documents. 1.3 SEQUENCE AND SPECIAL CONDITIONS A. B. Pre-bid Conference. A pre-bid conference will be held to afford all bidders an opportunity to request information or interpretations of the drawings and specifications and to visit the site. The time of this meeting and inspection of the construction site is provided in the Notice to Bidders. After the Notice to Proceed has been issued, the Contractor may begin work on items that can be done offsite, including procurement of materials and services. These include submittal preparation, and purchase of materials delivered and stored off the construction site. Purchased materials may be paid for if they are stored at a site where the City can have access for inspection. The Contractor is responsible for any material loss or damage. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Summary of Work 01 10 00 - 3 C. At least two weeks prior to the start of construction, Contractor shall contact Underground Service Alert (USA) for utility mark outs and hand pothole all existing utilities that are in the vicinity of the work. D. Contractor shall proceed with construction in a manner that limits the inconvenience to local traffic and to the property owners adjacent to the construction area. E. All costs of construction staging, phasing, or sequencing shall be included in the Contractor’s bid. No additional compensation will be made therefore. 1.4 CONTRACTOR USE OF SITE AND PREMISES Limit use of site and premises to allow: A. Owner and City occupancy. The Contractor must coordinate any utility shutdowns or cut- overs with the City or other utility owners. B. Work by other contractors. C. The Contractor shall cooperate fully with the City and other Contractors to provide continued access to their respective work sites. The Contractor's failure to do so shall not constitute the basis for delay claims by the Contractor. 1.5 DELIVERY, STORAGE, AND HANDLING A. Contractor shall receive, unload, store in a secure place, and deliver from storage to the site all materials and equipment required for the performance of the work. The storage facilities and methods of storing shall be designed to keep such materials and equipment in a new condition, free from deterioration and protected from damage by weather or construction activities. Such facilities and methods are subject to the City Representative’s approval and the City Representative shall have the right to inspect all storage facilities and stored materials and equipment at reasonable times. Materials and equipment subject to degradation by outside exposure or the elements, such as plastic casing, shall be suitably covered by the Contractor. Contractor shall keep complete and accurate records of all materials and equipment received, stored, and delivered for use in the work. Such records shall be made available for inspection by the City Representative. 1.6 ARCHAEOLOGICAL AND HISTORICAL DISCOVERIES A. The Contractor shall immediately stop work if paleontological, archaeological or historical remains (including burials or skeletal material) are encountered during performance of this contract. The Contractor shall promptly notify the designated construction observer or the City Representative (if the observer is absent or one was not designated for this contract). B. After receiving such notification, the City Representative will contact an Archaeologist so that the provisions of 36 CFR 800.7 (Resources Discovered During Construction) and other relevant laws are followed. Work will cease in the immediate vicinity until permitted by written order from the City Representative. The Contractor may proceed with work in other areas as approved by the Archaeologist. 1.7 DRAWINGS City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Summary of Work 01 10 00 - 4 A. Contractor shall use approved drawings titled “Installation of Replacement Well 4 & New Well 9,” dated April 2015. Any questions shall be brought to the attention of the City Representative. Any revisions or clarifications to the drawings will be issued in writing. 1.8 COORDINATION OF DOCUMENTS GOVERNING THE WORK A. The standard City forms, specifications, associated plans, solicitation provisions and contract clauses, made a part of the contract are essential parts thereof and the requirements in one are as binding as though contained in all. They are intended to be mutually supplementary to describe and provide for a complete work. B. All discrepancies in the Drawings shall be brought to the attention of the City Representative for resolution. Blueprints shall not be scaled to obtain missing or conflicting dimensions. The Contractor shall keep a check on dimensions and details as the work progresses and any errors or discrepancies discovered shall be promptly reported to the City Representative. C. In cases of conflict between plans, specifications, contract provisions, supplemental agreements and provisions, the provisions of contract shall govern. In all cases of dispute in respect to such conflict or as to what part or parts of the specifications apply to any given parts of the W ork, decisions shall be made by the City Representative. 1.9 COPIES OF DRAWINGS AND SPECIFICATIONS A. Full size prints shall be used for construction. The Contractor will be furnished with electronic copies of the drawings and specifications and will be responsible for providing hard copies of the drawings and specifications he/she may require to carry on the work in a satisfactory manner. 1.10 EXISTING UTILITIES AND OBSTRUCTIONS A. Unless otherwise permitted by the City, the Contractor shall conduct his operations in a manner that will permit continuous operation of all utilities. The locations of existing underground utilities and structures, as can be determined from record information, have been shown on the Drawings. The Contractor is responsible to contact local utilities agencies at least 72 hours (or with more advance notice if required by the utility company or local agency) before excavation so that utilities may be marked in the field. Locations of existing utilities as shown on the Plans are only approximate. The City Representative assumes no responsibility for the accuracy or completeness of said data, which is offered solely for the convenience of the Contractor. B. It shall be the responsibility of the Contractor to verify the exact location of all utilities within 10 feet of the outer edge of any of the borings. This verification shall be done far enough ahead of drilling to ensure that the drilling can be located as shown and that the planned drilling locations will clear any obstructions. Prior to the start of construction, the locations of crossings of existing utilities shall be exposed to verify that planned drilling is adequate to provide minimum clearance. C. Any changes required in location of the new facilities, due to interferences with existing utilities or other obstructions, shall be performed by the Contractor and shall have prior approval of the City Representative. If the Contractor fails to adequately verify the locations of utilities or tie-ins, and such failure necessitates additional fittings and /or the removal of previously laid pipe, to adjust the line or grade, then the cost of such changes shall be borne entirely by the Contractor. 1.11 RESTORATION OF EXISTING IMPROVEMENTS City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Summary of Work 01 10 00 - 5 A. Existing paving, curbs, gutters, sidewalks, utilities, landscaping, irrigation systems, planting or other improvements removed, damaged or disturbed due to the installation of new work and appurtenances shall be replaced in kind to the satisfaction of the City Representative at no additional expense to the City. 1.12 PRE-CONSTRUCTION CONFERENCE A. Refer to Section 01 30 00, “Administrative Requirements” for required attendees. Scheduling and location of the Pre-Construction Conference shall be confirmed with the City and the City Representative at least 14 days prior to the meeting, and no more than 10 days after the Notice to Proceed. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Summary of Work 01 10 00 - 6 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 1 SECTION 01 20 00 - PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Scope. B. Units of Measure. C. Certified Weights. D. Methods of Measurement. E. Application for Payment. F. Bid Item Measurement and Payment. G. Base Bid Item Descriptions. 1.2 SCOPE A. Measurements of the completed Work shall be in accordance with, and by instruments and devices calibrated to United States Standard Measures Units of measurement for payment, and the limits thereof, shall be made as shown on the Plans, Specifications, and Contract Documents. B. Payment for the various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including State of California Division of Drinking Water, Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for various appurtenant items of Work. C. Note: Production Well 9 may not be installed if the City determines, in the exercise of its discretion, that the test results from Monitor Well MW9A do not support the construction of production Well 9. In addition, there may be a multi week delay between the installation of Monitor Well MW9A and the final decision to proceed with new Well 9. The City will not pay any additional amounts for such delay. If the City decides not to proceed with new Well 9 then the Contractor will not be entitled to any compensation related to the construction of production Well 9. D. References: Section 10 of the General Conditions 1.3 UNITS OF MEASURE A. Measurements shall be in accordance with U.S. Standard Measures. A pound is an avoirdupois pound. A ton is 2,000 pounds avoirdupois. The unit of liquid measure is the U.S. gallon. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 2 1.4 CERTIFIED WEIGHTS A. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales, or when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing the actual net weights. The City will accept the certificates as evidence of the weights delivered. 1.5 METHODS OF MEASUREMENT A. Materials and items of Work which are to be paid for on the basis of measurement shall be measured in accordance with the method stipulated in the particular sections involved. In determining quantities, all measurements shall be made in a horizontal plane unless otherwise specified. B. Material not used from a transporting vehicle shall be determined by the Engineer and deducted from the certified tag. C. Cubic yard measurement shall be based on neat line in place measurement. D. When material is to be measured and paid for on a volume basis and it would be impractical to determine the volume, or when requested by the Contractor in writing and approved by the Engineer in writing, the material will be weighed and converted to volume measurement for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities will be adopted. E. Full compensation for all expense involved in conforming to the above requirements for measuring and weighing materials shall be considered as included in the unit prices paid for the materials being measured or weighed and no additional allowances will be made therefor. F. Quantities of material wasted or disposed of in a manner not called for under the Contract; or rejected loads of material, including material rejected after it has been placed by reason of failure of the Contractor to conform to the provisions of the Contract; or material not unloaded from the transporting vehicle; or material placed outside the lines indicated on the plans or given by the Engineer; or material remaining on hand after completion of the Contract, will not be paid for and such quantities will be deducted from the final total quantities. No compensation will be allowed for hauling rejected material. G. The estimated quantity for items of Work designated as Final Pay Quantities shall be the final quantity for which payment for the specific item of Work will be made unless the dimensions of the specific portion of Work are revised by the Engineer, or unless a portion of the work is eliminated. If the design grades or dimensions of any portion of the item are revised, and the revisions result in an increase or decrease in the estimated quantity of the item of work, the final pay quantity for the item will be revised in the amount represented by the changes in the design grades or dimensions. If a final pay item is eliminated, the estimated quantity for the item will be eliminated. If a portion of a final pay item is eliminated, the final pay quantity will be revised in the amount represented by the eliminated portion of the item of work. The estimated quantity for each specific portion of work designated as a final pay quantity shall be considered as approximate only and no guarantee is made that the quantities which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantities. No allowance will be made in the event that the quantities based on computations do not equal the City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 3 estimated quantities. 1.6 APPLICATION FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Engineer and paid for by City. 1. Initial Application for Payment and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between City and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. C. Submit three hard copies and one electronic file of each Application for Payment on EJCDC C- 620 - Contractor's Application for Payment. If Contractor proposes an alternative to this Application for Payment form it shall be preapproved by the Engineer. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Engineer will return incomplete applications without action. 1. Entries shall match data on the Bid Schedule, schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment, whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 4. Indicate separate amounts for work being carried out under City-requested project acceleration. E. Stored Materials: Payment for materials or equipment purchased or fabricated and stored but not yet installed will be allowed only for specialty or long-lead time items and only when approved by the City in advance. Include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on-site and items stored off-site. 1. Provide certificate of insurance, evidence of transfer of title to City, and consent of surety to payment, for stored materials. 2. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. 3. Provide summary documentation for stored materials indicating the following: a. Materials previously stored and included in previous Applications for Payment. b. Work completed for this Application utilizing previously stored materials. c. Additional materials stored with this Application. d. Total materials remaining stored, including materials with this Application. F. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Engineer by a method ensuring receipt. One copy shall include waivers of lien and similar attachments. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 4 G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's construction schedule (preliminary if not final). 4. Combined Contractor's construction schedule (preliminary if not final) incorporating Work of multiple contracts, with indication of acceptance of schedule by each Contractor. 5. Products list (preliminary if not final). 6. Schedule of unit prices. 7. Submittal schedule (preliminary if not final). 8. List of Contractor's staff assignments. 9. List of Contractor's principal consultants. 10. Copies of permits. 11. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 12. Certificates of insurance and insurance policies. 13. Performance and payment bonds. H. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. Evidence that claims have been settled. 5. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date when City took possession of and assumed responsibility for corresponding elements of the Work. 6. Final liquidated damages settlement statement. 7. Completion of punchlist items. 8. Transmittal of required Project construction records to City. 9. Removal of temporary facilities and services. 10. Removal of surplus materials, rubbish and similar elements. 11. Other requirements indicated in Contract Documents. I. Submit updated construction schedule with each Application for Payment. J. Submit Application for Payment with transmittal cover letter. 1.7 BID ITEM MEASUREMENT AND PAYMENT A. Authority: Measurement methods are delineated in this Specification Section or individual Specification Sections. B. Measurement methods delineated in individual Specification Sections complement criteria of this Section. In event of conflict, requirements of individual Specification Section govern. C. Take measurements and compute quantities. Engineer and City will verify measurements and quantities. D. Unit Quantities: Quantities and measurements indicated on Bid Form are for Contract purposes only. Actual quantities provided shall determine payment. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 5 1. When actual Work requires more or fewer quantities than those quantities indicated, provide required quantities at contracted unit sum/prices. 2. Portions of the work may be adjusted by Engineer during project execution. This includes modifying the components which comprise Unit Quantities such as length of screen, filter pack, blank casing, etc. When actual Work requires 25 percent or greater change in quantity than those quantities indicated, City or Contractor may claim a Contract Price adjustment. Adjustments may also be made if components of Unit Quantities are modified by greater than 25 percent from those shown on Drawings. E. Payment Includes: Full compensation for required labor, products, tools, equipment and facilities, transportation, services and incidentals; erection, application, or installation of item of the Work; overhead and profit. F. Payment for dewatering, field engineering and all other work required to complete the Work in this contract is included in the various items of work. No separate payment will be made for any of these items of work. G. Payment for each Mobilization/Demobilization bid item will be made in two (2) equal payments at the lump sum allowance in the Bid Schedule, which price shall constitute full compensation for all such work. The scope of work for mobilization shall include, but not limited to, obtaining all bonds, insurance and permits, moving onto the site of all equipment, submitting a construction schedule and submittal and approval of a schedule of values for lump sum items. Payment for demobilization shall occur when all required items per the Contract are fulfilled and the site is free of equipment and clean and ready for use by the public as determined by the Engineer. The bid amount for each Mobilization/Demobilization bid item shall not exceed 2% of the total construction contract bid price. H. Unless otherwise indicated, progress payments for Lump Sum items of Work will based on engineer approved percent complete in proportion to the total contract value of the item of Work. I. Final payment for Work governed by unit prices will be made on basis of actual measurements and quantities accepted by Engineer multiplied by unit sum/price for Work incorporated in or made necessary by the Work. 1.8 BASE BID ITEM DESCRIPTIONS A. Bid Item 1: Mobilization/Demobilization Monitoring Well MW 4A. 1. Full compensation for Mobilization/Demobilization Monitoring Well will be paid for at the contract lump sum price, which price shall constitute full compensation for all such work. The scope of work for Mobilization shall include, but not be limited to, obtaining all bonds, insurance and permits, moving onto the site of all material and equipment, and submitting a construction schedule. Payment for demobilization shall occur when all required items per the contract are fulfilled and the site is free of equipment and clean and ready for use by the public. B. Bid Item 2: General NPDES Permit Well 4 Site. 1. Full compensation for water discharge under the General NPDES Permit shall be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools and equipment for doing all work involved in the preparation, implementation of the General NPDES Permit to discharge clarified water to the drainage ditch (Well 4), and no additional allowance will be made therefor. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 6 2. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the Contractor fails to conform to the requirements of the General NPDES Permit as determined by the Engineer. 3. Retentions for failure to conform to the requirements of the General NPDES Permit shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the Contractor to conform to these requirements will be released for payment on the next monthly estimate for partial payment following the date that the General NPDES Permit has been implemented and maintained, and water disposal is maintained in compliance with the General NPDES Permit, as determined by the Engineer. C. Bid Item 3: Drill Monitoring Well Boring MW 4A. 1. Full compensation for Drill Monitoring Well Boring will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in drilling monitoring well boring as specified, and no additional allowances will be made therefor. D. Bid Item 4: Monitoring Well Construction MW 4A. 1. Full compensation for Monitoring Well Construction will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in monitoring well construction as specified, including but not limited to conductor casing installation, and no additional allowances will be made therefor. E. Bid Item 5: Monitoring Well Development MW 4A. 1. Full compensation for Monitoring Well Development will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in monitoring well development as specified, and no additional allowances will be made therefor. F. Bid Item 6: Monitoring Well Zone Testing MW 4A. 1. Full compensation for Monitoring Well Zone Testing will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in monitoring well zone testing as specified, and no additional allowances will be made therefor. G. Bid Item 7: Mobilization/Demobilization Replacement Well 4. 1. Full compensation for Mobilization/Demobilization Replacement Well will be paid for at the contract lump sum price, which price shall constitute full compensation for all such work. The scope of work for Mobilization shall include, but not be limited to, obtaining all bonds, insurance and permits, moving onto the site of all equipment, and submitting a construction schedule. Payment for demobilization shall occur when all required items per the contract are fulfilled and the site is free of equipment and clean and ready for use by the public. H. Bid Item 8: Drill Replacement Well 4 Boring. 1. Full compensation for Drill Replacement Well 4 Boring will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in drilling production well boring as specified, and no additional allowances will be made therefor. I. Bid Item 9: 26-inch Conductor Casing Replacement Well 4. 1. Full compensation for 26-inch Conductor Casing will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 7 materials, tools, equipment and incidentals for performing all work involved in providing 26- inch conductor casing as specified, and no additional allowances will be made therefor. J. Bid Item 10: Replacement Well 4 Well Construction. 1. Full compensation for Replacement Well 4 Well Construction will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in production well construction as specified, and no additional allowances will be made therefor. K. Bid Item 11: Replacement Well 4 Development. 1. Full compensation for Replacement Well Development will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in production well development as specified, and no additional allowances will be made therefor. L. Bid Item 12: Aquifer Pump Testing Replacement Well 4. 1. Full compensation for Aquifer Pump Testing will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in aquifer pump testing as specified, and no additional allowances will be made therefor. M. Bid Item 13: Abandonment of Existing Well 4. 1. Full compensation for Abandoning Existing Well 4 will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in abandoning existing Well 4 and demolition of associated structures as specified, and no additional allowances will be made therefor. N. Bid Item 14: Mobilization/Demobilization Monitoring Well MW 9A. 1. Full compensation for Mobilization/Demobilization Monitoring Well MW 9A will be paid for at the contract lump sum price, which price shall constitute full compensation for all such work. The scope of work for Mobilization shall include, but not be limited to, obtaining all bonds, insurance and permits, moving onto the site of all equipment, and submitting a construction schedule. Payment for demobilization shall occur when all required items per the contract are fulfilled and the site is free of equipment and clean and ready for use by the public. O. Bid Item 15: General NPDES Permit Well 9 Site. 1. Full compensation for water discharge under the General NPDES Permit Well 9 site shall be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools and equipment for doing all work involved in the preparation, implementation of the General NPDES Permit to discharge clarified water to the drainage ditch (Well 4) and to ground (Well 9), and no additional allowance will be made therefor. 2. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the Contractor fails to conform to the requirements of the General NPDES Permit as determined by the Engineer. 3. Retentions for failure to conform to the requirements of the General NPDES Permit shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the Contractor to conform to these requirements will be released for payment on the next monthly estimate for partial payment following the date that the General NPDES City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 8 Permit has been implemented and maintained, and water disposal is maintained in compliance with the General NPDES Permit, as determined by the Engineer. P. Bid Item 16: Drill Monitoring Well MW 9A Boring . 1. Full compensation for Drill Monitoring Well 9A Boring will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in drilling monitoring well boring as specified, and no additional allowances will be made therefor. Q. Bid Item 17: Monitoring Well 9A Construction. 1. Full compensation for Monitoring Well 9A Construction will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in monitoring well construction as specified, including but not limited to conductor casing installation, and no additional allowances will be made therefor. R. Bid Item 18: Monitoring Well 9A Development. 1. Full compensation for Monitoring Well Development will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in monitoring well development as specified, and no additional allowances will be made therefor. S. Bid Item 19: Monitoring Well 9A Zone Testing. 1. Full compensation for Monitoring Well 9A Zone Testing will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in monitoring well zone testing as specified, and no additional allowances will be made therefor. T. Bid Item 20: Mobilization/Demobilization New Well 9. 1. Full compensation for Mobilization/Demobilization New Well 9 will be paid for at the contract lump sum price, which price shall constitute full compensation for all such work. The scope of work for Mobilization shall include, but not be limited to, obtaining all bonds, insurance and permits, moving onto the site of all equipment, and submitting a construction schedule. Payment for demobilization shall occur when all required items per the contract are fulfilled and the site is free of equipment and clean and ready for use by the public. U. Bid Item 21: Drill New Well 9 Boring. 1. Full compensation for Drill New Well 9 Boring will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in drilling production well boring as specified, and no additional allowances will be made therefor. V. Bid Item 22: 26-inch Conductor Casing New Well 9. 1. Full compensation for 26-inch Conductor Casing will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in providing 26- inch conductor casing as specified, and no additional allowances will be made therefor. W. Bid Item 23: New Well 9 Construction. 1. Full compensation for New Well 9 Construction will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in production well construction as specified, and no additional allowances will be made therefor. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 9 X. Bid Item 24: New Well 9 Development. 1. Full compensation for New Well 9 Development will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in production well development as specified, and no additional allowances will be made therefor. Y. Bid Item 25: Aquifer Pump Testing New Well 9. 1. Full compensation for Aquifer Pump Testing will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all plabor, materials, tools, equipment and incidentals for performing all work involved in aquifer pump testing as specified, and no additional allowances will be made therefor. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Price and Payment Procedures 01 20 00 - 10 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.1 SUBMITTALS A. Statement of Qualification (SOQ) for subcontractors employed by the Contractor in the work. B. Photographs and other records of examination, as required herein. 1.2 OTHER WORK A. Coordination of Contractor’s Work with Others: Refer to Section 01 10 00, “Summary of Work,” for coordination of Contractor's Work with City, the City Representative, other Contractors, or other parties. 1.3 UTILITIES Notify applicable utility providers: A. Prior to commencing Work, B. If damage occurs, or C. If conflicts or emergencies arise during Work. 1.4 PROJECT MEETINGS A. General: 1. Schedule meetings throughout the progress of the Work, prepare meeting agenda and distribute with written notice of each meeting, record minutes to include significant proceedings and decisions, and reproduce and distribute copies of minutes within one day after each meeting to participants and parties affected by meeting decisions. 2. Representatives of City, Contractor, and Subcontractors shall attend meetings, as needed. B. Preconstruction Conference: 1. A preconstruction conference attended by the Contractor, the City Representative, City staff and others as appropriate will be held to discuss the WORK in accordance with the applicable procedures specified in Section 01 10 00, “Summary of Work.” All subcontractors are required to be in attendance when safety issues and safety training requirements are presented. 2. Attendees may include but not be limited to: a. City employees and City Representative. b. Contractor's resident superintendent. c. Contractor's quality control representative. d. Contractor’s safety program representative. e. Subcontractors' representatives whom Contractor may desire or City Representative may request to attend. f. City Representative's representatives. g. Utility agencies’ representatives. h. Others as appropriate. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 2 C. Progress Meetings: 1. Schedule weekly progress meetings at the site. Conduct weekly meeting to review Work progress, progress schedule, submittal submissions schedule, Application for Payment, contract modifications, and other matters needing discussion and resolution. 2. Attendees will include: a. City Employees. b. Contractor, and appropriate Subcontractors and Suppliers. c. City Representative's representative(s). d. Others as appropriate. D. Quality Control and Coordination Meeting(s): 1. Schedule on a regular basis and as necessary to review test and inspection reports, and other matters relating to quality control of Work and work of other contractors. 2. Attendees will include City Representative and other City Representatives, Contractor, Contractor's designated quality control representative, selected Subcontractors and Suppliers, and City Representative's representatives. E. Pre-installation Meetings: 1. When required in individual specification sections, convene at site prior to commencing Work of that section. 2. Require attendance of entities directly affecting, or affected by, Work of that section. 3. Notify the City Representative 5 days in advance of meeting date. 4. Provide suggested agenda to the City Representative to include reviewing conditions of installation, preparation and installation or application procedures, and coordination with related Work and work of others. F. Other Meetings: In accordance with Contract Documents and as may be required by City and City Representative. 1.5 SEQUENCE OF WORK A. Include the Milestones and sequences of Work specified herein as a part of the progress schedule required under Section 01 32 16, “Construction Progress Schedules.” B. Construct Work in stages to allow for City potential operation of existing Well 4 during construction. Coordinate construction schedule and operation with the City. Existing Well 4 is not expected to be operated during site work. However, exiting Well 4 must remain available for operation during the work except where drilling and subsurface work is underway. During active drilling the exiting Well 4 will not be operated to avoid drawing drilling fluids into the distribution system. C. Be responsible for temporary connections and structures required to maintain City operations. Sequences other than those specified will be considered by City Representative, provided they afford equivalent continuity of potential operations of the existing Well. D. Perform Work continuously during critical connections and changeovers, and as required to prevent interruption of City operations. E. Coordinate proposed Work with the City Representative and facility operations personnel before effecting unit shutdowns. Under no circumstances cease Work at the end of a normal working day if such actions may inadvertently cause a cessation of any facility operating process, in which case, remain onsite until necessary repairs are complete. F. Do not close lines, open switches, or take other action which would affect the operation of existing systems, except as specifically required by the Contract Documents and after approval City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 3 of the City Representative. Such actions will be considered by City and City Representative upon one week written notice to the City Representative. 1.6 ADJACENT FACILITIES AND PROPERTIES A. The well site is located in a residential neighborhood, between a single-family dwelling and apartment units. Cooperate with the City in all construction operations to minimize conflicts pertaining to, but not limited to, construction noise, traffic access on Lorraine Street, and to ensure all necessary permits and easements are obtained. B. Examination: 1. After Effective Date of the Agreement and before Work at site is started, Contractor, City Representative, and affected property owners and utility owners shall make thorough examination of pre-existing conditions including existing buildings, structures, pipelines, and other improvements in vicinity of Work, as applicable, which might be damaged by construction operations. 2. Contractor shall take two sets of photographs and videotape pre-existing conditions prior to the start of the work. One set of photographs and videotape shall be given to the City Representative. Periodic reexamination shall be jointly performed to include, but shall not be limited to, cracks in structures, settlement, leakage, and similar conditions. Include public roads and improvements to adjacent private property as part of preexisting condition documentation. 3. Record observations for signature of Contractor. C. Documentation: 1. Submit two copies of photographs, videotapes and other records documenting examination for City Representative’s signature. City Representative will review, sign, and return one record copy of every observation document and photograph to Contractor to be kept on file in Contractor's field office as site records. 2. These observations and photographs and videotapes are intended for use as indisputable evidence in ascertaining whether and to what extent damage occurred as a result of Contractor's operations, and are for protection of adjacent property owners, utility owners, Contractor, and City. D. Notification: The Contractor shall notify all affected property owners at least one week prior to construction. 1.7 SITE SECURITY Contractor shall coordinate with the City Representative to ensure that site security is maintained at all times. Contractor shall take whatever measures are necessary to maintain site security, including the use of temporary fencing and gates if required. Contractor shall be completely responsible for the construction site security and for any vandalism or theft occurring thereto. 1.8 OWNER (CITY) FACILITIES A. Operation and Shutdown of Existing Facilities: 1. Existing Well 4 shall be abandoned by Contractor prior to installation of other wells at Well 4 site.. Schedule and conduct activities to ensure minimal disturbance to remaining water distribution network, unless otherwise specified. 2. Conduct Work outside regular working hours on prior written consent of City Representative in accordance with Section 01 32 16, “Construction Progress Schedules,” to meet Project schedule and avoid undesirable conditions. 3. Do not proceed with Work affecting a facility's operation without obtaining City Representative’s advance approval of the need for and duration of such Work. 4. Lorraine Street must remain passable for residential vehicle access at all times. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 4 B. Relocation of Existing Facilities: 1. During construction, it is expected that minor relocations of Work may be necessary. 2. Provide complete relocation of existing structures and underground facilities; including piping, utilities, equipment, structures, electrical conduit wiring, electrical duct banks, and other necessary items. 3. Use only new materials for relocated facilities. Match materials of existing facilities, unless otherwise approved by the City Representative. 4. Perform relocations to minimize downtime of existing facilities. 5. Install new portions of existing facilities in their relocated position prior to removal of existing facilities, unless otherwise accepted by City Representative. C. Damage to Exiting Facilities 1. The Contractor shall be responsible for restoring, repairing, or replacing City facilities damaged by the Contractor, to the satisfaction of the City Representative. 1.9 PHYSICAL CONDITIONS A. Exercise reasonable care to verify the location of existing subsurface structures and underground facilities, proceeding in accordance with Section 01 10 00, “Summary of Work” and of other applicable sections of the Specifications. B. Thoroughly check adjacent areas subject to excavation by visual examination (and by electronic metal and pipe detection equipment, as necessary) for indications of subsurface structures and underground facilities. Boring locations are to be hand cleared to a depth of at least 5 feet below ground surface. C. Make exploratory excavations where existing underground facilities or structures may potentially conflict with proposed underground facilities or structures. Conduct exploratory excavations sufficiently ahead of construction to avoid possible delays to Contractor's Work. 1.10 REFERENCE POINTS AND SURVEYS A. Location and elevation of benchmarks are shown on the Survey Control Diagram contained in the Drawings. B. Dimensions for lines and elevations for grades of structures, appurtenances, and utilities are indicated on the Plans, together with other pertinent information required for laying out Work. If conditions vary from those indicated, Contractor shall notify the City Representative and City Representative immediately. C. City Representative and/or City Representative may perform checks to verify accuracy of Contractor's layout Work and that completed Work complies with the Contract Documents. D. Any existing survey points or other control markers destroyed shall be replaced by a Land Surveyor licensed in the State of California and approved by City. Replacement shall be at the Contractor's expense. E. Contractor's Responsibilities: 1. Provide additional survey and layout required, and construction staking as required. 2. Locate and protect reference points prior to starting Work at site. 3. Check and establish exact location of existing facilities prior to construction of new facilities and any connections thereto. 4. In event of discrepancy in data provided by City Representative, request clarification before proceeding with Work. 5. Preserve and leave undisturbed control staking. 6. Re-establish reference points resulting from destruction by Contractor's operations. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 5 7. Retain professional land surveyor or civil engineer registered in California who shall perform or supervise surveying necessary for additional construction staking and layout. 8. Maintain complete accurate log of survey Work onsite as it progresses as a Record Document. Include in project as-builts. See Section 01 72 00, “Record Documents.” 9. Submit documentation, as requested. 10. Provide competent employee(s), tools, stakes, and other equipment and materials as the City Representative may require to: a. Check layout, survey, and measurement of Work. b. Measure quantities for payment purposes. 11. Cooperate with the City Representative so that checking and measuring may be accomplished with least interference to Contractor's operations. 1.11 PERMIT REQUIREMENTS A. Other Permits and Approvals 1. A drilling permit from the County of Mendocino is required. B. Notification 1. The Contractor shall provide a contact name and mailing address for the purpose of notification in conformance with the approval or permit conditions. The Contractor shall provide the name(s), email addresses, and telephone numbers of representatives who can be reached at all times and who have the authority and responsibility to respond immediately to an emergency situation at the construction jobsite. Mailing addresses, email addresses, name and telephone numbers required for notification and emergency response shall be provided to the City Representative. C. The Contractor shall submit copies of all other permits and approvals from other government agencies with respect to the work. If a permit is not required from these agencies, the Contractor should provide copies of correspondence that indicates that a permit is not required. D. The above requirements shall be distributed to all Subcontractors working on the project site. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 6 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Construction Progress Schedule 01 32 16 - 1 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 GENERAL 1.1 DESCRIPTION A. Summary: The work of this section consists of Project Schedule requirements including preparation of a Project Schedule, schedule updates, schedule revisions and time impact analysis. The Project Schedule shall be based upon the Critical Path Method (CPM) for planning, scheduling and reporting progress of the Work. B. Purpose: The purpose of the Project Schedule is to ensure adequate planning, coordination, scheduling, and reporting during execution of the work by the Contractor. The Project Schedule will assist the Contractor and the City Representative in monitoring the progress of the work, evaluating proposed changes, and processing the Contractor's monthly progress payment. C. Software: Project scheduling software is preferred but not required. Start and end dates for each of the Bid Items will be used as the line items for the Project Schedule. D. No work shall be done outside of the hours stated in the Contract Documents without written permission of the City Representative. 1.2 SUBMITTALS A. Project Schedule: After contract award and before the Pre-Construction conference, submit one electronic copy on of the proposed Project Schedule to the City Representative. B. Project Schedule Updates: On or before the 5th working day preceding the any progress payment request date, submit estimates of the percent completion of each Schedule of Values activity and necessary supporting data. Provide one electronic copy via email to the City Representative. Progress payment is contingent on prior receipt of Project Schedule with percent complete for each Schedule of Values activity. C. Project Schedule Revisions: Whenever a potential change in schedule is requested by the Contractor submit one electronic copy of the Project Schedule Revision via email to the City Representative demonstrating how the Contractor proposes to incorporate a modification, change, delay, or Contractor request into the Project Schedule. The submitted Project Schedule Revision Request will be reviewed by the City Representative and considered for approval. 1.3 PROJECT SCHEDULE A. Project Schedule Development: 1. The late finish date shown on the schedule shall be the same date as the last day of the contract period. 2. The Contractor's Project Schedule shall be inclusive of procurement activities (including mobilization, submittal, and the fabrication and delivery of key and long-lead procurement items) and construction activities. 3. The Contractor's Project Schedule shall consist of, but not be limited to, the following for each activity: a. Identify each activity as described in the Schedule of Values. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Construction Progress Schedule 01 32 16 - 2 b. Activity duration in whole working days, unless otherwise approved by the City Representative, inclusive of all construction and non-construction activities including mobilization, shop drawing and sample submittals, fabrication of materials, delivery of materials and equipment, and concrete curing. 4. In developing the Project Schedule, ensure that subcontractor work at all tiers is included and coordinated in the Project Schedule. 5. The Project Schedule as developed shall show the sequence and interdependence of activities required for complete performance of the work. Ensure all work sequences are logical and the Project Schedule shows a coordinated plan of the work. 6. Proposed duration assigned to each activity shall be the Contractor's best estimate of time required to complete the activity considering the scope and resources planned for the activity. 7. Consider seasonal weather conditions in planning and scheduling all work influenced by high or low ambient temperatures, wind and/or precipitation to ensure completion of all work within the contract time. B. Joint Review, Revision, and Acceptance: 1. Within five (5) work days of receipt of the Contractor's proposed Project Schedule, the City Representative and Contractor shall meet for joint review, correction, or adjustment of the proposed Project Schedule. Any areas which, in the opinion of the City Representative, conflict with timely completion of the project shall be subject to revision by the Contractor. 2. In the event the Contractor fails to define any element of work, activity, or logic, and the City Representative review does not detect this omission or error, such omission or error, when discovered by the Contractor or City Representative, shall be corrected by the Contractor at the next monthly Project Schedule update and shall not affect the contract time. 3. Within Three (3) working days after the joint review between the Contractor and City Representative, the Contractor shall revise and resubmit the Project Schedule in accordance with agreements reached during the joint review. 4. Upon acceptance of the Project Schedule by the City Representative, the Project Schedule will be used to evaluate the Contractor's monthly applications for payment based upon information developed at the monthly Project Schedule update meeting. 1.4 PROJECT SCHEDULE UPDATES A. General: Update the Project Schedule five (5) working days prior to any request for progress payment throughout the entire contract time and until project substantial completion. The status date of each Progress Schedule update shall be the 5th day preceding the progress payment request date. B. Procedure: The Contractor shall meet with the City Representative each month at a Project Schedule update meeting to review actual progress made through the status date of the Project Schedule update, including dates activities were started and/or completed and the percentage of work completed on each activity started and/or completed. C. Progress Payments: The frequent updating of the Project Schedule shall be an integral part of the process upon which progress payments will be made under this contract. If the Contractor fails to provide schedule updates or revisions, then the next milestone payment may be retained until such corrections have been made. 1.5 PROJECT SCHEDULE REVISIONS A. Required Revisions: If at any time it appears the Project Schedule no longer represents the actual prosecution and progress of the work, the City Representative will request, and the City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Construction Progress Schedule 01 32 16 - 3 Contractor shall submit, a revision to the Project Schedule. The Contractor may also request reasonable revisions to the Project Schedule in the event the Contractor's planning for the work is revised. If the Contractor desires to make changes in the Project Schedule, the Contractor shall notify the City Representative in writing, stating the reason for the proposed revision. Accepted revisions will be incorporated into the Project Schedule Revision. B. Procedure: If revision to the Project Schedule is contemplated, the Contractor or City Representative shall so advise the other in writing at least five (5) calendar days prior to the next payment request, describing the revision and setting forth the reasons therefore. City- requested revisions to the Project Schedule will be presented in writing to the Contractor, who shall respond in writing within five (5) calendar days. 1.6 REQUEST FOR CONTRACT MODIFICATIONS, CHANGES, DELAYS, AND CONTRACTOR REQUESTS A. Requirements: When contract modifications or changes are initiated, delays are experienced, or the Contractor desires to revise the Project Schedule, the Contractor shall submit to the City Representative a Project Schedule Revision Request. B. Time Extensions: Activity delays shall not automatically mean that an extension of the contract time is warranted or due the Contractor. It is possible that a modification, change, or delay will not affect existing critical path activities or cause non-critical activities to become critical. A modification, change, or delay may result in only absorbing a part of the available total float that may exist within an activity chain of the Project Schedule, thereby not causing any effect on the contract time. Time extensions will be granted in accordance with the terms of the contract. C. Float: Float is not for the exclusive use or benefit of either the City or the Contractor. Extension of the contract time will be granted only to the extent the equitable time adjustments to the activity or activities affected by the modification, change, or delay exceeds the total (positive or zero) float available on a particular activity. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 Construction Progress Schedule 01 32 16 - 4 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SUBMITTALS 01 33 00 - 1 SECTION 01 33 00 SUBMITTALS PART 1 GENERAL 1.1 DESCRIPTION A. This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals: Shop Drawings, Product Data, Samples, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specification section. 1.2 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings. 1. Shop drawings, as specified in individual work Sections include, but are not necessarily limited to: custom-prepared data such as fabrication and erection/installation (working) drawings of well construction, scheduled information, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications as applicable to the work. 2. All shop and working drawings shall be prepared on standard size, 22-inch by 34-inch sheets, except those which are made by changing existing standard shop or working drawings. 3. All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 4. The Contractor shall check all subcontractors’ shop drawings regarding measurements, size of members, materials, and details to satisfy himself/herself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 5. All details on shop drawings submitted for approval shall show clearly the relation of the various parts of main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the Drawings before being submitted for approval. B. Product Data: Product data as specified in individual Sections, includes, but is not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer’s product specifications and installation instructions, availability, roughing-in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational-range diagrams, production or quality control inspection and test reports and certifications and recommended spare-parts listing, and product warranties, as applicable to the Work. Product data shall be submitted electronically to the maximum extent possible. C. Samples: Samples specified in individual Sections, includes, but is not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, and units of work to be used by the Engineer for independent inspection and testing, as applicable to the Work. 1.3 EQUIPMENT, MATERIALS AND COMPONENTS A. All equipment, materials and components furnished by the Contractor shall be stock models for which parts are readily available and shall be products which shall have performed City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SUBMITTALS 01 33 00 - 2 satisfactorily in an installation independent of the manufacturer's facilities for a consecutive period of not less than two (2) years as of the date of the bid opening. B. Any item which the Contractor proposes to furnish as equal to any item specified shall be submitted for approval following the instructions below. 1.4 REQUIRED SUBMITTALS A. Construction Schedule. The Contractor shall furnish the Engineer his/her proposed work schedule within 15 days after award of contract. The Contractor shall also advise the Engineer of revisions of the schedule as modifications may become necessary, or as may be required after commencement of work. Such outlines and revisions shall be in sufficient detail to enable the Engineer to judge as to the adequacy of the Contractor's operations and to anticipate such conditions as may tend to impair or retard the progress and completion of the work. B. Payment Schedule. The Contractor shall furnish the Engineer a detailed payment schedule within 15 days of award of contract. This schedule shall be based upon the Contract Bidding Schedule but with sufficient additional detail to allow accurate calculation of the Monthly Progress Payment. Lump sum bid items shall be broken down into their component parts, i.e., mobilization, excavation, arsenic treatment system, etc. in accordance with Section 01 30 01 Schedule of Values with a cost figure for each. C. Submittals are required on the items as listed individually in each section of the Technical Specifications (Divisions 2 through 49). The description of submittal data required is contained in the individual section. D. As-built drawings: One (1) complete set of (22” x 34”) blueline prints of the Contract Drawings will be furnished to the Contractor for use in preparing as-built drawings. The Contractor shall keep this set of prints on the job site and accurately record (redline) all changes to contract drawings including Contract Modifications, as indicated in Section 01 72 00 Record Documents. Submit as-built redline prints to the Engineer at the completion of the job. E. The Contractor shall furnish to the Engineer three (3) complete copies of manufacture supplied data sheets for the following; conductor casing, well casing, well screen, centralizers, filter pack, bentonite clay seal, cement sanitary seal. 1.5 CONTRACTOR’S RESPONSIBILITIES A. The Contractor shall review shop drawings, product data and samples, including those by Subcontractors, prior to submission to determine and verify the following: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with the Specifications. B. If a shop drawing shows any deviation from the requirements of the Contract Documents, the Contractor shall provide a description of the deviations with the reason and justification in a letter attached to the submittal. C. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his responsibility with regard to the fulfillment of the Contract. D. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor’s risk. The City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SUBMITTALS 01 33 00 - 3 City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. E. Project work, material, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data. 1.6 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule. B. Deliver submittals electronically in PDF format. C. All submittals and Requests for Information (RFI) shall be made sufficiently in advance of construction to provide 14 calendar days for review by the Engineer. D. A single submittal shall be provided by the Contractor for all items contained within a single specification. Submit all product data, shop drawings, laboratory test results, material source information, and certificates of compliance listed in each specification section under a single submittal cover for review. Incomplete submittals will not be reviewed. E. Number of submittals required. It is the intent of the City to maximize the use of electronic submittals. Submit one electronic copy to the Engineer. If an electronic submittal is not practical submit per the following: 1. Shop Drawings: Unless otherwise stated in the respective Specifications Sections, submit five hard copies. 2. Product Data: Unless otherwise stated in the respective Specifications Sections, submit five hard copies. 3. Samples: Submit five samples unless stated otherwise in the respective Specification Sections. F. Submittals shall contain: 1. Cover sheet that includes: a. The date of submission and the dates of any previous submissions. b. The Project title and number. c. Contractor identification. d. The names of: 1) Contractor. 2) Supplier. 3) Manufacturer. e. Identification of the product, with the specification section number, page, and paragraph(s). 2. Field dimensions, clearly identified as such. 3. Relation to adjacent or critical features of the Work or materials. 4. Applicable standards, such as ASTM numbers. 5. Identification of deviations from Contract Documents. 6. Identification of revisions on resubmittals. 1.7 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The Engineer’s review is for general conformance with the design concepts presented in the Contract Documents. Markings or comments shall not be construed as relieving the Contractor from compliance with the Contract Drawings and Specifications or from departures there from. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SUBMITTALS 01 33 00 - 4 B. The review of shop drawings, data, and samples will be general. They shall not be construed: 1. As permitting any departure form the Contract requirements: 2. As relieving the Contractor of responsibility for any errors, including details, dimensions, and materials: 3. As approving departures from details furnished by the Engineer, except as otherwise provided herein. C. If the shop drawings, data or samples submitted describe variations and show a departure from the Contract requirements which the Engineer finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception. D. One electronic copy of shop drawings or product data will be returned to the Contractor. Samples will not be returned. If the Contractor wishes extra copies to be returned, he shall submit additional copies. E. Submittals will be returned to the Contractor under one of the action codes indicated and defined on the transmittal form furnished by the Engineer. F. Re-submittals will be handled in the same manner as first submittals. On re-submittals the Contractor shall direct specific attention, in writing, on the letter of transmittal and on re- submitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of a revision that is not in accordance with the Contract Documents. G. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to the Contractor, and will be considered “Rejected” until re-submitted. The Engineer may at his option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. H. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least five (5) working days prior to release for manufacture. I. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.8 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. 1.9 GENERAL PROCEDURES FOR SUBMITTALS A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections of the Specifications, so that the installation will not be delayed by processing times including re-submittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of poorly sequenced activities. No extension of time will be authorized because of the Contractor’s failure to transmit submittals sufficiently in advance of the Work. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SUBMITTALS 01 33 00 - 5 B. All submittals shall be made utilizing an approved submittal cover form which shall be used as the document for approving or disapproving the material. Written approval must be obtained from the Engineer before items requiring submittal are installed. Submittals not in accordance with the plans and specifications shall be accompanied by a written statement indicating in detail all parts which deviate from the plans and specifications. C. All submittals shall be made to the Engineer by the Contractor only. Submittals received by the Engineer without the Contractor's signature shall be returned to the Contractor without action. D. Literature, shop drawings, etc., fully describing the items which the Contractor proposes to install shall be submitted in the form of one electronic copy. Material or finish samples shall be submitted in five (5) sets. Items submitted shall be plainly marked to indicate which options, models etc. are proposed. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SUBMITTALS 01 33 00 - 6 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 QUALITY CONTROL 01 40 00 - 1 SECTION 01 40 00 QUALITY CONTROL PART 1 GENERAL 1.1 PERFORMANCE OF WORK BY CONTRACTOR A. The Contractor's procedure and methods of construction may, in general, be of his/her own choosing, provided they follow best general practice and are calculated to secure results which will satisfy the requirements of these specifications. B. The Contractor shall furnish the Engineer all reasonable facilities for obtaining such information as he may desire respecting the character of the materials and the progress of the work. The Contractor shall furnish information to include the number of persons employed, their pay, the time they worked, and other elements of cost at the request of the Engineer or other designated the City Employees. 1.2 AUTHORITY OF THE ENGINEER A. The authority of the Engineer for technical contract administration and review of the work is limited to the following functions: 1. Review and accept or reject work and materials including exceptions to material submittals and shop drawings. 2. Assure compliance with all technical contract terms and conditions. 3. Clarify specifications and drawings where clarification does not involve contract cost or time. Any disagreements with the Contractor over clarification of specifications and drawings are to be immediately referred to the City. 4. Verify, prepare, and recommend payment estimates on progress payments; forward to the City for approval. 5. Conduct "Labor Standards Interviews" in accordance with instructions from the City. All known or suspected violations of the Labor Standards Provisions shall be reported immediately to the City. 6. Enforce safety requirements in accordance with the Federal and State Regulations and the Technical Specifications. B. The Engineer is not authorized to take the following actions, all of which remain the sole responsibility of the City. 1. Make changes to the contract provisions, period of performance, or change any contract terms or conditions. 2. Make decisions concerning any claims and disputes under this contract. C. Close liaison will be maintained by the Engineer, the City and the Contractor. The Engineer shall notify the City immediately of any problems encountered, including but not restricted to maintaining completion schedules. 1.3 AUTHORITY OF THE OBSERVER A. A Construction Observer employed or contracted by the City will assist the Engineer in verifying materials and measurements and will enforce strict compliance with the terms of the contract. B. The Observer shall have free access to the job site at all times while construction is in progress, and the Contractor shall furnish such information and assistance as may be necessary. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 QUALITY CONTROL 01 40 00 - 2 C. The Observer shall, on a daily basis, record the work being accomplished, the trades working, materials delivered and/or installed, reasons for delays, and other pertinent information. D. The Observer may reject unsuitable materials or work not performed in accordance with the terms of the contract until the situation has been referred to and resolved by the Engineer and/or City. E. The Observer shall observe that all construction is performed in conformance with the contract health and safety requirements. F. The Observer shall conduct wage rate interviews and report suspected labor standard violations to the City. G. The Observer shall check and verify the Contractor's progress payment requests, if progress payments have been included in the contract. H. No decisions or instructions of an Observer will at any time relieve the Contractor from the responsibility of complying fully with all the requirements of the contract. In cases of difference arising between an Observer and the Contractor or his agent, appeal shall be taken to the Engineer. I. Observers are not authorized to waive or alter in any respect any of the terms or requirements of the contract, to make additional requirements, to grant extensions of time or delays, or to waive forfeitures. The Contractor shall not be entitled to payment for any work improperly performed with or without an Observer’s approval. 1.4 INSPECTION AND TESTING A. Contract Description. 1. Where the Contract Documents require work to be field tested or approved, it shall be tested in the presence of the Engineer or its authorized representative. The Engineer shall have the right to witness all on-site tests performed by the Contractor and any shop tests. The results of any tests performed by the Contractor shall be made available for the information of the Engineer. Inspections, tests or favorable reviews by the Engineer or others shall not relieve the Contractor from its obligation to perform the work in accordance with the requirements of the Contract Documents or for its sole responsibility for the quality of workmanship and materials. 2. Except as specifically required under the technical specifications for testing and inspection, all tests for materials furnished by the Contractor will be done in accordance with commonly recognized standards of national organizations. Where tests are to be performed by an independent laboratory or agency, the Contractor shall furnish such samples of all materials as required by the Engineer without charge. The sample or samples of materials to be tested shall be selected by such laboratory or agency, or the Engineer, and not by the Contractor. No material for which the Contract Documents require the submittal and approval of tests, certificates of compliance or other documentation shall be incorporated in the Work until such submittal has been made and approved. 3. The Contractor shall provide safe access for the Engineer, Observers and inspectors to adequately inspect the quality of work and the conformance with the Contract Documents. The Contractor shall furnish the Engineer the necessary labor and facilities for such things as excavation in the compacted fill to the depths required to take samples. The Contractor shall provide adequate lighting, ventilation, ladders and other protective facilities as may be necessary for the safe performance of inspections. 4. Upon completion of the Work the Engineer will conduct a final inspection as provided for in Section 01 70 00, “Project Closeout.” Records shall be available at all reasonable hours City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 QUALITY CONTROL 01 40 00 - 3 for inspection by other local or State agencies to ascertain compliance with laws and regulations. B. Notice 1. The Contractor shall notify the Engineer in writing at least 72 hours before any field testing or special inspections, including concrete and compaction testing, are required to be performed by the independent laboratory. Any offsite test will require more intense planning and scheduling. 2. Whenever the Contractor varies the period during which work is carried on each day, the Contractor shall give due notice to the Engineer so that proper inspection may be provided. Any work done in the absence of the Engineer shall be considered to be rejected. It will be the responsibility of the Contractor to demonstrate to the satisfaction of the Engineer that the work meets all conditions of the specification and if such conditions are not met to remove the work. 3. The Contractor shall give the Engineer written notification at least 30 days prior to the shipment of materials and equipment to be tested and/or inspected at the point of origin. Satisfactory tests and inspections at the point of origin shall not be construed as a final acceptance of the materials and equipment nor shall such tests and inspections preclude retesting or re-inspection at the site of the Work. C. Testing 1. The Contractor shall be responsible for, and shall pay for, all source quality control and off-site tests of materials required including all source and mix design tests for the approval of soil and concrete materials. 2. The City will perform the soils and concrete confirmation tests detailed in the Technical Specifications during the performance of the Work. The City will retain the services of a qualified testing agency to perform soil and asphalt compaction testing and work identified as requiring special inspections and testing as defined by the CBC 2013. 3. The Contractor shall be responsible for the costs associated with the re-test of any failed test. The cost of the re-test of any failed test will be deducted from the bid price. 4. The Engineer shall have the authority to require additional tests or inspections due to the manner in which the Contractor executes its work. Examples of such additional tests and inspections include; tests of materials substituted for previously accepted materials, or substituted for specified materials, or retests made necessary by failure of material to comply with the requirements of the Specifications. The Contractor shall be responsible for the costs of any additional tests or inspections. 5. The Contractor shall submit information and certifications for any independent testing laboratory or agency to the Engineer for review and approval of the labs or agency. D. Work Covered Prior to Inspection and/or Testing 1. Work requiring inspection and/or testing shall not be concealed or buried prior to the acceptance of such inspection or testing. Work covered without the favorable review or consent of the Engineer shall, if required by the Engineer, be uncovered for inspection and/or testing at the Contractor's expense. E. Work Covered With Prior Inspection and/or Testing 1. If the Engineer considers it necessary or advisable that covered work which was favorably inspected and tested be uncovered for re-inspection and/or retesting, the Contractor, at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such work is defective, the Contractor will bear all expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such work is not found to be defective the Contractor will be allowed an increase in the Contract price or an extension of the Contract time, or both, directly attributable to such City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 QUALITY CONTROL 01 40 00 - 4 uncovering, exposure, observation, testing and reconstruction, and a Change Order shall be issued for such additional work. F. Coordination of State of California and other Inspections 1. The Contractor is completely responsible for scheduling all State, County, and any other agency inspections such as grout inspections in accordance with the State, County, and agency requirements. The Contractor shall notify the Engineer of all work component inspection notices and schedules. Failure of the Contractor to properly coordinate and schedule these inspections shall not be cause for time extensions. PART 2 PRODUCTS 2.1 WATER A. The Contractor shall coordinate with the City for the use of potable water available at the project site and shall pay all costs associated with the use of the water. The Contractor shall properly dispose of any water which is not needed for construction use. The Contractor shall dispose of all excess potable water in the sanitary sewer without damage to property, and in accordance with applicable regulations. PART 3 EXECUTION 3.1 STATEMENT OF SPECIAL INSPECTIONS A. The Special Inspections identified are for compliance with the drilling permit and are not a substitute for inspection by the Engineer. B. The Engineer will keep records of all inspections and will furnish inspection reports to the Contractor. Discovered discrepancies shall be brought to the immediate attention of the Contractor for correction. If such discrepancies are not corrected, the discrepancies shall be brought to the attention of the City and the registered design professional in responsible charge. The Special Inspection program does not relieve the Contractor of his or her responsibilities. C. Job site safety and means and methods of construction are solely the responsibility of the Contractor. D. The Contractor is required to coordinate for all inspections. The Contractor shall notify the Engineer and the Special Inspector a minimum of 72 hours prior to all Special Inspections and other inspections and tests that are required. The Contractor shall notify the Engineer and the Special Inspector a minimum of 72 hours prior to any concrete to be poured. E. Inspectors and testing agencies shall be engaged by the City. Any conflict of interest must be disclosed to the Engineer prior to commencing work. F. Special inspected work that is installed or covered without the approval of the Engineer is subject to removal or exposure at the expense of the Contractor. G. Continuous inspection is always required during the performance of the work unless otherwise specified. When work in more than one category of work requiring special inspection is to be performed simultaneously, or the geographic location of the work is such that it cannot be continuously observed, it is the Contractor’s responsibility to employ a sufficient number of inspectors to assure that all the work is inspected in accordance with the provisions of the building code. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 QUALITY CONTROL 01 40 00 - 5 END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 QUALITY CONTROL 01 40 00 - 6 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 1 SECTION 01 50 00 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 SUBMITTALS SECTION INCLUDES A. Meet requirements of Section 01 33 00, “Submittals,” as applicable. Make submittals required below before starting Work at the site or in accordance with accepted schedule of submittals submissions. B. Administrative Submittals: Copies of permits and approvals for construction as required by Laws and Regulations and governing agencies. C. Traffic Control Plan: Submit vehicular and pedestrian traffic control plan as described in this section. 1.2 RELATED SECTION: A. Refer to Part II – General Conditions & Special Provisions for additional requirements. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. City of Ukiah Standard Specifications and Details. B. State of California, Department of Transportation (Caltrans) Specifications and Standards: 1. Standard Specifications: a. Section 7 Legal Relations and Responsibility b. Section 12 Construction Area Traffic Control Devices 2. Standard Plans: a. Temporary Traffic Control Systems 3. California Manual on Uniform Traffic Control Devices, Current Edition (California MUTCD) C. The Contractor must comply with the City of Ukiah Tree Management Guidelines Adopted 12-01-10 & Revised 11-19-14. D. The Contractor must so conduct their operations so as to cause the least possible obstruction and inconvenience to public traffic. Unless otherwise approved by the Engineer, all traffic must be permitted to pass through the Work. E. Due to the need to accommodate and minimize inconvenience to the public, unless expressly specified or approved in writing by the Engineer, no road closures will be permitted. Public vehicular and pedestrian traffic must be allowed to travel through the Work area with an absolute minimum of interruption or impedance unless otherwise provided for in the Technical Specifications or approved in writing by the Engineer. The Contractor must make provisions for the safe passage of pedestrians around the area of Work at all times. F. Residents affected by construction must be provided passage and access through the Work area to the maximum extent possible. G. The Contractor must provide multiple, advance written notices of closures to all affected property owners in a form approved by the Engineer. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 2 H. Except as otherwise approved by the Engineer or City, the stockpiling or storing of material in City streets or right of way shall be prohibited. Where this is unavoidable, all such materials must be piled or stored in a manner that will not obstruct sidewalks, driveways, or pedestrian crossings. Gutters and drainage channels must be kept clear and unobstructed at all times. All such materials shall be stored and handled in a manner that protects City streets, sidewalks, or other facilities from damage. I. Where approved in advance by the Engineer, the Contractor must construct and maintain detours for the use of public traffic at his or her own expense. Failure or refusal of the Contractor to construct and maintain detours so approved at the proper time will be a material breach of the Contract subject to any and all remedies available pursuant to the Contract Documents and at law and equity. Such remedies include, but are not limited to, termination pursuant to the Contract General Conditions. J. Throughout performance of the Work the Contractor must construct and adequately maintain suitable and safe crossings over trenches and such detours as are necessary to care for the public and private traffic at all times including Saturdays, Sundays and holidays. K. The Contractor will be responsible for keeping all emergency services, including the police and fire departments informed of obstructions to, or detours around any public or private roads caused by reasons of his or her operations. L. The Contractor must comply with the California Manual on Uniform Traffic Control Devices (MUTCD) at all times. M. The fact that rain or other causes, either within or beyond the control of the Contractor, may force suspension or delay of the Work, shall in no way relieve the Contractor of his or her responsibility of maintaining traffic through the Project and providing local access as specified in this section. The Contractor must, at all times, keep on the job such materials, force and equipment as may be necessary to keep roads, streets and driveways within the Project open to traffic and in good repair and shall expedite the passage of such traffic, using such force and equipment as may be necessary. 1.4 MOBILIZATION A. Mobilization shall include, but not be limited to, these principal items: 1. Moving Contractor's field office and equipment required for first month operations onto site. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Providing on-site communication facilities, including telephones. 4. Providing onsite sanitary facilities and potable water facilities as specified and as required by Laws and Regulations, and governing agencies. 5. Insurance and bonds. 6. Posting OSHA required notices and establishing safety programs and procedures. 7. Having Contractor's superintendent at the site full time. 8. Submitting of initially acceptable schedules as required. B. Obtaining required permits. 1.5 ACCESS TO SITE A. Access to the work from existing roads. The City assumes no responsibility for the condition or maintenance of any road or structure thereon that may be used by the Contractor in performing the work under these specifications or in traveling to and from the site of the work. No payment will be made to the Contractor by the City for any work done in improving, City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 3 repairing, or maintaining any road or structure thereon for use in the performance of the work under these specifications. Roads subject to interference by the Work shall be kept open. 1.6 PROTECTION OF PROPERTY A. The Contractor shall not enter upon private property for any purpose without first obtaining written permission from the owner or his duly authorized representative, shall be responsible for the preservation of all public and private property along and adjacent to work contemplated under the contract, and shall use every precaution necessary to prevent damage or injury thereto. He/she shall exercise due care in preventing, and shall be responsible for damages to structures of all kinds, whether owned by the City or privately, and shall protect from disturbance or damage all land monuments. 1.7 PROTECTION OF ENVIRONMENT A. All contract operations shall be conducted in compliance with all federal, state and local environmental laws and regulations. This condition applies to, but is not limited to, laws and regulations governing noise levels, air and water quality standards, and cultural resources. B. If the Contractor fails or refuses to promptly comply with the requirements of subparagraph A. above, the Engineer or his/her authorized representative, shall notify the Contractor of any noncompliance and indicate to the Contractor the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, either oral or written, when served on the Contractor or his representative(s) at the site of the work, shall be deemed sufficient. C. In the event the Contractor fails or refuses to promptly comply with the compliance directive issued under subparagraph above, the Engineer with the concurrence of the Contracting Officer may issue an order to suspend all or any part of the work. D. When satisfactory corrective action is taken, an order to resume work will be issued. The Contractor shall not be entitled to any extension of time, nor to any claim for damage or to excess costs by reason of either the directive or the suspension order. 1.8 ADDITIONAL SAFETY REQUIREMENT A. Roll-over protection and seat belts required by 29 CFR 1926 shall include equipment regardless of year of manufacture. 1.7 CONTRACTOR'S USE OF PREMISES A. Availability of lands: 1. All work is to be performed on City lands or such other lands which are designated for the use of the Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the City, unless otherwise provided in the Contract Documents. Nothing contained in the Contract Documents shall be interpreted as giving the Contractor exclusive occupancy of the lands or rights of way provided. B. Use of premises: The Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the project site and approved staging areas. The Contractor shall assume full responsibility for any damage to any such land or area. C. Lands furnished by the City upon which Contractor shall perform the Work are as shown on the Drawings. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 4 D. Coordinate with the City on location(s) for Contractor’s temporary facilities and laydown of materials and equipment. In the absence of available laydown area for materials and equipment on City-owned lands or within the City right-of-way, Contractor shall make his/her own arrangements for temporary facilities and laydown of materials and equipment. E. Contractor's employees shall park their vehicles in City approved parking areas only. F. Contractor's employees shall not use existing City buildings or landscaped areas for break or lunch times. Contractor's employees shall be responsible for cleaning up any litter from break or lunch time. 1.8 TEMPORARY TRAFFIC CONTROL PLAN A. The Contractor shall provide all materials, equipment, and labor necessary to furnish, place, and maintain all temporary traffic control systems, including construction and maintenance area traffic control devices and flaggers as required to access the project site and perform the Work in accordance with this Section, and all other appurtenant work, complete in place, as shown on the Drawings and as specified herein. B. The Contractor shall submit for review by the Engineer, a Work Zone Traffic Control Plan on 11" x 17" format which contains only information related to the site-specific work zone traffic control. The plan will show which California MUTCD typical applications, if any, are to be used for each work operation in addition to site specific traffic control. If the Contractor proposed to use the current edition of California MUTCD in specific work operations, they shall submit in writing for consideration which Typical Application Diagram will be used for each work operation. The Work Zone Traffic Control Plan shall be specific to the proposed method(s) construction and shall include: 1. Specific details for construction staging, including the location and limits of the work zone. 2. Locations of all excavations. 3. Plans for protection of the public from construction-related hazards. 4. Lane closures and traffic routing including consideration of construction- related trucking routes. 5. A trucking route for approval by the Engineer. The route must minimize traffic on residential streets that are not part of the project. 6. A pedestrian routing plan for approval by the Engineer prepared in accordance with the California MUTCD. The routing plan must demonstrate how pedestrians will be safely routed around the project site during construction. 7. Lane closure markings, barricade locations, and sign locations showing the necessary signing, methods of delineation and channelization and reference to the appropriate Caltrans standards and California MUTCD details for all affected roads. 8. Dimensions of lanes affected by traffic control that will be open to traffic. 9. Dimensions and locations of signs and cone tapers. 10. Identification of side streets and driveways affected by construction and 11. Time periods of lane closures and detours. C. The Work Zone Traffic Control Plan shall contain a title block which contains the Contractor's name, address, phone number, project superintendent's name, contract name, dates and hours traffic control will be in effect, and a space for review acknowledgment. D. The Work Zone Traffic Control Plan shall be submitted to the Engineer and other affected agencies for review at least two weeks prior to implementation in order to determine the Contractor’s compliance with the requirements of this section. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 5 E. No work except for installation of project identification signs will be allowed to commence prior to approval of the Work Zone Traffic Control Plan. F. A "Letter of Responsibility," on company letterhead, indicating the names and telephone numbers of at least three different persons who shall be available to be contacted in case of emergency at any time during the life of the contract. Said persons must have decision- making authority within the company. 1.9 PROTECTION OF WORK AND PROPERTY A. Reference General Conditions and this Section. B. Comply with all OSHA and other applicable safety rules. C. Keep Owner informed of all accidents or near accidents on the site and related claims. D. Use of Explosives: No blasting or use of explosives will be allowed on the site. E. During the performance of the Work, Contractor is responsible for adapting its means, methods, techniques, sequences, and procedures of construction to allow the City to maintain operation as described in Section 01 10 00, “Summary Of Work,” at the existing level of facility production and consistent with applicable permit requirements, and Laws and Regulations. In performing such Work and in cooperating with the City to maintain operations, it may be necessary for Contractor to plan, design, and provide various temporary services, utilities, connections, temporary piping and heating, access, and similar items that will be included within the Contract Price. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 TEMPORARY UTILITIES A. Power: 1. Electric power is not available at the Well 9 site for the Contractor’s use except for testing of systems that are or will be connected to the City electrical system. Contractor shall make arrangements to obtain and pay for electrical power used in performing the Work until final payment and acceptance by the City. 2. For New Well 9 Site: Electrical appurtenances required for providing temporary electric power services for the Contractor shall be provided by the Contractor and approved by Pacific Gas and Electric Company. 3. For Replacement Well 4 Site: Electrical appurtenances required for providing temporary electric power services for the Contractor shall be provided by the Contractor and approved by City Electric Utility Division. 4. Cost of electric power used in performance and acceptance testing will be borne by Contractor. 5. The Contractor shall provide its own diesel or gasoline engine driven air compressor system and power generator when required for its pneumatic tools or equipment, if any. B. Lighting: Provide temporary lighting at least to meet all applicable safety requirements to allow erection, application or installation of materials and equipment, and observation or inspection of the Work. Cost of temporary lighting required for performing the Work will be borne by the Contractor. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 6 C. Heating, Cooling, and Ventilating: 1. Provide as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials, and to protect materials, equipment, and finishes from damage due to temperature or humidity. 2. Provide adequate forced air ventilation of enclosed areas to cure installed materials, to dispense humidity, and to prevent hazardous accumulations of dust, fumes, vapors, or gases. 3. Pay all costs of installation, maintenance, operation, removal, and fuel consumed. 4. Provide portable unit heaters, complete with controls, oil or gas-fired, and suitably vented to outside as required for protection of health and property. 5. Natural gas is not available at the site. D. Water: 1. Contractor to pay for all water use related to the Work. The Contractor shall provide temporary connections, piping and valving. The Contractor shall not make connection to any water system without first obtaining permission from the City. 2. Contractor shall provide temporary facilities and piping required to bring water to the point of use, and remove them when no longer needed. The City will install a metering device. The Contractor will pay for water used based on meter readings. 3. Contractor shall provide and bear costs of necessary water required for testing equipment, tanks or vaults, and piping prior to Substantial Completion. E. Minimum Safety Equipment: 1. Contractor to provide and maintain onsite adequate safety equipment for activities involved, including but not limited to, air monitors, confined space entry equipment when required, adequate first aid supplies, etc. Contractor to submit list for City review. F. Sanitary and Personnel Facilities: 1. Provide and maintain facilities for Contractor's employees, Subcontractors, and all other onsite employees. Service, clean, and maintain facilities and enclosures. 2. Use of the City’s existing sanitary facilities by construction personnel will not be allowed. 3. Locate sanitary facilities where they will not create a public nuisance or interfere with the work and at the direction of the Engineer or Engineer, relocate sanitary facilities. 4. Make Contractor’s facilities available to the City Construction Inspector. G. Communication: 1. The Contractor shall make arrangements to obtain and pay for its own communication equipment such as telephone, cellular phone, and facsimile equipment. 2. Contractor to pay all costs of installation and monthly bills. 3. No incoming telephone calls allowed to City telephone system. H. Fire Protection: Furnish and maintain on the site adequate firefighting equipment capable of extinguishing incipient fires. Comply with applicable parts of the National Fire Prevention Standard for Safeguarding Building Construction Operations (NFPA No. 241). 3.2 PROTECTION OF WORK AND PROPERTY A. General: 1. Contractor shall at no time interfere with or limit the public’s access to and parking for the recreational path and trails at the site except as approved by the Engineer. 2. Perform Work within rights-of-way and easements in a systematic manner that minimizes inconvenience to property owners and the public. 3. No residence or business shall be cut off from vehicular traffic unless special arrangements have been made. 4. Maintain in continuous service all existing oil and gas pipelines, underground power, telephone or communication cable, water mains, irrigation lines, sewers, poles and City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 7 overhead power, and all other utilities encountered along the line of Work, unless other arrangements satisfactory to owners of said utilities have been made. 5. Where completion of Work requires temporary or permanent removal and/or relocation of an existing utility, coordinate all activities with owner of said utility and perform all work to their satisfaction. 6. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground utility construction uncovered or otherwise affected by construction operations. 7. Keep fire hydrants and water or sewer control valves free from obstruction and available for use at all times. 8. In areas where Contractor's operations are adjacent to or near a utility such as gas, telephone, television, electric power, water, sewer, or irrigation system and such operations may cause damage or inconvenience, suspend operations until arrangements necessary for protection thereof have been made by Contractor. 9. Notify property owners and utility companies which may be affected by the construction operation at least 7 calendar days in advance. Before exposing a utility, obtain utility owner's permission. Should service of utility be interrupted due to Contractor's operation, notify proper authority immediately. Cooperate with said authority in restoring service as promptly as possible and bear all costs incurred. 10. Do not impair operation of existing sewer or storm drain systems. Prevent construction material, pavement, concrete, earth, volatile and corrosive wastes, and other debris from entering sewers, pump stations, storm drains, or other sewer structures. Maintain original site drainage wherever possible. B. Site Security: Provide and maintain additional temporary security fences as necessary to protect the Work and Contractor's equipment and stored material. Contractor shall be solely responsible for any vandalism, theft, or damage to the work and Contractor’s equipment and stored material. C. Barricades and Lights: 1. Provide barricades, as necessary, to prevent unauthorized entry to construction areas inside and outside of fenced area, and as required to ensure public safety and the safety of Contractor's employees, other employer's employees, and any others who may be affected by the Work. 2. Provide to protect existing facilities and adjacent properties from potential damage. 3. Locate to enable access by facility operators and property owners. 4. Protect streets, roads, highways, and other public thoroughfares that are closed to traffic by effective barricades with acceptable warning signs that comply with the requirements of the manual on Uniform Traffic Control Devices, current edition. D. Signs and Equipment: 1. Conform to requirements of the Contract Documents. 2. Barricades: Provide in sufficient quantity to safeguard public and Work. 3. Traffic Cones: Provide to delineate traffic lanes to guide and separate traffic movements. 4. Provide barricades and lighting at obstructions, such as material piles and equipment. 5. Illuminate barricades and obstructions with warning lights from sunset to sunrise. 6. Alert the general public of construction hazards, which would include surface irregularities, unramped walkways, grade changes, and trenches or excavations in roadways and in other public access areas. E. Trees and Plantings: 1. Protect from damage and preserve trees, shrubs, and other plants outside the limits of the Work and within the limits of the Work unless designated on the Drawings to be removed. a. Where practical, tunnel beneath trees when on or near the line of trench. b. Employ hand excavation as necessary to prevent tree injury. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 8 c. Do not stockpile materials or permit traffic within drip lines of trees. d. Provide and maintain temporary barricades around trees. e. Water vegetation as necessary to maintain health. f. Cover temporarily exposed roots with wet burlap, and keep the burlap moist until soil is replaced around the roots. g. No trees, except those specifically shown on Drawings to be removed, shall be removed without written approval of the Engineer. h. Dispose of removed trees in a legal manner off the site. 2. In the event of damage to bark, trunks, limbs, or roots of plants that are not designated for removal, treat damage by corrective pruning, bark tracing, application of a heavy coating of tree paint, and other accepted horticultural and tree surgery practices. 3. Replace each plant that dies as a result of construction activities. 4. The Contractor shall install protective fencing and warning signs around the drip line of all trees that are in, or overhang, the work area. All tree protection devices shall be visible, well-anchored, and approved in the field by the Engineer prior to clearing, grading, or beginning of construction and shall remain in place and maintained until the project is completed. No work activity, storage of materials, or vehicle passage is to occur over the drip line of the trees. F. Existing Structures: Where Contractor contemplates removal of small structures such as mailboxes, signposts, and culverts that interfere with Contractor's operations, obtain approval of the Engineer. Replace those removed in a condition equal to or better than original. G. Finished Construction: Protect finished floors and concrete floors exposed as well as those covered with composition tile or other applied surfacing. H. Waterways: Keep ditches, culverts, and natural drainages continuously free of construction materials and debris. I. Dewatering: Construct, maintain, and operate cofferdams, channels, flume drains, sumps, pumps, or other temporary diversion and protection works. Furnish materials required, install, maintain, and operate necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the Work. Maintain the foundations and parts of the Work free from water. 3.3 TEMPORARY CONTROLS A. Air Pollution Control: Comply with requirements of the Federal Clean Air Act and any and all governing local requirements. B. Noise Control: Provide acoustical barriers so noise emanating from tools or equipment will not exceed legal noise levels. C. Water Pollution Control: Comply with the NPDES General Permit and all requirements of the State of California, the City of Ukiah, and the Contract Documents. D. Erosion, Sediment, Runoff, and Flood Control 1. Provide, maintain, and operate temporary facilities to control erosion and sediment releases, prevent runoff of contaminated or sediment laden water, and to protect Work and existing facilities from flooding during construction period. 2. Comply with the NPDES General Permit for Storm Water Discharges associated with Construction Activity. 3.4 STORAGE YARDS AND BUILDINGS City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 9 A. Temporary Storage Yards: Onsite storage of materials shall be limited to the Well 4 and Well 9 properties. Contractor shall obtain permission from the City prior to using any other location for temporary storage or stockpiling. B. Temporary Storage Buildings: 1. No storage buildings will be allowed. 2. No storage of combustible materials shall be permitted onsite other than what is being used or consumed that day. 3.5 ACCESS ROADS AND DETOURS A. No road detours are anticipated for the Work. B. Maintain drainage ways. Install and maintain culverts to allow water to flow beneath access roads. Provide corrosion-resistant culvert pipe of adequate strength to resist construction loads. C. Provide gravel, crushed rock, or other stabilization material to permit access by all motor vehicles at all times. D. Maintain road grade and crown to eliminate potholes, rutting, and other irregularities that restrict access. E. Coordinate with Engineer lane closures and other operations affecting traffic and access. Provide at least 72 hours’ notice to the Engineer of operations that will alter access to the site. F. Upon completion of construction, leave roads and fences in same or better as pre-construction and suitable for future use by the City. 3.6 PARKING AREAS A. Due to site constraints, Contractor shall provide parking facilities for personnel working on the Project in Contractor's parking area or other approved area. No employee or equipment parking will be permitted on the City’s existing paved areas without prior approval. Any additional parking spaces required shall be the responsibility of the Contractor. 3.7 VEHICULAR TRAFFIC A. Refer to Section 7-1.03 “Public Convenience and Section “7-1.04, “Public Safety” of the State Standard Specifications. B. Full costs for “Maintaining Traffic”, including “flagging Costs”, shall be considered as included in the various items of work and no additional compensation will be made. C. Streets shall be open to through vehicular traffic during non-working hours. All public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. D. Comply with Laws and Regulations regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by written permission of the Engineer. Assure the least possible obstruction to traffic and normal commercial pursuits. E. Prior to any anticipated road closure or detour, a traffic control plan and pedestrian traffic control plan prepared by a California licensed Civil or Traffic Engineer shall be submitted to the Engineer. F. No work shall commence until traffic control signing has been approved by the Engineer. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 10 G. The Contractor shall provide all materials, equipment, and labor necessary to furnish, place, and maintain all temporary traffic control systems and pedestrian control systems, including construction and maintenance area traffic control devices and flaggers as required to perform the Work. H. Conduct Work to interfere as little as possible with public travel, whether vehicular or pedestrian. 1. Whenever it is necessary to cross, close, or obstruct roads, driveways, and walks, whether public or private, provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel. 2. Road Closures: Maintain satisfactory means of exit for persons residing or having occasion to transact business along the route of the Work. If it is necessary to close off roadway or alley providing sole vehicular access to property for periods greater than 2 hours, provide written notice to the Engineer so affected 3 days prior to such closure. In such cases, closings of up to 4 hours may be allowed. Closures of up to 10 hours may be allowed if a week's written notice is given and undue hardship does not result. Notification signs to the public including ”No Parking” signs shall be posted at least 48 hours prior to Work in affected area. 3. In making street crossings, do not block more than one-half the street at a time. Whenever possible, widen the shoulder on the opposite side to facilitate traffic flow. Provide temporary surfacing on shoulders as necessary. I. Whenever the Contractor’s operations create a condition hazardous to the public, furnish, erect, and maintain such fences, barricades, lights, signs and other devices as are necessary to prevent accidents or damage or injury to the public. J. Maintain top of backfilled trenches before they are paved, to allow normal vehicular traffic to pass over. Provide temporary access for driveways where required. Cleanup operations shall follow immediately behind backfilling. K. When flaggers and guards are required by regulation or when deemed necessary for safety, furnish them with approved orange wearing apparel and other regulation traffic control devices complying with the provisions of the California MUTCD and State of California Department of Transportation Standard Specifications and Standard Plans. L. Coordination: Coordinate traffic routing with that of others working in the same or adjacent areas. M. Under no circumstances shall access to businesses or residences be held up more than 30 minutes at any one time. The Contractor may coordinate with property and business owners to schedule work so that longer delays do not adversely affect residents or business owners to their satisfaction. In addition, Contractor shall give personal notice to all affected property owners as specified in paragraph M, hereinbefore. Before closing any street to through traffic, Contractor shall obtain prior approval from the Engineer seven (7) days in advance of closure. Contractor shall at all times provide access to public facilities such as schools, etc. and make provisions for passage of emergency vehicles. N. Should the Contractor appear to be neglectful or negligent in furnishing warning and productive measures as above specified, the Engineer may direct attention to the existence of hazard, and the necessary warning and protective measures shall be furnished and installed by the Contractor at his expense, without cost to the City. Should the Engineer point out any inadequacy of warning and protective measures, such action on the part of the Engineer shall not relieve the Contractor from responsibility for public safety nor abrogate his obligation to furnish and pay for these devices City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 11 O. The Contractor shall keep the City of Ukiah Fire Department informed regarding the closure or restriction of any traveled way. At a minimum, the Contractor shall call the Fire Department at (707) 463-6274, daily to report any traveled way closure. This requirement applies immediately upon closure for that day and again immediately after removal of the closure. For closures over multiple days, the daily notification still applies. This requirement does not apply for single lane closures on multiple lane local streets. 3.8 CLEANING DURING CONSTRUCTION A. General: 1. Rubbish shall not be allowed to accumulate on the site and the Contractor shall collect and remove, from time to time, such rubbish and debris incident to the execution of the contract as, in the opinion of the Engineer, may be undesirable or disfiguring on the premises. The Contractor may not burn any material on the site. Wet down exterior surfaces prior to sweeping to prevent blowing of dust and debris. 2. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. At least at weekly intervals, dispose of such waste materials, debris, and rubbish offsite. 3. At least weekly, brush sweep the entry drive and roadways, and all other streets and walkways affected by Work and where adjacent to Work. There will be times when sweeping will be required daily. Remove all mud and debris tracked onto roadway as soon as possible. 4. Do not allow material to fall out of trucks onto any roadway when hauling away cleared and grubbed vegetation, particularly the branches and thorns of Kiave trees to be removed. 3.9 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the Work, Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer’s approval before removing the same. As approved, Contractor shall remove the temporary facilities and utilities from the site as his property and leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Plans. B. After completion of the project, all temporary utility services shall be disconnected or removed and all affected improvements shall be restored to their original condition by the Contractor at no cost to the City. C. The condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded or planted as necessary, and left with an appearance equal to, or better than original. END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 12 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PRODUCT REQUIREMENTS 01 60 00 - 1 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Products. B. Product delivery requirements. C. Product storage and handling requirements. D. Product options. E. Product substitution procedures. 1.2 PRODUCTS A. Furnish products of qualified manufacturers suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. C. Furnish interchangeable components from same manufacturer for components being replaced. 1.3 PRODUCT DELIVERY REQUIREMENTS A. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. B. Transport and handle products in accordance with manufacturer's instructions. C. Deliver products or equipment in manufacture’s original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. D. Promptly inspect shipments to ensure products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Clearly and fully mark and identify as to manufacturer, item and installation location. 1.4 PRODUCT STORAGE AND HANDLING REQUIREMENTS A. Store and protect products in accordance with manufacturers' instructions. Provide manufacturer’s instructions for storage and handling. B. Store with seals and labels intact and legible. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PRODUCT REQUIREMENTS 01 60 00 - 2 C. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. D. Store pumps, motors, electrical equipment, and other equipment having antifriction or sleeve bearings in weather-tight warehouses. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Provide bonded off-site storage and protection when site does not permit on-site storage or protection. G. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. H. Store loose granular materials on solid flat surfaces in well-drained area. Prevent mixing with foreign matter. I. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. J. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 1.5 STORAGE FACILITIES A. Temporary Storage Building: 1. Provide a weather-proof temporary storage building or other secure facility specifically for the purpose of providing for protection of products and equipment. 2. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 3. Provide method of storage of products and equipment off the ground. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of one of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with Provision for Substitutions: Submit request for substitution for any manufacturer not named in accordance with the following article. 1.7 PRODUCT SUBSTITUTION PROCEDURES A. Engineer will consider requests for Substitutions only within 30 days after date of Owner- Contractor Agreement. B. Substitutions may be considered when a product becomes unavailable through no fault of Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PRODUCT REQUIREMENTS 01 60 00 - 3 D. A request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds quality level of specified product. 2. Will provide same warranty for Substitution as for specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re-approval by authorities having jurisdiction. E. Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals, without separate written request, or when acceptance will require revision to Contract Documents. F. Substitution Submittal Procedure: 1. Submit three copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit Shop Drawings, Product Data, and certified test results attesting to proposed product equivalence. Burden of proof is on proposer. 3. Engineer will notify Contractor in writing of decision to accept or reject request. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PRODUCT REQUIREMENTS 01 60 00 - 4 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PROJECT CLOSEOUT 01 70 00 - 1 SECTION 01 70 00 PROJECT CLOSEOUT PART 1 GENERAL 1.1 FINAL CLEANUP A. The Contractor shall promptly remove all rubbish, debris, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. The Contractor may not burn any material on the site. Final acceptance of the Work by the City will be withheld until the Contractor has satisfactorily complied with the foregoing requirements for final cleanup of the project site. 1.2 CLOSEOUT TIMETABLE A. The Contractor shall establish dates for equipment testing, acceptance periods, (as required under the Contract). Such dates shall be established not less than two weeks prior to beginning any of the foregoing items, to allow the City, the Engineer, and their authorized representatives and consultants sufficient time to schedule attendance at such activities. B. All temporary buildings, including field offices, storage buildings, and sheds shall be removed from the project site seven (7) calendar days after completion of the Work. All temporary services such as water, power, utilities, service contracts, pager contracts, telephones, and other temporary services shall remain in service for seven (7) calendar days following approval of substantial completion of the Work by the City, and shall be discontinued within seven (7) calendar days after. 1.3 FINAL INSPECTION A. The Contractor shall notify the Engineer at least ten (10) working days prior to the anticipated date of completion of all work specified in the contract. Upon completion of the work, the Engineer shall proceed with final inspection and shall complete such inspection as promptly as practicable. The time required for such inspection and the making of any corrections as a result thereof shall be included in the contract performance time. 1.4 FINAL SUBMITTALS A. The Contractor, prior to requesting its final progress payment, shall submit the following items to the Engineer: 1. Written guarantees or warranties. 2. Certificates of compliance. 3. Completed final Record Drawings. 4. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 1.5 COMPLETION OF THE WORK A. The date of substantial completion of the Project shall be the date when the construction is sufficiently completed, in accordance with the Contract Documents, as modified by any change orders agreed to by the parties, so that the City can occupy or utilize the project for the use for which it was intended, and the City has accepted the Project. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PROJECT CLOSEOUT 01 70 00 - 2 1.6 REMAINING PUNCH LIST ITEMS A. Upon attaining substantial completion and upon acceptance of the Work by the City, by agreement between the parties some small remaining punch list items may remain to be completed by the Contractor. B. Failure of the Contractor to complete or correct all such outstanding punch list work to the satisfaction of the Engineer shall constitute a waiver by the Contractor of all rights to any and all claims it may have to all monies withheld by the City under the Contract to cover the value of such uncompleted or uncorrected items. 1.7 MAINTENANCE, CORRECTION AND REPAIR PERIOD A. The Contractor shall comply with the correction and repair requirements contained in the General Conditions. B. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of such required repair work, and any repair or resurfacing constructed by the Contractor which becomes necessary by reason of such settlement shall likewise be considered as a part of such required repair work unless the Contractor shall have obtained a statement in writing from the affected private owner or public agency releasing the City from further responsibility and liability in connection with such repair or resurfacing. C. The Contractor shall make all repairs and replacements promptly upon receipt of written order from the City. If the Contractor fails to make such repairs or replacements promptly, the City reserves the right to do the work or to have the work done by others and the Contractor and its Surety shall be liable to the City for the cost thereof. 1.8 ACCEPTANCE AND FINAL PAYMENT A. Final acceptance is the allowance of final estimates by the Contracting Officer. The Engineer shall certify to the Contracting Officer that the contract is complete and include with the certification the amount of the final payment due the Contractor. All progress or partial payments made prior to the final payment are subject to correction in the final estimate and payment. 1.9 RELEASE OF CLAIMS A. After completion of work, and prior to final payment, the Contractor shall furnish to the Contracting Officer a release of claims Form DI-137, properly executed by the Contractor, releasing claims against the United States arising out of the contract, other than claims specifically excepted from the operation of the release. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 RECORD DOCUMENTS 01 72 00- 1 SECTION 01 72 00 RECORD DOCUMENTS PART 1 GENERAL 1.1 SUBMITTALS A. Quality Control Submittals: Written procedures for maintaining and markup of record documents. Contract description. B. Contract Closeout Submittal: Record Documents in accordance with the requirements of this section. Submit prior to application for final payment. 1.2 QUALITY ASSURANCE A. Furnish a qualified and experienced person, whose duty and responsibility shall be to maintain record documents. B. Accuracy of Records: 1. Coordinate changes within record documents, making neat, legible and accurate entries on each page of Specifications and each sheet of Drawings and other documents where such entry is required to show change. 2. Purpose of project record documents is to provide factual information regarding aspects of Work, both concealed and visible, to enable future modification of Work to proceed without lengthy and expensive site measurement, investigation, and examination. C. Make entries within 24 hours after receipt of information that a change in Work has occurred. D. Prior to submitting each request for progress payment, request Engineer's review and approval of current status of record documents. Failure to properly maintain, update, and/ or submit record documents may result in return of Contractor's Application for Progress Payment by Engineer. 1.3 DELIVERY, STORAGE, AND HANDLING A. Maintain record documents completely protected from deterioration, loss, and damage until completion of Work. B. In event of loss of recorded data, use means necessary to again secure data to Engineer’s acceptance. Such means shall include, if necessary in Engineer's opinion, removal and reconstruction of covering materials, at no additional cost to the City. PART 2 PRODUCTS 2.1 RECORD DOCUMENTS A. Promptly following the Notice to Proceed, Engineer will provide 1 complete hardcopy set of full size drawings to the Contractor for use in preparing Record Drawings. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 RECORD DOCUMENTS 01 72 00- 2 PART 3 EXECUTION 3.1 MAINTENANCE OF RECORD DOCUMENTS A. General: 1. Label or stamp each record document with title, "Record Documents," in neat large printed letters. 2. Record information concurrently with construction progress and within 24 hours after receipt of information that change has occurred. Do not cover or conceal Work until required information is recorded. B. Preservation 1. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. 2. Make documents and Samples available at all times for observation by Engineer. C. Making Entries on Drawings 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe change by graphic line and note as required. Color Coding: a. Green when showing information deleted from Drawings. b. Red when showing information added to Drawings. c. Blue and circled in blue to show notes. 2. Date entries. 3. Call attention to entry by "cloud" drawn around area or areas affected. 4. Legibly mark to record actual changes made during construction, including, but not limited to: a. Depths of various elements of foundation in relation to finished first floor data if not shown or where depth differs from that shown. b. Horizontal and vertical locations of existing and new underground facilities and appurtenances, and other underground structures, equipment, or Work. Reference to at least two measurements of permanent surface improvements. c. Location of internal utilities and appurtenances concealed in the construction referenced to visible and accessible features of the structure. d. Locate existing facilities, piping, equipment, and items critical to the interface between existing physical conditions or construction and new construction. e. Changes made by Addenda and Field Orders, Work Change Directive, Change Order, Written Amendment, and Engineer's written interpretation and clarification using consistent symbols for each and showing appropriate document tracking number. 5. Dimensions on Schematic Layouts: Show on record drawings, by dimension, the centerline of each run of items such as are described in previous subparagraph above. a. Clearly identify the item. b. Show, by symbol or note, vertical location of item ("under slab," "in ceiling plenum, " "exposed," and the like). c. Make identification so descriptive that it may be related reliably to Specifications. D. Make entries in other pertinent documents as accepted by Engineer. END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 1 SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Recycling nonhazardous construction waste. 2. Disposing of nonhazardous demolition and construction waste. B. Related Sections: 1. Section 02 41 10 – Demolition, Salvage and Abandonment: for disposition of waste resulting from site demolition activities. 1.2 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.3 PERFORMANCE REQUIREMENTS A. Construction Waste: 1. Site-clearing and demolition waste. 2. Soils. 3. Concrete and asphalt. 4. Lumber. 5. Wood sheet materials. 6. Metals. 7. Piping and fittings. 8. Electrical conduit. 9. Packaging: Regardless of salvage/recycle goal indicated in paragraph above, salvage or recycle 100 percent of the following uncontaminated packaging materials: City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 2 a. Paper. b. Cardboard. c. Boxes. d. Plastic sheet and film. e. Polystyrene packaging. f. Wood crates. g. Plastic pails. h. HI-5 beverage containers. 1.4 ACTION SUBMITTALS A. Waste Management Plan: Submit plan within 7 days of date established for the Notice to Proceed. 1.5 INFORMATIONAL SUBMITTALS A. Waste Reduction Report: Concurrent with final Application for Payment, submit report. Include the following information: 1. Material category. 2. Generation point of waste. 3. Total quantity of waste in tons. 4. Quantity of waste salvaged, both estimated and actual in tons. 5. Quantity of waste recycled, both estimated and actual in tons. 6. Total quantity of waste recovered (salvaged plus recycled) in tons. 7. Total quantity of waste recovered (salvaged plus recycled) as a percentage of total waste. B. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end-of-Project rates for salvage, recycling, and disposal as a percentage of total waste generated by the Work. C. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. D. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. 1.6 QUALITY ASSURANCE A. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having jurisdiction. 1.7 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E 1609 and requirements of this Section. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 3 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. 1. Comply with Division 01 Section "Temporary Facilities and Controls" for operation, termination, and removal requirements. B. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. 1. Distribute waste management plan to everyone concerned within three days of submittal return. 2. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage, recycling, and disposal. C. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged, recycled, reused, donated, and sold. 2. Comply with Division 01 Section "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. 3.2 RECYCLING CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received for recycling waste materials shall accrue to Contractor. C. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process. D. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until they are removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 4 5. Remove recyclable waste off Owner's property and transport to recycling receiver or processor. 3.3 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Site-Clearing Wastes: 1. No burning of brush or any other materials will be allowed on the site. 2. Any and all organic material that has been cleared and grubbed must be stockpiled and composted such that seeds of invasive species by the heat of composting over a period of six to nine months. Composted material shall be used as organic mulch in accordance with Division 32 Section “Plants”. C. Wood Materials: 1. Clean Cut-Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. 3.4 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Transport waste materials off Owner's property and legally dispose of them. D. Washing out of concrete trucks will not be allowed at the site. END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SITE CONDITIONS 02 01 00 - 1 SECTION 02 01 00 SITE CONDITIONS PART 1 GENERAL 1.1 DESCRIPTION A. General: All information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and existing underground utilities and similar data are shown on the Drawings, or are available for review in the Geotechnical Investigation Report (Soils Report). The following Soils Report has been prepared for the project: 1. “Site Reconnaissance and Geotechnical Investigation for City of Ukiah Well #4 Site Development at Lorraine Street Ukiah, Mendocino County, California” by Rau and Associates, Inc., dated September 5, 2014. 2. “Site Reconnaissance and Geotechnical Investigation for City of Ukiah Well #9 Site Development at 509 Brush Street Ukiah, Mendocino County, California” by Rau and Associates, Inc., dated July 10, 2014. B. Investigations conducted by a geotechnical Engineer of subsurface conditions were made for the purpose of study and design, and neither the City's Representative nor the City assume any responsibility whatever with respect to the sufficiency or accuracy of borings, or of the Log of Test Borings, or of other investigations that have been made, or of the interpretations made thereof, and there is no warranty or guarantee, either expressed or implied, that the conditions indicated by such investigations are representative of those existing throughout such area, or any part thereof, or that unlooked for developments may not occur. C. This Geotechnical Investigation is not part of the Contract Documents but the technical data contained therein upon which Bidder is entitled to rely are incorporated therein by reference. Such technical data is boring method, location and logs; and laboratory test methods and results. D. Any logs of test borings or topographic maps showing a record of the data obtained by the City's Representative's investigations of surface and subsurface conditions that are made available or bound herewith shall be considered a part of the Contract Documents. Said logs represent the opinion of the City's Representative as to the character of the materials encountered by them in their investigations. E. Information derived from inspection of logs of test borings, of topographic maps, or from plans showing locations of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. F. Related Work described elsewhere: 1. Section 02 01 10 - Existing Utilities and Underground Structures 2. Section 02 32 00 - Geotechnical Investigation Data 1.2 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall satisfy himself as to the nature and location of the Work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, sanitary sewer, electric power, communications, roads, and uncertainties of weather, river stages, or similar physical City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 SITE CONDITIONS 02 01 00 - 2 conditions at the site, the conformation and conditions of the ground, the character of equipment facilities needed preliminary to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under this Contract. B. The Contractor shall further satisfy himself as to the character, quality, and quantity of surface and subsurface materials to be encountered by inspecting the site as well as, any exploratory work performed by the City's Representative, and information presented by the plans and specifications made as part of this Contract. Any failure by the Contractor to acquaint himself with all available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the Work. C. The Contractor shall anticipate underground obstructions such as utility lines, foundations, groundwater, stumps, varying soil conditions, and debris. No extra payment will be allowed for the removal, replacement, repair, or possible increased cost caused by underground obstructions indicated in the Contract Documents. Any such lines or obstructions indicated on the Drawings show only the approximate location and must be verified in the field by the Contractor. D. The Contractor shall note that portions of the existing road surfaces are not in structural sections and that heavy truck and equipment operations may cause road surface damage in excess of normal usage. If damage does occur due to construction activity, the Engineer shall be notified immediately before proceeding with the Work, or causing more damage to occur. Damage caused to the existing asphalt road surface by Contractor's operations shall be repaired to the satisfaction of the Engineer at the Contractor’s expense. 1.3 ADDITIONAL INFORMATION A. Prior to bidding, bidders may make their own subsurface investigations subject to time schedules and arrangements approved in advance by the City. Before any subsurface test holes are excavated, obtain clearance from City. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EXISTING UTILITIES AND UNDERGROUND STRUCTURES 02 01 10 - 1 SECTION 02 01 10 EXISTING UTILITIES AND UNDERGROUND STRUCTURES PART 1 GENERAL 1.1 SUMMARY A. Section includes: Contractor is responsible for locating and protecting existing utilities, facilities and underground structures. Responsibilities shall include but are not limited to those defined in this section. B. Refer to Drawings for the approximate locations of utilities and underground structures. 1.2 GENERAL A. The Contractor shall protect all existing utilities and improvements not designated for removal, and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The approximate locations of known existing utilities are shown in the Drawings. The Contractor shall verify the location of existing utilities at least 2 working days but no more than 14 calendar days prior to the beginning excavation by notifying Underground Services Alert (USA) at 811. The Contractor shall notify the Engineer of any utilities not shown in the Drawings or substantially different from the Drawings. The Contractor shall make exploratory excavations of all utilities including those not shown in the Drawings that may interfere with the Work. All such exploratory excavations shall be performed as soon as practicable after award of the Contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the Contractor’s Work. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. D. The Contractor must comply with the City of Ukiah Tree Management Guidelines Adopted 12- 01-10 & Revised 11-19-14. 1.3 CALIFORNIA ADMINISTRATIVE CODE A. Section 1540(a)1 of Construction Safety Orders (Title 8) California Administrative Code, Section 1540 states: B. (1) “Prior to opening an excavation, effort shall be made to determine whether underground installations; i.e., sewer, water, fuel, electric lines, etc., will be encountered and, if so, where such underground installations are located. When the excavation approaches the approximate location of such an installation, the exact location shall be determined by careful probing or hand digging; and, when it is uncovered, adequate protection shall be provided for the existing installation. All known owners of underground facilities in the area concerned shall be advised of proposed Work at least 48 hours prior to the start of actual excavation.” C. The City and Engineer have determined the location of public utilities and underground structures as well as existing mapping permits. However, in accordance with California’s Administrative Code, Section 1540, the Contractor shall make the effort to determine the exact location of underground installations. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EXISTING UTILITIES AND UNDERGROUND STRUCTURES 02 01 10 - 2 1.4 PUBLIC UTILITIES AND AGENCIES AFFECTED A. General, for underground utility location call Underground Service Alert (USA) at (800) 227- 2600. B. Electrical, City of Ukiah Electric Utility Division has jurisdiction over electrical power inside City limits - Call: Jimmy Lozano at (707) 467-5774 a minimum of 48 hours prior to any excavation within 10 feet of existing electrical lines. It should be noted that where a structure is known to receive service and does not have overhead service, then underground service shall be assumed to exist. C. Electrical, Pacific Gas & Electric Company has jurisdiction over electrical power outside City limits - Call: (707) 468-3954 a minimum of 48 hours prior to any excavation within 10 feet of existing electrical lines. It should be noted that where a structure is known to receive service and does not have overhead service, then underground service shall be assumed to exist. For underground utility location call Underground Service Alert (USA) at (800) 227-2600. D. Gas, Pacific Gas & Electric Company has jurisdiction over natural gas. Call: (707) 468-3954 a minimum of 48 hours prior to any excavation within 10 feet of existing gas and electrical lines. E. Telephone Service, AT&T - Call: (415) 499-4900. It should be noted that where service to a structure is known to receive service and does not have overhead service, then underground service shall be assumed to exist. For assistance with location of underground telephone facilities, call U.S.A. at (800) 227-2600. F. Water Service, City of Ukiah - Call: (707) 463-6755. G. Sanitary Sewer Service, City of Ukiah - Call: (707) 463-6755. H. Storm Drainage, City of Ukiah - Call: (707) 463-6755. 1.5 PROTECTION OF STREET OR ROADWAY MARKERS A. The Contractor shall not destroy, remove, or otherwise disturb any existing survey markers, street monuments, or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or the permanent markers points that will be disturbed by the construction operations have been properly referenced. All survey markers or points disturbed by the Contractor shall be accurately replaced after all street or roadway resurfacing has been completed. 1.6 RESTORATION OF PAVEMENT A. General. All paved areas, including asphalt concrete berms cut or damaged during construction, shall be replaced with similar materials and of a thickness equal to the existing plus 1 inch or 6 inches, whichever is greater, except where specific resurfacing requirements have been called for in the Contract Documents. Restoration of paved areas shall be to the satisfaction of the Engineer. All pavements that are subject to partial removal shall be neatly sawcut in straight lines. B. Temporary Resurfacing. The Contractor shall place temporary surfacing promptly after backfilling and shall maintain such surfacing until final restoration of improvements. C. Permanent Resurfacing. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight line to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. All pavement City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EXISTING UTILITIES AND UNDERGROUND STRUCTURES 02 01 10 - 3 restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement and other facilities (i.e., valve lids, manhole covers, etc). The Contractor shall replace damaged pavement striping in kind. D. Restoration of Sidewalks. Wherever sidewalks have been removed for purposes of construction, the Contractor shall place suitable temporary sidewalks promptly after backfilling and shall maintain them in satisfactory condition until the final restoration there has been made. 1.7 EXISTING UTILITIES AND IMPROVEMENTS A. General. The Contractor shall protect all existing underground utilities and other improvements that may be impaired during construction operations. It shall be the Contractor’s responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The Contractor shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Utilities to be moved. In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the Contractor, be notified by the City to move such property. Time of relocation of the utility by the utility company is not a responsibility of the City. When utility lines that are to be removed are encountered within the area of operations, the Contractor shall notify the Engineer a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. C. Where the proper completion of the Work requires the temporary or permanent removal and/or relocation of an existing utility or other improvement that is indicated, the Contractor shall remove and, without unnecessary delay, temporarily replace or relocate such utility or improvement in a manner satisfactory to the Engineer and the City of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the Contractor in a manner that will restore or replace the utility or improvement as nearly as possible to its former location and to equal or better condition as found prior to removal. D. City’s Right of Access. The right is reserved to the City and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. E. Underground Utilities Indicated. Existing utility lines that are indicated or the locations of which are made known to the Contractor prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling, and if damaged, shall be immediately repaired or replaced by the Contractor to the satisfaction of the Engineer. F. Underground Utilities not indicated. In the event that the Contractor damages any existing utility lines that are not indicated or the locations of which are not made known to the Contractor prior to excavation, a written report there-of shall be made by the Contractor to the City. G. All costs of locating, repairing damage not due to failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the Work which was interrupted or idled during such Work will be paid for as extra Work. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EXISTING UTILITIES AND UNDERGROUND STRUCTURES 02 01 10 - 4 H. Approval of Repairs. All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility or improvement City before being concealed by backfill or other Work. Contractor to schedule with City for all inspections. I. Maintain In Service. All power and telephone or the communication cable ducts, gas and water mains, irrigation lines, sanitary sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the City of said pipelines, duct, main, irrigation lines, sanitary sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 1.8 TREES WITHIN STREET RIGHTS-OF-WAYS AND PROJECT LIMITS A. General. The Contractor shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the City. All existing trees and shrubs that are damaged during construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the City. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. Replace each plant that dies as a result of construction activities. B. The Contractor shall install protective fencing and warning signs around the drip line of all trees that are in, or overhang, the work area. All tree protection devices shall be visible, well- anchored, and approved in the field by the Engineer prior to clearing, grading, or beginning of construction and shall remain in place and maintained until the project is completed. No work activity, storage of materials, or vehicle passage is to occur over the drip line of the trees. C. Trimming. Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All limbs over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. D. Replacement. The Contractor shall immediately notify the City if any tree is damaged by the Contractor’s operations. If, in the opinion of the City, the damage is such that replacement is necessary, the Contractor shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the Contractor shall pay to the City of said tree a compensatory payment acceptable to the City, subject to the approval of the jurisdictional agency or City. The size of the trees shall be not less than 1-inch diameter nor less than 6 feet in height. 1.9 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sanitary sewer, storm drain, gas, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway; the Contractor shall notify the respective authorities representing the owners or agencies responsible for such facilities not less than three (3) days nor more than seven (7) days prior to excavation so that a representative of said owners of agencies can be present during such Work if they so desire. The Contractor shall also notify USA at (800) 227-2600 at least 2 working days, but no more than 14 calendar days, prior to such excavation. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EXISTING UTILITIES AND UNDERGROUND STRUCTURES 02 01 10 - 5 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 CONTRACTOR RESPONSIBILITY A. The Contractor shall anticipate water, sanitary sewer, electrical, gas, communication, drainage and telephone services. It may be expected that there will be variation in location from that as shown on the Drawings to the actual location. Contractor responsible for verifying actual location in the field after pre-marking by the various utilities affected. B. No extra payment will be allowed for the removal, replacement, repair, or possible increased cost caused by inadvertent or planned interception and breaking of underground obstructions which may exist. C. It should be understood that the various utilities are indicated on the Drawings to show only the approximate location and must be verified in the field by the Contractor. The various utility agencies will cooperate with the Contractor to endeavor to familiarize him with all known underground utilities obstructions, but this will not relieve the Contractor from full responsibility in anticipating and locating their actual location. D. The Contractor, in conjunction with the affected utility company(s), shall pothole and establish the horizontal and vertical location of all utilities shown on the Drawings and marked in the field. This may be done on an area-by-area basis, but shall be accomplished at least five working days in advance of the date of construction within such area. Any discrepancies (horizontal and/or vertical) between the location of a utility found by the potholing operation than that shown on the Drawings shall be brought to the Engineer’s attention immediately. Potholing shall be required at the connection to existing facilities prior to the shop drawing submittals. 3.2 PRIOR INVESTIGATION A. Prior to bidding, each bidder shall make his own subsurface investigations, talk to the various utilities affected to secure, for his own information, the knowledge of each utility with the precise location of their facilities so that he may take into account in his bid the difference in location from that believed to exist to that which may actually prove to be the precise location. END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EXISTING UTILITIES AND UNDERGROUND STRUCTURES 02 01 10 - 6 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 GEOTECHNICAL INVESTIGATION DATA 02 32 00 - 1 SECTION 02 32 00 GEOTECHNICAL INVESTIGATION DATA PART 1 GENERAL 1.1 INVESTIGATION A. Soil and subsurface investigations were conducted for this project, and the results and recommendations are contained in the following reports: 1. Title: Site Reconnaissance and Geotechnical Investigation for City of Ukiah Well #4 Site Development at Lorraine Street Ukiah, Mendocino County, California Date: September 5, 2014. Author: Rau and Associates, Inc. 2. Title: Site Reconnaissance and Geotechnical Investigation for City of Ukiah Well #9 Site Development at 509 Brush Street Ukiah, Mendocino County, California Date: July 10, 2014. Author: Rau and Associates, Inc. B. A copy of this information may be reviewed only at the office of the City or Engineer. A copy of the soils boring logs is included at the end of this section. C. Reproductions of information will NOT be available or made at the office of the Engineer. D. This report of explorations and tests of subsurface conditions at the site has been utilized by the Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the "technical" data contained in such reports but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. E. This Geotechnical Investigation is not part of the Contract Documents but the technical data contained therein upon which Bidder is entitled to rely are incorporated therein by reference. Such technical data is boring method, location and logs; and laboratory test methods and results. F. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data, which pertain to the physical conditions, surface or subsurface, at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 GEOTECHNICAL INVESTIGATION DATA 02 32 00 - 2 THIS PAGE INTENTIONALLY LEFT BLANK City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 DEMOLITION, SALVAGE AND ABANDONMENT 02 41 10 - 1 SECTION 02 41 10 DEMOLITION, SALVAGE AND ABANDONMENT PART 1 GENERAL 1.1 DESCRIPTION A. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor as required for the demolition, abandonment, or removal of pavements and structures and utility removals and abandonments, as indicated on the Drawings and as specified herein. B. The Work of this Section shall include, but shall not be limited to the following items: 1. Removal of sound enclosure, motor, pump column and pump. 2. Salvage of existing materials as shown on drawings. 3. Abandonment or removal of existing pipe and other utilities as indicated on the Drawings and specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02 01 00 - Site Conditions B. Section 02 01 10 - Existing Utilities and Underground Structures C. Section 02 32 00 - Geotechnical Investigation Data 1.3 DEMOLITION/ABANDONMENT COORDINATION A. The Contractor shall anticipate and coordinate construction demolition and improvement as shown on the Drawings and described in the Construction Documents. B. The Contractor shall carefully coordinate the extent of the Work in areas where existing utilities shall be reconnected to new facilities and where existing facilities shall remain operational. C. While Work is being performed, the Contractor shall provide adequate access for normal operations, including access, routine operation and maintenance. The Contractor shall erect and maintain fences, warning signs, barricades, and other devices as required for the protection of the Contractor's and City’s employees and the public around pipelines, structures and excavations. The Contractor shall remove all such protection when the demolition/abandonment operations are completed, or as Work progresses, or when directed by the Engineer or City. D. The Contractor shall coordinate all Work with the Engineer or City. E. The Contractor shall coordinate with work performed by other contractors at the project site related to the construction of new potable water supply wells at Well 4 and Well 9, and abandonment of the existing well at Well 4. F. The Contractor shall be responsible for scheduling and coordinating any required shut down and/or relocations as necessary for performance of the work. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 DEMOLITION, SALVAGE AND ABANDONMENT 02 41 10 - 2 1.4 SUBMITTALS A. Demolition and Abandonment Plan: The Contractor shall prepare and submit a Well Abandonment Plan to the Engineer for review at least 14 days prior to start of demolition. The procedures shall provide for safe conduct of the Work, careful deactivation, removal and disposition of materials and equipment, protection of property which are to remain undisturbed, coordination with existing facilities to remain in service, and timely disconnection of utility services. The procedures shall include a detailed description of the methods and equipment to be used for each operation, and the sequence of operation. This plan is to include an asbestos and lead paint survey if this is required by any agency with jurisdiction in the work area. 1.5 REPAIR OF DAMAGE A. Any damage to existing street improvements, utility poles, building elements to remain, other existing utilities and facilities to remain, and private property, as caused by the Contractor's operations shall be repaired at the Contractor's expense to the satisfaction of the Engineer. B. Damaged items shall be repaired or replaced with new materials as required to restore damaged items or surfaces to a condition equal to and matching that existing prior to damage or start of Work of this Contract. 1.6 PROTECTION OF EXISTING FACILITIES A. Before beginning any cutting, trenching, demolition or abandonment Work, the Contractor shall carefully inspect the existing facilities to determine the extent of the Work. The Contractor shall take all necessary precautions to prevent damage to existing facilities which are to remain in place and in operation. The Contractor shall be responsible for any damages to existing facilities, which are caused by the operations of the Contractor. Damages to such facilities shall be repaired or replaced to existing condition at no additional cost to the City and to the satisfaction of the Engineer. The Contractor shall carefully coordinate the Work of this Section with all other Work and shall provide shoring, bracing, and supports, as required. The Contractor shall ensure that structural elements are not overloaded and shall be responsible for increasing structural supports or adding new supports as may be required as a result of any cutting, removal, or demolition Work performed under any part of this Contract. The Contractor shall remove all temporary protection when the Work is complete or when so authorized by the Engineer. B. The Contractor shall carefully consider all bearing loads and capacities for placement of equipment and material. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 DEMOLITION AND ABANDONMENT OF FACILITIES A. Demolition shall be accomplished in accordance with applicable codes and regulations. Blasting shall not be permitted. B. Disposal of all materials shall be performed in compliance with all applicable local, state and federal codes, regulations, and requirements. Structures to be abandoned shall be cleaned prior to abandonment. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 DEMOLITION, SALVAGE AND ABANDONMENT 02 41 10 - 3 C. The Drawings used in this Contract to indicate demolition, abandonment and salvage are based on Record Drawings and the best available information on the existing facilities. The structures and utilities may differ slightly. Prior to the submittal of bids, the Contractor shall conduct a comprehensive survey of the facilities to verify the scope of Work, the extent of utilities, and the physical sequencing constraints. D. The Contract Drawings define the minimum portion of the structures to be removed. Unless otherwise shown on the Drawings, the Contractor may make rough cuts or breaks that exceed the limits of demolition shown. E. All debris, materials, piping, and miscellaneous waste products from the demolition process shall be removed safely from the project site as soon as possible. They shall be disposed of in accordance with applicable federal, state, and local regulations. The Contractor is responsible for determining and complying with these regulations and shall bear all costs associated with disposal of these items. F. All equipment, materials, and piping within the limits of the demolition shall become the property of the Contractor, unless noted otherwise on the Drawings, and shall be removed from the site. G. No toxic or hazardous materials are anticipated for demolition or removal. If these or questionable substances are found during the demolition process, report the condition immediately to the Engineer in writing. 3.2 UTILITIES A. The utilities at the Well 4 site include potable water, electricity and storm drains. Gas, communications, water main and sanitary sewer are located off the property on Lorraine Street. Existing utilities shall be maintained as specified in Section 02 01 10, “Existing Utilities and Underground Structures.” B. A storm drain is located within the Well 9 property. Water, sewer, communications and electrical lines are located on Brush Street. Existing utilities shall be maintained as specified in Section 02 01 10, “Existing Utilities and Underground Structures.” C. The Contractor shall be responsible for coordinating all utility service shut-downs with the City or City’s Representative before demolition is started. D. Where utility lines that are abandoned or are designated for abandonment are exposed by demolition excavation, they shall be removed. E. Sewer lines and other piping to be plugged and abandoned shall be done so in accordance with City of Ukiah Standards. F. All utilities designated to remain in service shall remain in service for the duration of the work. G. Salvage utility facilities for reuse where designated on the Drawings. Store in a safe and protected location until reinstalled. The Contractor shall be responsible for any damages to these facilities. Damages to such facilities shall be repaired or replaced with new at no additional cost to the City and to the satisfaction of the Engineer. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 DEMOLITION, SALVAGE AND ABANDONMENT 02 41 10 - 4 3.3 PAVING DEMOLITION A. Asphalt concrete and armor coats shall be saw cut with a suitable tool before excavation. For all roads and paved areas, saw cutting shall be required. Breaking of asphalt, concrete, or armor coats with jack hammers or excavation equipment will not be permitted. B. All edges of asphalt concrete or armor coats shall be cut four (4) inches vertically, with a neat, square edge. C. In all cases, existing asphalt paving or armor coating shall be saw cut out after construction and just prior to final paving to a point twelve (12) inches or more wider than each side of the trench line. Saw cuts shall be parallel or perpendicular to centerline of the trench. Any strip of existing pavement with a width of four (4) feet or less shall be removed and replaced with new pavement. D. The Contractor shall dispose of all Portland cement concrete and asphalt concrete generated from removal or demolition activities on the project at a recycler for these materials. The Contractor shall provide receipts verifying delivery and approximate quantity (TONS) of the material delivered to the material recycler. Recycled paving may be reused after inspection and written approval by the Geotechnical Engineer. 3.4 PROTECTED AREAS A. The existing structures not designated for removal, along with its associated utilities and landscaping, shall remain in place, in service and accessible to employees. The Contractor shall exercise caution when working near these structures. Any damage to this building, surrounding landscaping, or paved areas shall be repaired or replaced to original pre-contract conditions at the Contractor’s sole expense. The Contractor is responsible for providing any temporary access as required for this facility. B. All other areas of the site not within the limits of demolition and grading shown on the Drawings shall be left undisturbed. Any damage to these areas during the demolition or construction process shall be repaired or replaced to original pre-contract conditions at the Contractor’s sole expense. Disturbed areas, not within the demolition and grading limits shown on the Drawings, shall be reseeded. 3.5 BACKFILLING A. The Contractor shall backfill all demolition areas to final grade with appropriate fill material as shown on the Drawings and described in these Specifications. END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 1 SECTION 31 25 00 EROSION CONTROL PART 1 - GENERAL 1.1 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. 1. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) a. ASTM D 4439-14 Standard Terminology for Geosynthetics b. ASTM D 4491-14 Water Permeability of Geotextiles by Permittivity c. ASTM D 4533-11 Trapezoid Tearing Strength of Geotextiles d. ASTM D 4632-13 Grab Breaking Load and Elongation of Geotextiles e. ASTM D 4751-12 Determining Apparent Opening Size of a Geotextile f. ASTM D 4873-09 Identification, Storage, and Handling of Geosynthetic Rolls B. California Department of Transportation, Standard Specifications, Section 13 Water Pollution Control. C. Field Guide for Construction Site Dewatering. D. Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual (June 2011). E. Construction Site Best Management Practices (BMP) Manual. F. Construction Site Monitoring Program (CSMP) Guidance Manual. G. Manuals and templates are available at Caltrans Division of Construction website: http://www.dot.ca.gov/hq/construc/stormwater/. 1.2 GENERAL A. A Storm Water Pollution Prevention Plan (SWPPP) document is not required for this project. B. The General NPDES Permit NOI for review and approval by the Engineer, and implement water pollution prevention measures outlined in the approved WPCP, specified in this specification section, in Standard Specification Section 13, and the requirements of the National Pollution Discharge Elimination System (NPDES). C. The Contractor shall become fully informed of, and comply with the applicable Federal, State and local regulations that govern the Contractor's operations and storm water discharges from both the project site and areas of disturbance outside the project limits during construction. D. Unless arrangements for disturbance of areas outside the project limits are made by the City and made part of the contract, it is expressly agreed that the City assumes no responsibility to the Contractor or property owner whatsoever with respect to any arrangements made between the Contractor and property owner to allow disturbance of areas outside the project limits. E. The Contractor shall be responsible for the costs and for any liability imposed by law as a result of the Contractor’s failure to comply with the requirements set forth in this section including, but not limited to, compliance with the applicable provisions of Federal, State and local regulations. For the purposes of this paragraph, costs and liabilities include but are not limited to fines, City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 2 penalties and damages whether assessed against the State or the Contractor, including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. F. Conformance with the requirements of this section "Water Pollution Control," shall not relieve the Contractor from the Contractor's responsibilities, as provided in the Standard Specifications. G. Earthwork construction activities shall be limited to summer months from May 15 through October 15. H. Heavy equipment shall be placed outside of drainage channels except when necessary to perform the Work . I. Upon completion of construction activities, drainage channels shall be restored and re-contoured as nearly as practicable to pre-project conditions, and shall match adjacent natural channel contours. 1.3 EROSION AND SEDIMENT CONTROLS A. The controls and measures required by the Contractor include but are not limited to the items below. 1. Structural Practices: Structural practices shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit runoff and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented in a timely manner during the construction process to minimize erosion and sediment runoff. Structural practices shall include the following devices. a. Silt Fences. The Contractor shall provide silt fences as a temporary structural practice to minimize erosion and sediment runoff. Silt fences shall be properly placed and installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). Silt fences shall be installed in the locations indicated on the drawings. Final removal of silt fence barriers shall be upon approval by the Owner. b. Fiber Rolls (sediment logs or wattles): Contractor shall provide fiber rolls as temporary structural practice to minimize erosion and sediment runoff. Fiber rolls shall be properly placed and installed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in a area between a ridge and drain, fiber rolls shall be placed as work progresses; fiber rolls shall be removed/replaced/relocated as needed for work to progress in the drainage area). Areas where fiber rolls are to be used are shown on the drawings. Final removal of fiber roll barriers shall be upon approval by the Owner. Fiber Rolls shall be provided as follows: 1) Along the downhill perimeter edge of all areas disturbed. 2) Along the top of the slope or top bank of drainage ditches, channels, swales, etc. that traverse disturbed areas. 3) Along the toe of all cut slopes and fill slopes of the construction areas. 4) Perpendicular to the flow in the bottom of existing drainage ditches, channels, swales, etc. that traverse disturbed areas or carry runoff from disturbed areas. Rows shall be spaced a maximum of 100 feet apart. 5) Perpendicular to the flow in the bottom of new drainage ditches, channels, and swales. Rows shall be spaced a maximum of 100 feet apart. 6) At the entrance to culverts that receive runoff from disturbed areas. c. Diversion Dikes. Diversion dikes shall have a maximum channel slope of 2 percent and shall be adequately compacted to prevent failure. The minimum height measured from the top of the dike to the bottom of the channel shall be 18 inches. The minimum base width shall be 6 feet and the minimum top width shall be 2 feet. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 3 The Contractor shall ensure that the diversion dikes are not damaged by construction operations or traffic. Diversion dikes shall be located as shown on the drawings. 1.4 SUBMITTALS A. Prepare and submit a Water Pollution Control Plan, including a minimum of one (1) 11”x17” figure showing the details of the water pollution control measures and Best Management Practices (BMPs) that will be implemented. 1. As part of the water pollution control work, a Water Pollution Control Program, hereafter referred to as the "WPCP," is required for this contract. The WPCP shall conform to the requirements in Section 13-2, "Water Pollution Control Program," of the Standard Specifications, the requirements in the Caltrans manuals, and these Construction Details. 2. No work having potential to cause water pollution, as determined by the Engineer, shall be performed until the WPCP has been approved by the Engineer. 3. Within 30 calendar days after the approval of the contract, the Contractor shall submit 3 copies of the WPCP to the Engineer. The Contractor shall allow 10 days for the Engineer to review the WPCP. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the WPCP within 7 days of receipt of the Engineer's comments and shall allow 7 days for the Engineer to review the revisions. Upon the Engineer's approval of the WPCP, 3 additional copies of the WPCP incorporating the required changes shall be submitted to the Engineer. Minor changes or clarifications to the initial submittal may be made and attached as amendments to the WPCP. In order to allow construction activities to proceed, the Engineer may conditionally approve the WPCP while minor revisions or amendments are being completed. The objectives of the WPCP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain water pollution control measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site during construction under this contract. 4. The WPCP shall incorporate control measures and minimum requirements in the following categories: a. Soil stabilization practices; b. Sediment control practices; c. Wind Erosion Control practices; d. Tracking control practices; e. Non-storm water management and waste management and materials disposal control practices. 5. Specific objectives and minimum requirements for each category of control measures are contained in the Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual. 6. The Contractor shall consider the objectives and minimum requirements presented in the SWPPP-WPCP Preparation Manual for each of the above categories. When minimum requirements are listed for any category, the Contractor shall incorporate into the WPCP and implement on the project, one or more of the listed minimum controls required in order to meet the pollution control objectives for the category. In addition, the Contractor shall consider other control measures presented in the SWPPP-WPCP Preparation Manual and shall incorporate into the WPCP and implement on the project the control measures necessary to meet the objectives of the WPCP. The Contractor shall document the selection process in accordance with the procedure specified in the SWPPP-WPCP Preparation Manual. 7. The following contract items of work, as shown on the project Plans, shall be incorporated into the WPCP as critical temporary control measures: a. During construction and as part of the erosion control measures: 1) Place silt fence 1' minimum beyond all grading limits. 2) Place fiber rolls around all soil stock piles and at the grading limits. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 4 3) Place straw bales or rock bags around all storm drain inlets. 4) The Contractor shall consider other control measures to supplement these critical temporary control measures when necessary to meet the pollution control objectives of the WPCP. 8. The Contractor shall maintain and protect the temporary control measures throughout the duration of the project and shall restore these controls to the lines and grades shown on the Plans prior to acceptance of the project. 9. The WPCP shall include, but not be limited to, the following items as described in the Handbook: a. Project description and Contractor's certification; b. Project information; c. Pollution sources, control measures, and water pollution control drawings; and d. Amendments, if any. 10. The Contractor shall amend the WPCP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The WPCP shall also be amended if the WPCP has not achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially approved WPCP, which are required on the project to control water pollution effectively. Amendments to the WPCP shall be submitted for review and approval by the Engineer in the same manner specified for the initially approved WPCP. Amendments shall be dated and attached to the on-site WPCP document. 11. The Contractor shall keep a copy of the WPCP, together with updates, revisions and amendments at the project site. B. Submit all product data, laboratory test results, material source information, and certificates of compliance listed in this Section under a single submittal cover for review. Incomplete submittals will not be reviewed. C. Product Data: 1. Submit data for erosion control materials listed in this section indicating properties, test methods, and manufacturer's installation instructions. D. Material Source: Submit name of imported fill materials supplied. E. Manufacturer's Certificate: Submit Certifications that products meet or exceed specified requirements. PART 2 - PRODUCTS 2.1 TEMPORARY SILT FENCES A. The filter fabric shall meet the requirements of Section 88-1.02E of the State Standard Specifications. 1. Type: Woven. B. Mill Certificate or Affidavit. A mill certificate or affidavit shall be provided attesting that the fabric and factory seams meet chemical, physical, and manufacturing requirements specified above. C. The Contractor may use either wooden stakes or steel posts for silt fence construction. Wooden stakes utilized for silt fence construction, shall have a minimum cross section of 2 inches by 2 inches when oak is used and 4 inches by 4 inches when pine is used. Steel posts (standard "U" City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 5 or "T" section) utilized for silt fence construction, shall have a minimum weight of 1.33 pounds per linear foot. 2.2 TEMPORARY FIBER ROLLS (sediment logs or wattles) A. Standard Specifications, Section 21-1.02P Fiber Rolls. 1. Type A or Type B 2. 8 – 10 inches in diameter, 10 – 20 feet long. B. Standard Specifications, Section 13-6.03E Temporary Fiber Rolls. C. The Contractor shall use wooden stakes for fiber roll installation. Wooden stakes utilized for fiber roll installation, shall have a minimum cross section of 1 inch by 2 inches, or as suggested by the fiber roll manufacturer. 2.3 EROSION CONTROL BLANKETS A. Standard Specifications, Section 21-1.02O Jute Mesh or Netting. 2.4 TEMPORARY COVERS A. Standard Specifications, Section 13-5.02F Temporary Covers. B. Standard Specifications, Section 88-1.02H Temporary Covers. 2.5 GRAVEL-FILLED BAGS A. Standard Specifications, Section 13-5.02G Gravel-Filled Bags. B. Standard Specifications, Section 88-1.02F Gravel-Filled Bags. 2.6 SEDIMENT FILTER BAGS A. Standard Specifications, Section 88-1.02G Sediment Filter Bag. 2.7 TEMPORARY HYDRAULIC MULCH A. Standard Specifications, Section 13-5.03E Temporary Hydraulic Mulch (Bonded Fiber Matrix). B. Standard Specifications, Section 13-5.03F Temporary Hydraulic Mulch (Polymer-Stabilized Fiber Matrix). 2.8 TEMPORARY TACKED STRAW A. Standard Specifications, Section 13-5.03H Temporary Tacked Straw. 2.9 TEMPORARY HYDROSEED A. Standard Specifications, Section 13-5.03I Temporary Hydroseed. PART 3 - EXECUTION 3.1 GENERAL City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 6 A. Upon approval of the WPCP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the WPCP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these construction details, the Contractor's responsibility for WPCP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 8 1.06, "Suspensions," of the Standard Specifications. Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the Handbook and these construction details. B. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the duration of the project. C. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed prior to the start of any other construction activities. D. Throughout the winter season, the active, soil-disturbed area of the project site shall be no more than 0.04 acres. The Engineer may approve, on a case-by-case basis, expansions of the active, soil-disturbed area limit. The Contractor shall demonstrate the ability and preparedness to fully deploy soil stabilization practices and sediment control measures to protect soil-disturbed areas of the project site before the onset of precipitation. The Contractor shall maintain a quantity of soil stabilization and sediment control materials on site equal to 30 percent of that sufficient to protect unprotected, soil-disturbed areas on the project site and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully deploy control measures required to protect unprotected, soil-disturbed areas on the project site prior to the onset of precipitation. The Contractor shall include a current inventory of control measure materials and the detailed mobilization plan as part of the WPCP. E. Soil-disturbed areas of the project site shall be considered to be non-active whenever soil disturbing activities are expected to be discontinued for a period of 10 or more days and the areas are fully protected. Areas that will become non-active shall be fully protected with soil stabilization practices and sediment control measures within 5 days of the discontinuance of soil disturbing activities or prior to the onset of precipitation, whichever is first to occur. F. Active soil-disturbed areas of the project site shall be fully protected at the end of each day with soil stabilization practices and sediment control measures unless fair weather is predicted through the following work day. The weather forecast shall be monitored by the Contractor on a daily basis. G. The National Weather Service (http://www.weather.gov/) forecast shall be used. If precipitation is predicted prior to the end of the following work day, construction scheduling shall be modified, as required, and the Contractor shall deploy functioning control measures prior to the onset of the precipitation. H. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the WPCP for sediment tracking, wind erosion, non-stormwater management and waste management and disposal. I. The Engineer may order the suspension of construction operations which create water pollution if the Contractor fails to conform to the requirements of this section "Water Pollution Control" as determined by the Engineer. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 7 3.2 INSTALLATION OF SILT FENCES A. Silt fences shall extend a minimum of 16 inches above the ground surface and shall not exceed 34 inches above the ground surface. Filter fabric shall be from a continuous roll cut to the length of the barrier to avoid the use of joints. When joints are unavoidable, filter fabric shall be spliced together at a support post, with a minimum 6 inch overlap, and securely sealed. A trench shall be excavated approximately 4 inches wide and 4 inches deep on the upslope side of the location of the silt fence. The 4-inch by 4-inch trench shall be backfilled and the soil compacted over the filter fabric. Silt fences shall be removed upon approval by the Owner B. Maximum spacing for post supports shall be 6 feet on center. Posts shall be buried 12 inches minimum and shall not exceed 36-inches above the ground surface. 3.3 INSTALLATION OF FIBER ROLLS (sediment logs or wattles) A. Fine grade the subgrade by hand dressing where necessary to remove local deviations and to remove larger stones or debris that will inhibit intimate contact of the fiber roll with the subgrade. Prior to roll installation, contour a concave key trench 2 to 4 inches deep along the proposed installation route. Soil excavated in trenching should be placed on the uphill or flow side of the roll to prevent water from undercutting the roll. B. Place fiber rolls into the key trench and stake on both sides of the roll within 6 feet of each end. Spacing for stakes shall be 3 to 5 feet. Stakes are typically driven in on alternating sides of the roll. Stakes shall be buried 12 inches minimum. C. When more than one fiber roll is placed in a row, the rows should be abutted securely to one another to provide a tight joint, not overlapped. Fiber rolls shall be placed in a single row, lengthwise on the contour, with ends of adjacent rolls tightly abutting one another. 3.4 INSTALLATION OF OTHER SEDIMENT AND EROSION CONTROLS A. Install other sediment and erosion controls in accordance with project SWPPP and Standard Specification Section 13. 3.5 MAINTENANCE A. The Contractor shall maintain the temporary and permanent vegetation, erosion and sediment control measures, and other protective measures in good and effective operating condition by performing routine inspections to determine condition and effectiveness, by restoration of destroyed vegetative cover, and by repair of erosion and sediment control measures and other protective measures. The following procedures shall be followed to maintain the protective measures. 1. Silt Fence Maintenance. Silt fences shall be inspected in accordance with paragraph INSPECTIONS. Any required repairs shall be made promptly. Close attention shall be paid to the repair of damaged silt fence resulting from end runs and undercutting. Should the fabric on a silt fence decompose or become ineffective, and the barrier is still necessary, the fabric shall be replaced promptly. Sediment deposits shall be removed when deposits reach one-third of the height of the barrier. When a silt fence is no longer required, it shall be removed. The immediate area occupied by the fence and any sediment deposits shall be shaped to an acceptable grade. The areas disturbed by this shaping shall be re- vegetated. 2. Fiber Roll Maintenance. Fiber roll barriers shall be inspected in accordance with paragraph INSPECTIONS. Close attention shall be paid to the repair of damaged rolls, end runs and undercutting beneath rolls. Necessary repairs to barriers or replacement of rolls shall be accomplished promptly. Sediment deposits shall be removed when deposits reach one-half City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 EROSION CONTROL 31 25 00 - 8 of the height of the barrier. Roll rows used to retain sediment shall be turned uphill at each end of each row. When a fiber roll barrier is no longer required, it shall be removed. The immediate area occupied by the roll and any sediment deposits shall be shaped to an acceptable grade. The areas disturbed by this shaping shall be re-vegetated. 3.6 INSPECTIONS A. General. The Contractor shall inspect disturbed areas of the construction site, areas used for storage of materials that are exposed to precipitation that have not been finally stabilized, stabilization practices, structural practices, other controls, and area where vehicles exit the site at least once every seven (7) calendar days, within two (2) calendar days of forecasted rains, and within 24 hours of the end of any storm that produces 0.5 inches or more rainfall at the site. Where sites have been finally stabilized, such inspection shall be conducted at least once every month. B. Inspections Details. Disturbed areas and areas used for material storage that are exposed to precipitation shall be inspected for evidence of, or the potential for, pollutants entering the drainage system. Erosion and sediment control measures identified in the Storm Water Pollution Prevention Plan shall be observed to ensure that they are operating correctly. Discharge locations or points shall be inspected to ascertain whether erosion control measures are effective in preventing significant impacts to receiving waters. Locations where vehicles exit the site shall be inspected for evidence of offsite sediment tracking. C. Inspection Reports. For each inspection conducted, the Contractor shall prepare a report summarizing the scope of the inspection, name(s) and qualifications of personnel making the inspection, the date(s) of the inspection, major observations relating to the implementation of the Storm Water Pollution Prevention Plan, maintenance performed, and actions taken. The report shall be furnished to the Engineer within 24 hours of the inspection as a part of the Contractor's work. A copy of the inspection report shall be maintained on the job site. END OF SECTION City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 1 SECTION 33 21 13 PUBLIC WATER SUPPLY WELLS PART 1 GENERAL 1.1 SUMMARY A. Description 1. The Contractor shall provide all materials, equipment and labor, as well as secure all necessary permits to drill new wells, furnish and install conductor casings, well casings, well screens, filter pack, bentonite clay seal (conductor casing bed), bentonite clay pollution seal, sanitary seals, centralizers, and all appurtenances and tests required for the drilling and development of new monitoring and production wells. B. Section Includes: 1. Permitting requirements for well drilling 2. Materials for monitoring wells and production wells 3. Drilling operations for monitoring wells and production wells 4. Sequencing of well development for monitoring wells 5. Well development and aquifer testing for production wells 6. Remove motor, pump and abandon existing well 1.2 Related Sections: 1. Contract General Conditions and Special Provisions 2. Section 01 20 00 Price and Payment Procedures 3. Section 01 50 00 Temporary Facilities and Controls 4. Section 01 60 00 Product Requirements 5. Section 01 70 00 Execution and Closeout Requirements 1.3 REFERENCES A. American Petroleum Institute: 1. API 10A - Specification for Cements and Materials for Well Cementing. B. ASTM International: 1. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. 2. ASTM C150 - Standard Specification for Portland Cement. 3. ASTM A139 – Standard Specification for Grade B Low Carbon Steel Conductor Casing. 4. ASTM A778– Stainless Steel wire wrap. 5. ASTM F480 – Schedule 40 PVC well casing C. American Water Works Association: 1. AWWA A100 06- Standard for Water Wells. 2. AWWA C206 - Field Welding of Steel Water Pipe 3. AWWA C654 - Disinfection of Wells 4. AWWA C900 – Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. through 12 in. for Water Distribution D. California Department of Water Resources: City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 2 1. California Well Standards - Bulletin 74-90. 2. California Well Standards - Bulletin 74-81. E. California Code of Regulations (CCR): 1. Title 17, Div, 1, Ch, 5, Subch, 1, Group 4 –CDPH Drinking Water Supplies. 2. Title 22, Div. 4, Ch, 2-CEQA; and Ch. 16 – California Waterworks Standards. F. National Sanitation Foundation 1. NSF/ANSI Standard 61 Drinking Water System Components - Health Effects G. Mendocino County Environmental Health Division: 1. Mendocino County Well Ordinance and Special Permit Areas and Well Standards, April 4, 1994 1.4 SYSTEM DESCRIPTION A. Abandon Existing Well 4: 1. Disconnect and remove motor, pump column and pump. 2. Rip existing casing to ensure transmission of sealing material into filter pack. 3. Abandon by pressure grout from bottom at 185 feet to 5 feet bgs. 4. Cut off casing at 5 feet below ground surface and fill with compacted native material. 5. Demolish and remove all structures and above ground appurtenances and slab foundations. B. Monitoring well as shown in drawings at Well 4 site: 1. Drill hole for conductor casing. 2. Install conductor casing. 3. Drill Hole to 220 feet bgs max. 4. Filter pack appropriate for aquifer formation. 5. Well Screen appropriate for filter pack. 6. Blank Well Casing. 7. Clay seals between screen sections as shown in drawing. 8. Stainless steel centralizers as specified. 9. Grout Seal (inclusive of 5-foot thick hydrated bentonite). 10. Stove pipe well head enclosure, 3 feet above grade. 11. Total well depth: 210 feet deep. C. Production well as shown in drawings at Well 4 site: 1. Drill Hole for conductor casing. 2. Install conductor casing. 3. Drill Hole: to 210 if clay encountered at this depth or 220 feet bgs max. 4. Filter pack appropriate for aquifer formation. 5. Well Screen with slot size appropriate for filter pack. 6. Blank Well Casing. 7. Grout Seal (inclusive of 5-foot thick hydrated bentonite). 8. Total well depth: 220 feet deep. 9. Develop well as specified. 10. Perform pumping/aquifer test as specified D. Monitoring well as shown in drawings at Well 9 site: 1. Drill hole for conductor casing. 2. Install conductor casing. 3. Drill Hole to 260 feet bgs max. 4. Filter pack appropriate for aquifer formation. 5. Well Screen appropriate for filter pack. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 3 6. Blank Well Casing. 7. Clay seals between screen sections as shown in drawing. 8. Stainless steel centralizers as specified. 9. Grout seal (inclusive of 5-foot thick hydrated bentonite). 10. Stove pipe well head enclosure, 3 feet above grade. 11. Total well depth: 260 feet deep. E. Production well as shown in drawings at Well 9 site: 1. Drill Hole for conductor casing. 2. Install conductor casing. 3. Drill Hole to 260 feet bgs max. 4. Filter pack appropriate for aquifer formation. 5. Well Screen with slot size appropriate for filter pack. 6. Blank Well Casing. 7. Grout Seal (inclusive of 5-foot thick hydrated bentonite). 8. Total Well Depth: 260 feet deep. 9. Develop well as specified. 10. Perform pumping/aquifer test as specified 1.5 PERFORMANCE REQUIREMENTS A. Two water wells capable of producing design flow rate of a minimum of 800 gallons of water per minute (each) with a specific capacity of no less than 25 gpm/ft after 8 hours of continuous pumping (measured during Constant Rate Test). B. Minimum hydraulic well efficiency of 75 percent measured at the end of the well development. C. Clear water which is visually free of turbidity: Turbidity is to be measured at the target design capacity of the well or as agreed to by Engineer. Turbidity is to be measured at the end of well development, 5 minutes after start of well pumping, and is not to exceed five (5) NTU. D. Sand production less than 5 ppm average of three measurements measured at the end of development at the design flow rate during a 10 minute period using a “Rossum” sand sampler 1.6 SUBMITTALS A. Section Submittal Procedures: 1. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix Identify Project, Contractor, subcontractor and supplier; pertinent drawing and detail number, appropriate to submittal. 2. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of the Work and Contract Documents. 3. Schedule submittals to expedite Project, and deliver to Engineer at GHD Inc., 2235 Mercury Way, Suite 150, Santa Rosa, California, 95407. Coordinate submission of related items. 4. For each submittal for review, allow 7 days excluding delivery time to and from Contractor. 5. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 4 6. Product Data: Include data for all materials used in well construction including; conductor casing, blank casing, well screen, filter pack, centralizers, well monument materials, clay pollution seal, clay seal for bedding conductor casing, and cement sanitary seal. B. Section Submittals: 1. Pre-mobilization Submittals: a. Submittals to be issued separately for each of two well sites b. Well installation schedule inclusive of drilling, installation, well development and closeout submittals, broken out by bid schedule items c. Blank Well construction form to be used to document monitoring and production wells d. Blank Well development form to be used to record water quantity and quality during well development of the monitoring and production wells. e. Description of the method used for placement of the conductor casing. f. Description of the method and equipment used for placement of the filter pack which is consistent with AWWA A100-06 for the monitoring and production wells. g. Description of the method and equipment used for placement of the grout which is consistent with AWWA A100-06 for the monitoring and production wells. h. Description of the method and equipment used for well development which is consistent with AWWA A100-06 for the monitoring and production wells. i. Signed drilling permits from regulatory agency for the monitoring and production wells. j. Drilling fluids composition description and containment/disposal plan. k. Water disposal plan (accepted NPDES discharge permit) to ensure that development and zone test water is disposed of under permit at the drilling sites and that appropriate water storage tanks and dispersion filters are available. Submit evidence of Regional Water Quality Control Board approval prior to commencing field work. l. Submit manufacture description of materials installed and include copies of manufacturer’s MSDS for grout and bentonite. 2. Prior to Monitoring Well Installation Submittals: a. Submittals to be issued separately for each of two well sites b. Manufacturers' certification for conductor casing, well blank casing, well screen materials, one pound sample of filter pack material. 3. After Monitoring Well Installation Submittals: a. Submittals to be issued separately for each of two well sites. b. Signed copy of driller's field log for the monitoring well within 2 days of well completion. 4. Prior to Production Well Installation Submittals: a. Submittals to be issued separately for each of two well sites b. Submit Electric Logs from down-hole testing for the monitoring well. c. Submit well development records for the monitoring well. d. Submit zone testing pumping rate and duration records for the monitoring well zone testing. e. Disinfection plan meeting AWWA C654 Standards. Submit for approval prior to disinfecting well. f. Submit description of materials to be installed and include copies of manufacturer’s information for items installed for project including grout, bentonite, filter pack, conductor casing, well casing, well screen, sounding pipe and filter pack fill pipe. 5. After Production Well Installation Submittals: a. Submittals to be issued separately for each of two well sites. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 5 b. Signed copy of driller's field log for the production well within 2 days of well completion. 6. Prior to Production Well Pumping Test Submittals: a. Submittals to be issued separately for each of two well sites. b. Description of the methods and equipment that will be used to measure and maintain a constant pumping rate. c. Description of the water level measurement method. 7. Project Closeout Submittals a. Submittals to be issued separately for each of two well sites b. Submit signed copy of DWR Form 188 Well Completion Report for the monitoring and production wells within 10 days of well completion. c. Submit down-well video of completed production well in digital format on DVD or thumb drive. d. Product Data: Submit manufacturer's data for all products used in this section. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with Mendocino County Well Ordinance and Special Permit Areas and Well Standards, April 4, 1994 B. Perform Work in accordance with AWWA A100-06 C. Perform Work in accordance with California Code of Regulations Title 22 Chapter 16, California Waterworks Standards. D. Perform Work in accordance with California DWR Bulletin 74-81 E. Perform Work in accordance with California DWR Bulletin 74-90 F. Performance test required for well pump. Perform test per Hydraulic Institute Standards. G. Maintain one copy of each document on site. 1.8 QUALIFICATIONS A. Drilling Firm: Company specializing in performing Work of this section with minimum ten (10) years documented experience, a minimum of ten (10) municipal drinking water well projects, and currently licensed in State of California as a class C57 well driller. B. Drilling Equipment: Use equipment as needed to complete well. W ater is available from a hydrant located 50 feet south from the Well 4 drilling site. For the Well 9 site, a water main is located on Brush Street, but there is no hydrant within 200-feet of the property. Contractor shall be responsible for providing and bearing all costs of water required for the equipment, and shall not make any connections to the water system without first obtaining permission from the City, as specified in Section 01 50 00 – Construction Facilities and Temporary Controls. No mud pit is to be excavated at the site. Portable shaker tank and portable mud pits are acceptable. Disposal of all drilling fluids (mud) for both Replacement Well 4 and Well 9 is to be off-site. Well development water and aquifer test water is to be clarified and disposed of under Order No. R1-2015-0003 General NPDES No. CAG0024902. C. Waste Hauling: Drivers of Waste Hauling truck shall be able to show proof of appropriate California license for driving and operating the selected truck. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 6 1.9 SEQUENCING A. Contractor is to perform the work at the two well sites starting at the Well 9 Site. B. Work at the Well 4 Site begins with demolition and abandonment of the existing Well 4. C. At each site there may be periods of no work between the installation of the monitoring well and the completion of the production well. These periods of no work may be required for analysis of data, acquisition of permits or other considerations that may not be in the control of the Contractor. D. Apply and obtain County of Mendocino Division of Environmental Health permit for drilling four wells (2 monitoring wells and 2 productions wells) and abandonment of existing Well 4. File Notice of Intent for discharge of low threat water under Order No. R1-2015-0003 General NPDES No. CAG0024902. E. Drill and install monitoring well conductor casing. F. Drill and sample soil from monitoring well borehole. G. Confirm that pre-selected monitoring well screen and filter pack materials shown in drawings are appropriate (based on field examination). H. Contract for geophysical borehole E-logging. I. Submit soil samples for sieve analysis and filter pack sizing (for production well design). J. Construct monitoring well and perform well development. K. Allow for Engineer option to collect water samples. L. Perform zone testing in monitoring well in conjunction with Engineer collecting documentation of test results and allow Engineer to collect samples of the water at the end of each zone test. M. Drill and install production well conductor casing. N. Drill production well borehole. O. Contract for geophysical borehole E-logging. P. Order production well screen and filter pack materials based on sieve analysis of monitoring well boring materials. Q. Construct production well and perform well development using air-lift, bailing, and swabbing. R. Perform plumbness test on production well. S. Perform a dual view-camera video log of the new production well. T. Allow Engineer to install transducers in Production Well and Monitoring Well prior to aquifer test. U. Perform step drawdown and continuous rate aquifer tests on production well. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 7 V. Collect hand measurements of water elevation in Production Well and Monitoring Well during aquifer test along with discharge flow rate. W. Allow Engineer to collect Title 22 CCR water quality samples for analysis at end of aquifer test on Production Well. X. Disinfect well. 1.10 SITE CONDITIONS A. Access to the well site, water required for project, utilities and verification of utility location and depth, as well as storage shall be the sole responsibility of the contractor. B. Contractor is responsible for containing drilling fluids during drilling operations. Drill cuttings are to be removed by Contractor. Sediment must be removed from development water and zone test water prior to discharge to ground surface/surface water (Well 9) or drainage ditch (Replacement Well 4) under Order No. R1-2015-0003 General NPDES No. CAG0024902. No sediment or turbidity may be allowed to enter a waterway when discharging under the General NPDES Permit. All sediment, drilling fluids, drilling mud and waste are to be removed from the site by the Contractor. C. Verify all measurements related to the Site and well, including depth to water producing zones, prior to ordering and fabrication. Indicate field measurements on shop drawings and driller's field log for each well. D. Work hours are restricted to Monday through Friday 7 AM to 6 PM. No machinery of any kind may be operated except between 7 AM and 6 PM. Weekend work and holiday work is not permitted except in cases of necessity and with permission of Engineer. PART 2 PRODUCTS 2.1 MATERIALS FOR MONITORING WELL A. All materials shall be certified under NSF/ANSI 61 – Drinking Water System Components – Health Effects where applicable. B. Drilling fluids: Bentonite or polymers approved for drinking water systems may be used if preapproved by the Engineer. Drilling fluid should not reduce the permeability of the final well and must be completely cleared out of the wells during development. C. Conductor casing: Grade B low carbon steel, 14-inch nominal diameter, ¼ inch wall thickness or approved by Engineer. D. Well Casing (PVC): ASTM F480 PVC, 6-inch ID diameter, schedule 40. E. Well Screen (PVC): ASTM F480 PVC 6-inch internal diameter, schedule 40 PVC, machine cut slot. F. Centralizers: Stainless Steel expandable type to fit well casing and borehole. G. Filter Pack Material: 1. Clean, well-rounded, smooth and uniform, mostly grains. Material to be mostly siliceous with not more than 5 percent calcareous material by weight and a City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 8 minimum specific gravity of 2.5. 6 X 16 silica sand. Proposed gradation to be verified as appropriate by visual observation of soil during drilling. H. Isolation Seals: 1. Coated pellets as approved for drinking water systems. Bentonite to be 100% pure, nontoxic, chemically unaltered high swelling western sodium bentonite. Engineer to approve type and size of chips/pellets used during well construction. I. Grout: 1. Neat Cement consisting of Portland cement type ASTM C150 Type I or II with not more than 5 to 6.5 gallons of water per 94 pound bag of cement. Use of bentonite (up to 5 percent by weight of cement) to reduce shrinkage, or other additives to reduce permeability, increase fluidity, or control setting time must be approved by Engineer. The Contractor shall control the generation of heat so as not to melt or deform the PVC well casing. 2. Sand Cement consisting of Portland cement type ASTM C150 Type I or II. Sand- cement shall be mixed at a ratio of not more than 188 pounds of sand to one 94- pound sack of cement with not more than 7 gallons of water. Use of bentonite (up to 5 percent by weight of cement) to reduce shrinkage, or other additives to reduce permeability, increase fluidity, or control setting time must be approved by Engineer. The Contractor shall control the generation of heat so as not to melt or deform the PVC well casing. 3. Bentonite powder, chips and coated pellets as approved for drinking water systems. Engineer to approve type and size of chips/pellets used during well construction. J. Well Cap: 1. Watertight PVC locking well cap for 6-inch PVC monitoring wells. 2. Manufacturers: a. Contractor to propose manufacturer, product to be approved by Engineer prior to installation. K. Surface Completion: Steel protective casing “Stove Pipe”. Grade B low carbon steel, 10- inch diameter, ¼ inch wall thickness and lockable top. L. Temporary Sediment Settling Tanks: Provide one 20,000-gallon storage tank, with pump and cleanout capabilities for well development and zone testing sediment removal. A second tank shall be on-call for as-needed purposes at contractor’s expense. 1. Manufacturers: a. Baker Tanks b. Rain for Rent c. DenBeste Trucking d. Substitutions: Section 01 60 00 - Product Requirements 2.2 MATERIALS FOR PRODUCTION WELL A. All materials shall be certified under NSF/ANSI 61 – Drinking Water System Components – Health Effects where applicable. B. Production Well Conductor Casing: Grade B low carbon steel, 26 inch nominal diameter, ¼ inch wall thickness. C. Well head components – Filter pack fill pipe: size as shown on plans, extended 36 inches above the ground surface with a watertight threaded cap. Sounding tube with watertight threaded cap. Spare sounding tube with watertight threaded cap: The three pipes are to City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 9 be plastic zip-tied to well casing or other mechanical means approved by the Engineer in a manner which does not interfere with tremie of well seal or filter pack material. D. Well Blank Casing: Type 304 Stainless Steel ASTM A778, 16-inch nominal internal diameter, ¼ inch thickness. Welding shall be automatic submerged arc process using at least one pass on the inside and one pass on the outside. Lengths shall be furnished on order from the factory; circumferentially welded joints will not be permitted. Minimum wall thickness shall not be less than 5% of the nominal wall thickness specified. Ovality of the casing supplied shall not exceed 1%. Straightness of casing shall be no more than 0.125 inches of offset is measured over any 10 feet of casing. Section ends shall be machined flat perpendicular to the axis of the casing and shall not vary more than 0.010 inches at any point form a true plane at right angles to the axis of the casing. Ends shall be machined flat perpendicular the axis of the casing. Casing shall be furnished from the factory in lengths ordered by the Contractor with welding collars attached. Weld collars shall be the same thickness and have the same physical and chemical properties as the corresponding casing section. Collars must be 5 inches wide, rolled to fit the outside diameter, and factory welded to one end of each section with 2 inches on and 3 inches off. Section ends shall be machined flat perpendicular to the axis of the casing and shall not vary more than 0.010 inches at any point from a true plane at right angles to the axis of the casing. Three inspection windows must be provided in each collar. The blank section of casing located at the bottom of the well shall be completed with a factory supplied semi elliptical head (bull nose). E. Well Screen: Type 304 Stainless steel continuous slot, wire-wrap design, fabricated by circumferentially wrapping triangularly shaped wire around circular array of rods or perforated channels. Screen openings to be approved by Engineer to meet requirements of filter pack. Wire configuration to produce inlet slots with sharp outer edges, widening inwardly to minimize clogging. Screen must be provided by the same manufacture providing the Blank Casing and have matching physical and chemical properties to prevent galvanic corrosion. Screen shall have nominal 16 inch inside diameter and a 16.625 outside diameter. Screen shall have a collapse strength and safe hanging rating for a depth setting of at least 300 feet. Weld rings on screen shall be 4 inches wide. F. Filter Pack Fill Pipe: 3-inch diameter mild steel. Filter pack fill pipe to be open at the bottom with a threaded cap at the top. Casing shall be furnished with weld collars attached. Weld collars shall have the same physical and chemical properties as the corresponding casing sections. Collars must be 5 inches wide, rolled to fit the outside diameter, and factory welded to one end of each section with 2 inches on and 3 inches off. Section ends shall be machined flat perpendicular to the axis of the casing and shall not vary more than 0.010 inch at any point from a true plane at right angles to the axis from the casing. Three inspection windows must be provided in each collar. G. Sounding Pipe: 2-inch diameter mild steel pipe. Sounding tube to have five feet of 0.040 slot screened sections at the bottom of the tube, with a bottom cap. H. Spare Sounding Pipe: 2-inch diameter mild steel pipe. Sounding tube to have five feet of 0.040 slot screened sections at the bottom of the tube, with a bottom cap. I. Determine grading of production well filter pack material from sieve analyses of representative aquifer materials collected from monitoring well borehole at 5 foot intervals. J. Filter Pack Material: Clean, well-rounded, smooth and uniform, mostly grains. Material to be mostly siliceous with not more than 5 percent calcareous material by weight and a minimum specific gravity of 2.5. The material will not contain metals or other compounds which adversely affect the quality of the well water. 15-percent-passing size of filter pack City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 10 material shall be 4 to 6 times 30-percent-passing size of aquifer sample having the finest grain-size distribution. Minimum uniformity coefficient of filter pack material shall be 2.5. Filter pack to be approved by Engineer. K. Bentonite powder for mixture of grout, chips and coated pellets for seal as approved for drinking water systems. Engineer to approve type and size of chips/pellets used during well construction. L. Grout 1. Neat Cement consisting of Portland cement type ASTM C150 Type I or II with not more than 5 to 6.5 gallons of water per 94 pound bag of cement. Use of bentonite (up to 5 percent by weight of cement) to reduce shrinkage, or other additives to reduce permeability, increase fluidity, or control setting time must be approved by Engineer. 2. Sand Cement consisting of Portland cement type ASTM C150 Type I or II. Sand- cement shall be mixed at a ratio of not more than 188 pounds of sand to one 94- pound sack of cement with not more than 7 gallons of water. Use of bentonite (up to 5 percent by weight of cement) to reduce shrinkage, or other additives to reduce permeability, increase fluidity, or control setting time must be approved by Engineer. 3. Bentonite powder, chips and coated pellets as approved for drinking water systems. Engineer to approve type and size of chips/pellets used during well construction. M. Drilling Muds: If drilling fluids are required use bentonite and polymers as needed. All materials entering the boring require preapproval by Engineer. N. Temporary Sediment Settling Tanks: Provide one 20,000-gallon storage tank, with pump and cleanout capabilities for well development sediment removal. A second tank shall be on-call for as-needed purposes. 1. Manufacturers: a) Baker Tanks b) Rain for Rent c) DenBeste Trucking d) Substitutions: Section 01 60 00 - Product Requirements 2.3 MATERIALS FOR WELL ABANDONMENT A. All materials shall be certified under NSF/ANSI 61 – Drinking Water System Components – Health Effects where applicable. B. Neat cement mixture consisting of Portland cement type ASTM C150, Types I-II with not more than 5 to 6.5 gallons of water per 94 pound bag of cement. Use of up to 5% bentonite by weight of cement to reduce shrinkage. Other additives to reduce permeability, increase fluidity, or control setting time must be approved by Engineer's Representative. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions are capable of supporting equipment for performing drilling, development, testing and abandonment operations. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 11 B. Verify availability of sufficient water to accommodate drilling method selected by contractor for well installation. C. Acquire drilling permits from the Mendocino County Division of Environmental Health. Acquire water discharge permit for water discharged during well construction and testing. D. Mark site for Underground Service Alert (USA). Notify USA a minimum of 48 working hours prior to drilling. E. Begin drilling, once permits are in hand and schedule has been approved by Engineer. 3.2 PREPARATION A. Protect structures and plants near well from damage. B. Provide for Engineer equipment and vehicle access. C. Provide for site security of equipment. 3.3 WELL ABANDONMENT OF EXISTING WELL 4 A. Existing Well 4 construction and photograph is shown in drawings. The depth of the well was approximately 220 feet. Video of well in 2007 indicates that the bottom of the well is at 182.8 and the casing is split. Existing Well 4 is constructed of welded steel casing 5/16 inch thick and 16 inches in diameter. B. Demolish and remove structures as described in Section 02 41 00. C. Remove existing sound panels, motor, column pipe and pump. These are property of Contractor. D. Well casing is to be perforated or knifed at four locations every liner foot along the entire length of the existing well. Contractor is responsible for ensuring that grout sealing material can penetrate the filter pack of the existing well. E. Weld a plate over the top of the existing well to contain pressure. Neat cement is to be pumped under 30 psi of pressure measured at the top of the well via tremie pipe from the bottom of the well to within 5 feet of the ground surface. F. Water displaced by the placement of neat cement ground will be controlled and contained in onsite storage and tested for pH prior to discharge to sewer or under the General NPDES Permit if all requirements are met. G. Tremie pipe is to be a minimum of 2 inches in diameter. H. Tremie pipe will be placed a maximum of 5 feet from the bottom of the well prior to the placement of neat cement. The tremie pipe will be withdrawn as neat cement is placed. The tremie pipe bottom will remain embedded in the neat cement grout during the placement process. The tremie pipe shall be removed after grouting in complete unless leaving it in place is approved by Mendocino County. I. The existing well will be cut off 5 feet below ground surface and caped with concrete consistent with Mendocino County Well Ordinance and Special Permit Areas and Well Standards, April 4, 1994, Additional Requirements for Wells in Urban Areas. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 12 3.4 MONITORING WELL DRILLING A. Drill monitoring well borehole at location indicated on drawings. Drill appropriate diameter borehole for conductor casing to a depth of 50 feet. Install 3-feet of hydrated bentonite and push conductor casing 2-feet into the bentonite prior to installing annular cement seal. B. Grout outside annulus of conductor casing and allow 24 hours for grout to cure prior to re-commencing drilling. C. Drill appropriate diameter monitoring well borehole as shown on drawings, to identify lithology including the type and thickness of the aquifer units and the depth to clay aquitard, if encountered. D. Collect 5 pound soil samples every 10 feet and at changes in lithology, between 50 feet and final depth of boring shown on drawings. Submit samples to Engineer for sieve analyses. Sieve results to be used for Production well filter pack and screen selection. E. Provide geophysical electric log recording resistivity, spontaneous potential and gamma for the total depth of borehole. F. Record accurate log of materials penetrated to determine depths and thicknesses of underlying formations. G. Once soil samples have been delivered to Engineer submit recommended monitoring well screen size to Engineer for selection of well screen slot size and filter pack size. Do not place order for monitoring well screen prior to Engineer approval of well materials. This recommendation by driller for monitoring well screen size can be based on visual observation of the soil samples. H. Backfill open borehole from total depth of boring to the depth of well bottom with bentonite pellets, grout or other sealing method approved by the Engineer. I. Provide and install monitoring well casing, well screen, centralizers, filter pack, bentonite seals (pollution and isolation seals) and grout under observation of Engineer as per drawings. J. Once approved, place well casing and screen assembly after cleaning out borehole. If drilling fluids containing bentonite or polymers are used, the drilling fluid will need to be reconditioned (thinned by circulation and adding potable fresh water) in accordance with AWWA A100-06 Section 4.7.6.2. Keep screen and casing assembly under tension during filter pack placement. K. Notify and schedule with Mendocino County Division of Environmental Health inspector, as required by well installation permit. L. Inspect position of well casing and ensure casing is centered in borehole with minimum annular thickness of 3 inches for monitoring well. Centralizing devices are required at a minimum as shown on the drawings. M. Isolation Seals: Placement of Bentonite to be monitored at all times with a downhole measuring device free from potentially contaminating materials such as electrical tape or duct tape. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 13 N. Filter Packing: provide filter pack uniformly around all screened intervals. Place sand to a height of 5 feet above the top of the upper screen section. Ensure that filter pack is uncontaminated prior to installation. Filter pack is not to be stored directly on the ground or in proximity of potentially contaminating materials. O. Transition seal: Place a minimum of 3 feet of bentonite above the filter pack before placing the grout, in a manner which prevents bridging of the bentonite in the annulus. The depth to the top of the bentonite seal shall be directly measured and recorded immediately after placement. Hydrate bentonite and allow sufficient hydration time prior to installation of grout. P. Measure and record volume of filter pack, transition seal and isolation seal material installed to verify that sufficient filter pack has been installed to fill entire annular space. Q. Mechanically mix and place grout by tremie pipe in one continuous operation or in lifts to prevent excess heat in accordance with AWWA A100-06. R. Maintain well opening and casing free of contaminating or obstructive materials. S. Cut off Monitoring well casing 3-feet above grade. Do not permit cuttings to enter the casing. T. Provide and install temporary slip cap for top of monitoring well until wellhead protection is completed. U. Provide and install wellhead protection appurtenances as required to prevent damage to well head and pipes. 3.5 PRODUCTION WELL DRILLING A. Drill production well borehole at location indicated on drawings. Drill appropriate diameter borehole for conductor casing to a depth of 50 feet. Install 5-feet of hydrated bentonite and push conductor casing 3-feet into the bentonite prior to installing annular cement seal. B. Drill appropriate diameter production well borehole to a total depth of 220 feet. C. Provide geophysical electric log recording resistivity, spontaneous potential and gamma for the total depth of borehole. D. Engineer to select screen slot size and filter pack size prior to acquisition of well materials. E. Provide and install well casing, well screen, centralizers, filter pack, bentonite seal and grout under observation of Engineer as per drawings. F. Provide one (1) 2-inch mild steel pipe as per drawings for use as a sounding tube, and ensure that pipe is clear for measuring depth to water and bottom or other purposes. G. Provide spare one (1) 2-inch mild steel pipe as per drawings for use as a spare sounding pipe, and ensure that pipe is clear for measuring depth to water and bottom or other purposes. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 14 H. Provide on (1) 3-inch mild steel pipe as per drawings for use as a filter pack fill pipe, and ensure that pipe is clear for measuring depth to filter pack and adding additional filter pack after well development or other purposes. I. Notify and schedule with Mendocino County Division of Environmental Health inspector, if required by well installation permit, prior to well construction and placement of cement seal. J. Place Production Well casing and screen assembly after cleaning out borehole. If drilling fluids containing bentonite or polymers are used, the drilling fluid will need to be reconditioned (thinned by circulation with potable fresh water) in accordance with AWWA A100-06 Section 4.7.6.2. Keep PVC tubes, well screen and well casing assembly under tension during filter pack placement. K. Inspect position of well casing and ensure casing is centered in borehole with minimum annular thickness of 4 inches. Centralizing devices are required at a minimum at the bottom, middle, and top of the screened sections. Welding of centralizers is to occur only at weld collars with compatible stainless steel materials and welding rod. L. Filter Packing: provide filter pack uniformly around all screened intervals to a height of 5 feet above the top of the upper screen section. Ensure that filter pack is uncontaminated prior to installation. Filter pack is not to be stored directly on the ground or in proximity of potentially contaminating materials. M. Measure and recorded volume of filter pack material installed to verify that sufficient filter pack has been installed to fill entire annular space. N. Place a minimum of 5 feet of bentonite transition seal above the filter pack, before placing the grout, in a manner which prevents bridging of the bentonite in the annulus. The depth to the top of the bentonite seal shall be directly measured and recorded immediately after placement. Hydrate bentonite and allow sufficient hydration time prior to installation of grout. O. Mechanically mix and place grout by tremie pipe in one continuous operation or in lifts to prevent excess heat to 1 foot below the ground surface in accordance with AWWA A100- 06. P. The grout sanitary seal is to fill the annular space between the casing and the boring wall from top of the bentonite to 1 foot below the ground surface. Q. Maintain well opening and casing free of contaminating or obstructive materials. R. Ensure weld-collar is present 3-feet above grade of soil. Do not permit metal cuttings to enter casing if cutting or welding after well completion. Provide a minimum spare blank stainless steel casing 3 feet long for use by others to adjust elevation of well head. S. Test well for plumbness in accordance with AWWA A100-06. T. Tack-weld a cover plate over well casing prior to demobilization. U. Disinfect well by chlorination in accordance with AWWA A100-06 guidance and AWWA C654 Standards. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 15 3.6 WELL DEVELOPMENT FOR MONITORING WELL A. Develop well using methods consistent with AWWA A100-06. 1. Within 48 hours after completion of well and after the minimum cure time of the grout, develop well for a minimum of 8 hours of airlifting, bailing, swabbing and pumping. Commercial mud thinners and dispersants may be used with prior approval from Engineer. 2. During development verify elevation of filter pack and replenish as necessary to maintain elevation of filter pack. 3. Contractor to calculate specific capacity of the monitoring well during development. The specific capacity is the flow rate per foot of drawdown: Sc = Q(gpm)/s(ft) 4. Continue development as long as the well's specific capacity increases 5% or more for one hour of active development. 5. Development will be considered complete once sand content averaged among a minimum of 6 measurements in one (1) hour is not more than 5 mg/L and water is turbidity free for a continuous pumping period of one (1) hour at a minimum of 100 gpm. 6. Development water can be discharged to the ground (Well 9) or to the ditch (Well 4) after running it through a settling tank and a bag filter to remove all suspended solids and turbidity. Water to be discharged to ground to be contained from surface runoff by necessary best management practices per the approved BMP/PPP for the Order No. R1-2015-0003 General NPDES No. CAG0024902. 7. Contractor to coordinate discharge of development water with Engineer. 8. Contractor to obtain encroachment permit with City, if necessary. 9. Properly dispose of all solid waste off-site. B. Zone Test: After completion of monitoring well installation and well development, 1. Prepare zone test tool similar in function to example shown in drawing. 2. Allow Engineer to attach transducer to pipe column before insertion into well. 3. Insert tool into well to the lowest water bearing zone. 4. Tight fitting rubber disks or inflatable packers to be positioned a minimum of five feet above and below the screened interval. 5. Inflate packers to manufacturer specified air pressure, if used. 6. Measure air pressure in packers every 15 minutes for the duration of the zone test to ensure proper pressure is maintained, if used. 7. Pump water from each zone using an electric submersible pump at a rate of approximately 25 to 50 gpm for a period of 1.5 hours. 8. Measure flow rate with an inline flow meter. 9. If possible, pump each of the zones at the same flow rate. 10. Measure hydrostatic pressure in the discharge pipe at the well head at a location before any flow control valves. 11. Measure volume of water pumped with an inline totalizer meter. 12. Near the end of each zone test, allow Engineer to collect groundwater samples from the discharging water. 13. Repeat zone testing in middle water bearing zone and upper water bearing zone. C. Engineer will provide and install transducer(s) in monitoring well before placement of test pump. Transducers must be present in monitoring well for a minimum of 15 minutes prior to the start of the zone test. Transducer(s) to remain in well until completion of zone test. Contractor to assist with transducer installation and removal. D. Water from the Zone Test must be disposed as detailed in the well development and aquifer test section. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 16 E. Allow time near end of pumping portion of zone test for Engineer to collect water sample for Title 22 laboratory analysis. 3.7 WELL DEVELOPMENT AND AQUIFER TESTING FOR PRODUCTION WELL A. Develop well using methods consistent with AWWA A100-06 for purposes of determining well capacity for future public water well use. 1. Within 48 hours after completion of well and after the minimum cure time of the grout, develop well for a minimum of 8 hours of airlifting, bailing, swabbing and pumping. Commercial mud thinners and dispersants may be used with prior approval from Engineer.. 2. Contractor to calculate specific capacity of the production well during development. The specific capacity is the flow rate per foot of drawdown: Sc = Q(gpm)/s(ft) 3. Continue development as long as the well's specific capacity increases 5% or more for one hour of active development. 4. Development will be considered complete once sand content averaged among a minimum of 6 measurements in one (1) hour is not more than 5 mg/L and water is turbidity free for a continuous pumping period of one (1) hour at a minimum of 800 gpm. 5. Development water can be discharged to the ground (Well 9) or to the ditch (Well 4) after running it through a settling tank and a bag filter to remove all suspended solids and turbidity. Water to be discharged to ground to be contained from surface runoff by necessary best management practices per the approved BMP/PPP for the Order No. R1-2015-0003 General NPDES No. CAG0024902. 6. Contractor to coordinate discharge of development water with Engineer. 7. Contractor to provide management and personnel during water discharge periods. 8. Contractor to obtain encroachment permit with City, if necessary. 9. Properly dispose of all solid waste off-site. B. Prior to aquifer testing, disinfect well and equipment placed in well for aquifer test in accordance with AWWA A100-06 guidance and AWWA C654 Standards. Disinfection prepares well for Title 22 testing at completion of aquifer test. C. Aquifer Test: After completion of production well installation and well development, complete a step drawdown test by pumping the well at a sufficient number of rates, but not less than three (3) rates, to determine the well’s specific capacity. 1. The range of discharge rates shall be within a maximum rate of 800 gallons per minute (gpm), or the maximum capacity of the well, and the step test is anticipated to be conducted at 200 gpm, 450 gpm and 800 gpm. The maximum pumping rate is achieved when the groundwater level is not at an elevation lower than 10 feet above the top of the well screen. The contractor will pump at each rate for approximately 8 hours, or until the water level has stabilized for at least 2 hours. Maximum time for total step drawdown test is limited to 24 hours. 2. Using the aquifer test form supplied by Contractor and approved by Engineer, collect and record accurate depth to water level measurements, pumping rate, and totalizer readings at a frequency of five (5) minute intervals for the first hour at each pumping rate and 0.5 hour intervals for subsequent hours. 3. After completion of step drawdown test, immediately, without shutting off pump, perform a constant rate aquifer test using the sustainable pumping rate determined during the step test. 4. The constant rate aquifer test duration is 24 hours. Continue to collect and record required information on aquifer test form. City of Ukiah June 2015 Installation of Replacement Well 4 and New Well 9 Spec Number 14-05 8411192 PUBLIC WATER SUPPLY WELLS 33 21 13 - 17 5. Collect and record recovery of water levels at a sufficient interval (not more than 0.25 hour intervals) after completion of constant rate pump test until water level has recovered to at least 95% or a minimum of eight (8) hours after the end of the pumping phase. Use the aquifer test recovery form provided below. 6. Contractor to calculate specific capacity of production well. The specific capacity is the flow rate per foot of drawdown. Sc = Q(gpm)/s(ft) 7. Engineer will provide and install transducer(s) in production well after placement of test pump, at least one hour prior to start of step test. Transducers must be present in test well for a minimum of 15 minutes prior to the start of the step test. Transducer(s) to remain in well until completion of recovery phase of constant rate pump test. Contractor to assist with transducer installation and removal. 8. Water from the Step Drawdown must be disposed of to the drainage under the Order No. R1-2015-0003 General NPDES No. CAG0024902 conditions. 9. Allow time near end of pumping portion of constant rate test for Engineer to collect water sample for Title 22 laboratory analysis. Do not start recovery portion of step test until water sample collection is complete. 3.8 ERECTION TOLERANCES A. Maximum Variation From Plumb: In accordance with AWWA A100, 1/2 inch not to exceed 2/3 of casing diameter per 100 feet of well depth. B. Maximum Offset From Indicated Position of Well: Two (2) feet. C. Minimum acceptable Specific Capacity is 25 gpm/ft measured at the end of twenty four (24) hours of continuous pumping at no less than 800 gpm. 3.9 FIELD QUALITY CONTROL A. Notify Engineer three days prior to well development and flow rate testing. B. Water Quantity: 800 gpm with no more than 32 feet of drawdown. C. Water Quality: Allow water sample collection by Engineer. D. Sand Content: <5 mg/L. 3.10 SITE CLOSEOUT A. After installation of well is complete, rinse out temporary storage tanks and clear the surrounding area of debris and cuttings. B. Dispose of drilling mud, soil cuttings, waste, well development water/ sediment and well pumping test water. END OF SECTION Installation of Replacement Well 4 And New Well 9 133 Spec. No. 14-05 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR Installation of Replacement Well 4 and New Well 9 Specification No. 14-05 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is m ade without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) That he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreem ent herein contained a) To provide all necessary machinery, tools, apparatus and other m eans of construction; b) To furnish all m aterials; c) To provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably im plied hereby or as necessary to complete the work in the m anner and within the time nam ed herein and according to the requirem ents and to the reasonable satisfaction of the City Engineer; d) To pay all charges of freight transportation and hauling; 2) That he or she indemnifies the City against any loss or dam age arising from any act of the undersigned as Contractor; and 3) That he or she will accept as full payment therefore the following sums: Installation of Replacement Well 4 And New Well 9 134 Spec. No. 14-05 BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. In any discrepancy between unit prices and extended amounts for a bid item using unit prices (specified unit price multiplied by specified quantity for bid item does not equal the extended amount for the item), the specified unit price will control and will be used by the City to compare bids in selecting the lowest bid and in awarding the contract. If the specified total bid amount does not equal the total of the extended amounts for all bid items, the City will use the total of the extended amounts for each bid item (adjusted, if necessary, so that the extended amount equals the specified unit price multiplied by the specified quantity for that bid item) to compare bids in selecting the lowest bid. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions, Requirements of the Construction Contract, and represent the total, complete, in-place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work, components, accessories, and connections, shown in applicable details or required to yield a complete, sound, and functional component or system appropriate for its intended function, whether or not such is specifically described or listed in any description of measurement or payment. The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the contract documents and yield a fully functional project shall be considered as incidental to the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Base Bid. BASE BID ITEM NO. QUANTITY UNIT DESCRIPTION AND UNIT PRICE BID (in words and in figures) EXTENDED AMOUNT FOR ITEM (in figures) 1 1 LS Mobilization/Demobilization Monitoring Well MW 4A ($ ) $ 2 1 LS General NPDES Permit Well 4 Site ($ ) $ 3 225 LF Drill Monitoring Well Boring MW 4A ($ ) $ 4 210 LF Monitoring Well Construction MW 4A ($ ) $ 5 1 LS Monitoring Well Development MW 4A ($ ) $ Installation of Replacement Well 4 And New Well 9 135 Spec. No. 14-05 6 1 LS Monitoring Well Zone Testing MW 4A ($ ) $ 7 1 LS Mobilization/Demobilization Replacement Well 4 ($ ) $ 8 220 LF Drill Replacement Well 4 Boring ($ ) $ 9 50 LF 26-inch Conductor Casing Replacement Well 4 ($ ) $ 10 220 LF Replacement Well 4 Well Construction ($ ) $ 11 1 LS Replacement Well 4 Development ($ ) $ 12 1 LS Aquifer Pump Testing Replacement Well 4 ($ ) $ 13 1 LS Abandonment of Existing Well 4 and Demolition ($ ) $ 14 1 LS Mobilization/Demobilization Monitoring Well MW 9A ($ ) $ 15 1 LS General NPDES Permit Well 9 Site ($ ) $ 16 260 LF Drill Monitoring Well MW 9A Boring ($ ) $ 17 260 LF Monitoring Well 9A Construction ($ ) $ Installation of Replacement Well 4 And New Well 9 136 Spec. No. 14-05 18 1 LS Monitoring Well 9A Development ($ ) $ 19 1 LS Monitoring Well 9A Zone Testing ($ ) $ 20* 1 LS Mobilization/Demobilization New Well 9 ($ ) $ 21* 260 LF Drill New Well 9 Boring ($ ) $ 22* 50 LF 26-inch Conductor Casing New Well 9 ($ ) $ 23* 260 LF New Well 9 Construction ($ ) $ 24* 1 LS New Well 9 Development ($ ) $ 25* 1 LS Aquifer Pump Testing New Well 9 ($ ) $ Total Base Bid Amount in Words: Total Base Bid Amount in Figures: $ *Note: Production Well 9 may not be installed if the City, in the exercise of its discretion, determines that the test results from Monitor Well MW 9A do not support the construction of the production Well 9. In addition, there may be a multi-week delay between the installation of Monitor Well MW 9A and the final decision to proceed with new Well 9. The compensation for the bid items marked by an asterisk will not be increased due to any such delay and will not be paid, if the City decides not to proceed with new Well 9 and the bid amounts associated with Well 9 will not be part of the Contract (Per Specification Section 01 20 00 – Price and Payment Procedures). Installation of Replacement Well 4 And New Well 9 137 Spec. No. 14-05 We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids, and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of ___________________________, 20___. Licensed in accordance with an act providing for the registration of California Contractors License No. _______________ , expiration date _____________________. THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number:_____________________ Signature of bidder or bidders, with business name, address, phone number and fax number: ___________________________________________________< SIGN HERE Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. Installation of Replacement Well 4 And New Well 9 138 Spec. No. 14-05 FAIR EMPLOYMENT PRACTICES CERTIFICATION TO: The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. Installation of Replacement Well 4 and New Well 9 (Signature of Bidder) Business Name and Mailing Address: Business Location: (The bidder shall execute the certification of this page prior to submitting his or her proposal.) Installation of Replacement Well 4 And New Well 9 139 Spec. No. 14-05 WORKER’S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Com pensation or undertake self-insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the perform ance of the work of this contract. Witness my hand this day of , 201__ Signature of Bidder, with Business Address: Installation of Replacement Well 4 And New Well 9 140 Spec. No. 14-05 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT T he bidder represents that he or she has/has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: Date (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employm ent Opportunity for implementing Executive Orders 10925 and 11114.) Installation of Replacement Well 4 And New Well 9 141 Spec. No. 14-05 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the State Governm ent Code and any am endm ents thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction site in an am ount in excess of one-half of 1 percent of the total bid and (b) the portion of the work to be done by each subcontractor. Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number. Installation of Replacement Well 4 And New Well 9 142 Spec. No. 14-05 STATEMENT OF EXPERIENCE BIDDER T he bidder is required to state below what work of sim ilar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, sk ill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. Installation of Replacement Well 4 And New Well 9 143 Spec. No. 14-05 SIGNATURE(S) OF BIDDER Accompanying this proposal is (insert the words "cash ($)", "cashier's check" or "bidder's bond", as the case m ay be) in an am ount equal to at least 10 percent of the bid. T he nam es of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the nam es of the president, secretary, treasurer and manager thereof. If a co-partnership, provide the true name of firm and also the nam es of all individual co-partners com posing the firm. If bidder or other interested person is an individual, provide the first and last nam es in full. Licensed in accordance with an act providing for the registration of Contractors: License No. , License Expiration Date . Signature(s) of Bidder: NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership; and if bidder is an individual, his or her signature shall be placed above. If a mem ber of a partnership, a Power of Attorney must be on file with the Departm ent prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: Place of residence: Dated: Installation of Replacement Well 4 And New Well 9 144 Spec. No. 14-05 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, T hat we, , as PRINCIPAL and , as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF T HE BID of the Principal above nam ed, submitted by said Principal to the City of Ukiah, as the case may be, for the work described below, for the pa ym ent of which sum in lawful m oney of the United States, well and truly to be m ade, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ T HE CONDITION OF THIS OBLIGATION IS SUCH, T hat whereas the Principal has submitted the above m entioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on August 5, 2014 for INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9. NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and m anner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful perform ance and the other to guarantee paym ent for labor and m aterials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this _______ day of , A.D. 20___. (Seal) (Seal) (Seal) Principal (Seal) (Seal) (Seal) Surety Address: Installation of Replacement Well 4 And New Well 9 145 Spec. No. 14-05 NON-COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting his or her bid. To City Council, City of Ukiah: T he undersigned in submitting a bid for performing INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise tak en any action in restraint of free com petitive bidding in connection with such contract. Signature(s) of Bidder Business Address: Place of Residence: NOTARIZATION Subscribed and sworn to before me this day of , 201 . Notary Public in and for the County of , State of California. My Commission Expires , 201 . Installation of Replacement Well 4 And New Well 9 146 Spec. No. 14-05 CITY OF UKIAH Mendocino County, California AGREEMENT FOR INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 Specification No. 14-05 THIS AGREEMENT, made this _________ day of ___________________, 20____, but and between the City of Ukiah, Mendocino County, California, hereinafter called the City and , hereinafter called the Contractor, WITNESSED: WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW , THEREFORE, THIS AGREEMENT WITNESSED: Article 1. Work to be Done and Contract Days Allowed. That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials (as described), superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Project Manager. The Contractor shall complete the work within sixty-five (65) calendar days. Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer. Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Installation of Replacement Well 4 And New Well 9 147 Spec. No. 14-05 Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action 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. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to establish, reestablish or renew a pre-qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre- qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for each person who was denied employment as a result of such non- compliance, the penalties provided in the Labor Code for violation of prevailing Installation of Replacement Well 4 And New Well 9 148 Spec. No. 14-05 wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti- discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees’ referrals (including unions, employment agencies, advertisements, Department of Employment) of the content of the anti-discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. b. Otherwise implement an affirmative anti-discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals, firms or organizations during the period of its pre-qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Scales 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement Installation of Replacement Well 4 And New Well 9 149 Spec. No. 14-05 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this ______ day of _________, 20___. CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: CITY MANAGER, CITY OF UKIAH Attest: CITY CLERK, CITY OF UKIAH By: CONTRACTOR Attest: Title: The foregoing contract is approved as to form and legality this _______ day of __ _____, 20_ . CITY ATTORNEY, CITY OF UKIAH Installation of Replacement Well 4 150 Spec. No. 14-05 and New Well 9 INDEMNIFICATION AGREEMENT This Indemnification Agreement is m ade and entered in Ukiah, California, on , 201 , by and between the City of Ukiah (Ukiah) and (Contractor) Contractor is for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from dam age or dam age claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or dam age, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor’s negligent or wrongful perform ance under the work order attached hereto, except for claims, losses, or dam ages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. CONTRACTOR BY: TITLE: Installation of Replacement Well 4 And New Well 9 151 Spec. No. 14-05 CITY OF UKIAH Mendocino Count y, California FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, , AS PRINCIPAL, and , AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the “City”, in the penal sum of dollars ($ ) for the paym ent of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated , 201 , a copy of which is hereto attached and m ade a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized m odifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it m ay incur by reason of such claims, including its attorne y's fees and court costs, and if the Principal shall make full paym ent to all persons supplying labor, services, m aterials, or equipm ent in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the perform ance of the Contract as well as paym ent of gasoline and special motor fuels taxes in the performance of the Contract and all m otor vehicle fees required for commercial m otor vehicles us ed in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No m odification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrum ent and affixed their seals hereto, this day of ,201 . In the presence of: WITNESS: (SEAL) (Individual Principal) (Business Address) (City/State/Zip Code) Installation of Replacement Well 4 And New Well 9 152 Spec. No. 14-05 WITNESS: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: (Corporate Surety) Affix Corporate Seal (Business Address) (City/State/Zip Code) The rate of premium on this bond is $ per thousand. The total am ount of premium charges is $ .. (The above is to be filled in by Surety Com pany). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I , certify that I am the Secretary of the corporation nam ed as Principal in the foregoing bond; that , who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal Installation of Replacement Well 4 And New Well 9 153 Spec. No. 14-05 CITY OF UKIAH Mendocino Count y, California MATERIAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, , AS PRINCIPAL, and , AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the “City” in the penal sum of dollars ($ ) for the paym ent of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated , 20 , a copy of which is hereto attached and m ade a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized m odifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it m ay incur by reason of such claims, including its attorne y's fees and court costs, and if the Principal shall make full paym ent to all persons supplying labor, services, m aterials, or equipm ent in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the perform ance of the Contract as well as paym ent of gasoline and special motor fuels taxes in the performance of the Contract and all m otor vehicle fees required for commercial m otor vehicles us ed in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No m odification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrum ent and affixed their seals hereto, this day of ,201 . In the presence of: WITNESS: (SEAL) (Individual Principal) (Business Address) (City/State/Zip Code) Installation of Replacement Well 4 And New Well 9 154 Spec. No. 14-05 WITNESS: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: (Corporate Surety) Affix Corporate Seal (Business Address) (City/State/Zip Code) The rate of premium on this bond is $ per thousand. The total am ount of premium charges is $ .. (The above is to be filled in by Surety Com pany). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, , certify that I am the Secretary of the corporation nam ed as Principal in the foregoing bond; that , who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal Installation of Replacement Well 4 And New Well 9 155 Spec. No. 14-05 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND 1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable. 2. The name of the Principal shall be shown exactly as it appears in the Contract. 3. The penal sum shall not be less than required by the Specifications. 4. If the Principals are partners or joint venturers, each mem ber shall execute the bond as an individual and state his place of residence. 5. If the Principal is a corporation, the bond shall be executed under its corporate seal. If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the corporate nam e. 6. The official character and authority of the person(s) executing the bond for the Principal, if a corporation, shall be certified by the Secretary or Assistant Secretary thereof under the corporate seal, or copies attached to such records of the corporation as will evidence the official character and authority of the officer signing, duly certified by the Secretary or Assistant Secretary, under the corporate seal, to be true copies. 7. The current power-of-attorney of the person signing for the surety com pany must be attached to the bond. 8. The date of the bond must not be prior to the date of the Contract. 9. The following inform ation must be placed on the bond by the surety com pany: a. The rate of premium in dollars per thousand; and b. T he total dollar am ount of premium charged. 10. The signature of a witness shall appear in the appropriate place attending to the signature of each party of the bond. 11. Type or print the name underneath each signature appearing on the bond. 12. An executed copy of the bond must be attached to each copy of the Contract (original counterpart) intended for signing. Installation of Replacement Well 4 And New Well 9 156 Spec. No. 14-05 CITY OF UKIAH Mendocino Count y, California DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) KNOW ALL MEN BY THESE PRESENTS, That we, , as PRINCIPAL and , as SURETY, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of ($ ), (5 PERCENT OF THE FINAL CONTRACT AMOUNT) to which pa ym ent well and truly to be m ade, we do bind ourselves, our and each of our heirs, executors, administrators successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal entered into a Contract with the City Of Ukiah dated for WHEREAS, said Contract has been completed, and was approved on the , day of , NOW, THEREFORE, THE CONDITION OF T HIS OBLIGATION IS SUCH, that if the Principal shall guarantee that the work will be free of any defective m aterials or workmanship which become apparent during the period of one (1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full force and effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the surety assum es no liability for such a guarantee. Signed, sealed, and dated this day of , 20 . (Seal) BY: (Seal) (Seal) Principal (Seal) BY: (Seal) (Seal) Surety Installation of Replacement Well 4 And New Well 9 157 Spec. No. 14-05 EXAMPLE INSURANCE CERTIFICATES AND ENDORSEMENT FORMS N:\US\San Francisco\Projects\02502 - City of Ukiah\02502-8411192 Well #4 Rehab_New Well #9\04-Technical Work\Well 4\Opinion of Cost\Well Development Estimate\;8411192_Estimate (Well Dev);Summary 1 of 1 Well 4 Well 9 Total Bid Item Description No Unit Unit Cost Unit Cost Cost 1 Mobilization/ Demobilization Monitoring Well MW 4A 1 LS 22,000$ 22,000$ 2 General NPDES Permit Well 4 Site 1 LS 9,100$ 9,100$ 3 Drill Monitoring Well Boring MW 4A 225 LF 87$ 19,500$ 4 Monitoring Well Construction MW 4A 210 LF 108$ 22,750$ 5 Monitoring Well Development MW 4A 1 LS 8,060$ 8,060$ 6 Monitoring Well Zone Testing MW 4A 1 LS 14,000$ 14,000$ 7 Mobilization/ Demobilization Replacement Well 4 1 LS 63,800$ 63,800$ 8 Drill Replacement Well 4 Boring 220 LF 148$ 32,500$ 9 26-inch Conductor Casing Replacement Well 4 50 LF 570$ 28,500$ 10 Replacement Well 4 Construction 220 LF 581$ 127,850$ 11 Replacement Well 4 Development 1 LS 19,670$ 19,670$ 12 Aquifer Pump Testing Replacement Well 4 1 LS 25,100$ 25,100$ 13 Abandonment of Existing Well 4 and Demolition 1 LS 51,840$ 51,840$ 14 Mobilization/ Demobilization Monitoring Well MW 9A 1 LS 22,000$ 22,000$ 15 General NPDES Permit Well 9 Site 1 LS 9,100$ 9,100$ 16 Drill Monitoring Well Boring MW 9A 260 LF 75$ 19,500$ 17 Monitoring Well 9A Construction 260 LF 107$ 27,874$ 18 Monitoring Well 9A Development 1 LS 8,060$ 8,060$ 19 Monitoring Well 9A Zone Testing 1 LS 14,000$ 14,000$ 20 Mobilization/ Demobilization New Well 9 1 LS 63,800$ 63,800$ 21 Drill New Well 9 Boring 260 LF 125$ 32,500$ 22 26-inch Conductor Casing New Well 9 50 LF 570$ 28,500$ 23 New Well 9 Construction 260 LF 541$ 140,630$ 24 New Well 9 Development 1 LS 19,670$ 19,670$ 25 Aquifer Pump Testing New Well 9 1 LS 25,100$ 25,100$ Subtotal Materials 8.75% Sales Tax on Materials Subtotal Bare Costs 444,670$ 410,734$ 855,404$ Contractor's General Conditions, Bonds, Insurance, Overhead, and Profit 21%%93,381$ 86,254$ 179,635$ Estimated Bid Price 538,051$ 496,988$ 1,035,039$ Contingency 10%%53,805$ 49,699$ 103,504$ Annual Escalation 6%%10,044$ 9,277$ 19,321$ Total Construction Cost 602,000$ 556,000$ 1,158,000$ ENR CCI (March 2015): 9992.34 Quantity Engineer's Opinion of Probable Construction Cost GHD Job No. 02502-8411192 City of Ukiah INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 May 28, 2015 Final Review 100% Submittal Attachment 3 Continued on Page 2 RECOMMENDED ACTION(S): Accept the proposed budget calendar and provide staff direction on public input dates. ALTERNATIVES: 1) Reject the proposed budget calendar and provide staff direction to revise. 2) Propose Changes to the budget calendar and accept the budget calendar with the proposed changes. Citizens advised: Requested by: City Council Prepared by: Karen Scalabrini, Finance Director Coordinated with: Finance Controller, Jan Newell; Senior Management Analyst, Sheri Mannion; Administrative Analyst, Daphine Harris. Presenter: Karen Scalabrini, Finance Director Attachments: None COUNCIL ACTION DATE: _____________:  Approved  Continued to___________________ Other _______ RECORDS APPROVED:  Agreement: ___________________  Resolution: ___________  Ordinance: __________ ITEM NO.: MEETING DATE: 13c October 21, 2015 AGENDA SUMMARY REPORT SUBJECT: Annual Budget Calendar Scheduling Summary: Council will review the annual budget calendar schedule for fiscal year 2016-2017. Background: The City adopts annual budgets by fiscal year starting July 1 and ending June 30 to appropriate funds for City operations and capital projects. These budgets provide staff with direction and place limits on spending. Discussion: The budget team has worked together to provide a budget calendar that includes the new cost allocation process to be completed by the end of December as promised at the August 19th Council meeting. The following is the proposed timeline for the fiscal year budget 2016-2017. Please note that additional public outreach is not included. Staff is looking for Council direction on adding public outreach into the budget calendar. November 2015 •November 1 - Finance to distribute worksheets for FY 2015-2016 year-end projections to Departments. •November 20th - FY 2015-2016 year-end projections and mid - year budget adjustment requests to be completed by Departments and turned into Finance. December 2015 •First week of December - All personnel requests for FY 2016-2017 due to Human Resources from Departments. (All requestes need City Manager approval.) •First Week of December - All IT equipment requests due from Departments to IT Department. •Second Week of December - Equipment costs due to Finance from IT Department. •December 15th - All Internal Service fund expenses for FY 2016-2017 due to Finance ( IT, Building Maintenance, Dispatch, Billing, Purchasing, Garage). •December 30th - All revenue projections for FY 2016-2017 due to Finance from Departments. •December 30th - Cost allocation update due for FY 2016-2017 from Finance. Page 2 of 2 FISCAL IMPACT: Budgeted Amount in 15-16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required N/A N/A N/A Yes No January 2016 •January 22nd - Budget worksheets due to departments from Finance. Worksheets to include year- end projections for FY 2015-16, wage & benefit estimates for FY 2016-2017, FY 2016-2017 revenue estimates, and central service allocations. February 2016 •February 3rd - Mid-Year report and budget amendments due to Council. •February 15th - All operational appropriation requests due from Departments. •February 22nd - All Capital appropriation requests due from Departments with estimates that cover five year spending plan. •February 28th - All budget narrative updates due to Finance from Departments. March 2016 •March 14th to 18th - Budget Team and City Manager review with Departments. April 2016 •First week of April - Final City Manager reviews. •Third week of April - Preliminary wastewater budget figures to Ukiah Valley Sanitation District. May 2016 •Third week in May - Draft budget due to Council. •Last week in May - Budget Worksessions with Council. June 2016 •First or second meeting in June - Council to adopt operations Budget and hold joint meeting with UVSD.