You are on page 1of 124

INVITATION TO BID

CONSTRUCTION PROJECT

Public Works Department


12000 W. Peoria Ave. El Mirage, Arizona 85335 Telephone: (623) 876-2977 Fax: (623) 933-8418 www.cityofelmirage.org

City of El Mirage
Plans and Bid Documents
Solicitation Number: PW11-PK01 Solicitation Description: Gentry Park Improvements

Prospective Bidders Conference: October 11, 2011 Location:


12000 W. Peoria Ave. El Mirage, AZ 85335

10:00 a.m., local time


WWTP Administration Building

Bid Due Date: October 20, 2011 Location:


12000 W. Peoria Ave. El Mirage, AZ 85335

3:00 p.m., local time


Engineering Office Building E

Plans and Specifications may be picked-up at:


Public Works Department Engineering Building E 12000 W. Peoria Avenue El Mirage, Arizona 85335 There is a $50.00 non-refundable charge for each set of plans and specifications.
Plans and specifications prepared by: Logan Simpson Design 51 W. Third Street, Suite 450
Tempe, AZ 85281 Phone: 480-967-1343

City of El Mirage, Arizona Notice of Invitation to Bid


Invitation to Bid No:

PW11-PK01 Gentry Park Improvements

Bid Due Date: Time: Contact:

October 20, 2011 3:00 PM Jorge Gastelum (623) 876-2977

Materials and/or Services:


Bid Location:

City of El Mirage, Engineering , Building E 12000 W. Peoria Avenue, El Mirage, AZ 85335

Phone:

In accordance with City of El Mirage Procurement Code competitive sealed bids for the material or services specified will be received by the City of El Mirage Materials Management at the specified location until the date and time cited above. Bids received by the correct date and time shall be publicly opened and the bid price read. Bids shall be in the actual possession of the City of El Mirage Materials Management on or prior to the exact date and time indicated above. Late bids will not be considered, except as provided in the City of El Mirage Procurement Code. Bids shall be submitted in a sealed envelope with the Invitation to Bid number and the bidders name and address clearly indicated on the front of the envelope. All bids shall be completed in ink or typewritten. Bidders are strongly encouraged to carefully read the entire Invitation to Bid Package.

OFFER To the City of El Mirage:


The undersigned hereby offers and agrees to furnish materials and/or services in compliance with all terms, conditions, specifications and amendments in the Notice of Invitation to Bid except for any written exceptions in the offer. The signature below also certifies his or her understanding and compliance with paragraph one of The City of El Mirage Standard Terms and Conditions.

Arizona Transaction (Sales) Privilege Tax License Number: Federal Employer Identification Number:

For clarification of this offer contact: Name: Telephone:

Company Name

Authorized Signature for Offer

Address

Printed Name

City

State

Zip Code

Title

ACCEPTANCE OF OFFER AND CONTRACT AWARD (For City of El Mirage Use Only)
Your offer is hereby accepted. The Contractor is now bound to sell the materials and/or services listed by the attached award notice based upon the solicitation, including all terms conditions, specifications, amendments, etc., and the Contractors offer as accepted by the City. The Contractor is hereby cautioned not to commence any billable work or provide any material, service or construction under this contract until Contractor receives an executed Purchase Order.

Attested by:

City of El Mirage, Arizona. Approved as to form:

Eff. Date:

City Clerk City Attorney Awarded on , ___ .

City Seal

City Manager

Page 2 of 37

INVITATION TO BID
INSTRUCTIONS TO BIDDER
1. PREPARATION OF BID:

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

a. All bids shall be submitted on the forms provided in this Invitation to Bid package. It is permissible to copy these forms if required. Telegraphic (facsimile), electronic or mailgram bids will not be considered. Please return the following forms within the Bid Submittal: i. ii. iii. iv. v. Notice of Invitation to Bid, page 2 Questionnaire, pages 27-29 Bid Bond, page 30 List of Subcontractors, page 31 Bid Schedule, pages 36-37

b. The Offer and Contract Award document shall be submitted with an original ink signature by a person authorized to sign the offer. c. Erasures, interlineations, or other modifications in the bid shall be initialed in original ink by the authorized person signing the Offer.

d. If price is a consideration and in case of error in the extension of prices in the bid, the unit price shall govern. No bid shall be altered, amended, or withdrawn after the specified bid due date and time. e. Periods of time, stated as a number of days, shall be calendar days. f. Bid due date and time is stated as local Arizona time.

g. It is the responsibility of all Offerors to examine the entire Invitation to Bid package and seek clarification of any item or requirement that may not be clear and to check all responses for accuracy before submitting a bid. Negligence in preparing a Bid confers no right of withdrawal after bid due date and time. 2. INQUIRIES: Any question related to the Invitation to Bid shall be directed to the Buyer whose name appears as the contact on the IFB. The Offeror shall not contact or ask questions of the department for which the requirement is being procured. Questions should be submitted in writing when time permits. The Buyer may require any and all questions be submitted in writing at the Buyers sole discretion. Any correspondence related to an Invitation to Bid should refer to the appropriate Invitation to Bid number, page, and paragraph number. Offeror shall identify the envelope as containing questions since such an envelope may be identified as a sealed bid and may not be opened until after the official Invitation to Bid due date and time. 3. PROSPECTIVE OFFERORS CONFERENCE: A prospective offerors conference may be held. If scheduled, the date and time of this conference will be indicated on the cover page of this document. The purpose of this conference will be to clarify the contents of this Invitation to Bid in order to prevent any misunderstanding of the Citys position. Any doubt as to the requirements of this Invitation to Bid or any apparent omission or discrepancy should be presented to the City at this conference. The City will then determine if any action is necessary and may issue a written amendment to the Invitation to Bid. Oral statements or instructions will not constitute an amendment to this Invitation to Bid. 4. LATE BIDS: Late Bids will not be considered, except as provided by the City of El Mirage Procurement Code. A vendor submitting a late bid shall be so notified. 5. WITHDRAWAL OF BID: At any time prior to the specified bid due date and time, a Vendor (or designated representative) may withdraw the bid. 6. AMENDMENT OF BID: Receipt of a Solicitation Amendment shall be acknowledged by signing and returning the document with the offer at the specified bid due date and time. 7. VENDOR REGISTRATION: After the award of a contract, the successful Vendor shall complete a Vendor Registration Application and submit it to the City of El Mirage Finance Department. 8. AWARD OF CONTRACT: Page 3 of 37

INVITATION TO BID
INSTRUCTIONS TO BIDDER

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

a. Unless the Offeror states otherwise, or unless provided within this Invitation to Bid, the City reserves the right to award by individual line item, by group of line items, or as a total, whichever is determined by the Materials Manager to be most advantageous to the City. b. Notwithstanding any other provision of this Invitation to Bid , The City expressly reserves the right to: i. ii. iii. c. Waive any immaterial defect or informality: or Reject any or all bids, or portions thereof, or Reissue a Invitation to Bid.

A response to a Invitation to Bid is an offer to contract with the City based upon the terms, conditions and specifications contained in the Citys Invitation to Bid and the written amendments thereto, if any. Bids do not become contracts unless and until they are accepted and executed by the City Council or Materials Manager. A contract is formed when written notice of award(s) is provided to the successful Offeror(s). The contract has its inception in the award document, eliminating a formal signing of a separate contract. For that reason, all of the terms and conditions of the procurement contract are contained in the Invitation to Bid ; unless modified by an Amendment.

Page 4 of 37

GENERAL TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

THE FOLLOWING TERMS AND CONDITIONS ARE AN EXPLICIT PART OF THE SOLICITATION AND ANY RESULTANT CONTRACT.

1. CERTIFICATION: certifies:

By signature in the Offer section of the Offer and Contract Award page the Contractor

a. The submission of the offer did not involve collusion or other anti-competitive practices. b. The Contractor shall not discriminate against any employee or applicant for employment. c. The Contractor has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip favor, or service to a public servant in connection with the submitted offer. Failure to sign the offer, or signing it with a false statement, shall void the submitted offer or any resulting contracts, and the vendor may be debarred.

2. BRIBES AND KICK-BACKS: The General Contractor shall not by any means: a. Induce any person or entity employed in the construction of the Project to give up any part of the compensation to which that person or entity is entitled; b. Confer on any governmental, public or quasi-public official having any authority or influence over the Project, any payment, loan subscription, advance, deposit of money, services or anything of value, present or promised; c. Offer nor accept any bribes or kick-backs in connection with the Project from or to any individual or entity, including any of its trade contractors, subcontractors, consultants, suppliers or manufacturers of Project goods and materials; or,

d. Without the express written permission of the Owner, call for or by exclusion require or recommend the use of any subcontractor, consultant, product, material, equipment, system, process or procedure in which the General Contractor has a direct or indirect proprietary or other pecuniary interest. 2. APPLICABLE LAW: In the performance of this agreement, contractors shall abide by and conform to any and all laws of the United States, State of Arizona and City of El Mirage including but not limited to federal and state executive orders providing for equal employment and procurement opportunities, the Federal Occupational Safety and Health Act and any other federal or state laws applicable to this agreement. This contract shall be governed by the City. City and Contractor shall have all remedies afforded each by the Uniform Commercial Code, as adopted in the State of Arizona, except as otherwise provided in this contract or in statutes pertaining specifically to the City. This contract shall be governed by the laws of the State of Arizona. Any lawsuit pertaining to this contract may be brought only in courts in the State of Arizona. This contract is subject to the provisions of ARS 38-511; the City may cancel this contract without penalty or further obligations by the City or any of its departments or agencies if any person significantly involved in initiating, negotiating, securing, drafting or creating the contract on behalf of the City or any of its departments or agencies, is at any time while the contract or any extension of the contract is in effect, an employee of any other party to the contract in any capacity or a consultant to any other party of the contract with respect to the subject matter of the contract. 3. LEGAL REMEDIES: All claims and controversies shall be subject to resolution according to the terms of the City of El Mirage Procurement Code.

Page 5 of 37

GENERAL TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

4. CONTRACT: The contract between the City and the Contractor shall consist of (1) the Solicitation, including instructions, all terms and conditions, specifications, scopes of work, attachments, price sheet(s) and any amendments thereto, and (2) the offer submitted by the Contractor in response to the solicitation. In the event of a conflict in language between the Solicitation and the Offer, the provisions and requirements in the Solicitation shall govern. However, the City reserves the right to clarify, in writing, any contractual terms with the concurrence of the Contractor, and such written contract shall govern in case of conflict with the applicable requirements stated in the Solicitation or the Vendors offer. The Solicitation shall govern in all other matters not affected by the written contract. 5. CONTRACT AMENDMENTS: This contract may be modified only by a written Contract Amendment signed by persons duly authorized to enter into contracts on behalf of the City and the Contractor. 6. CONTRACT APPLICABILITY: The Offeror shall substantially conform to the terms, conditions, specifications and other requirements found within the text of this Solicitation. All previous agreements, contracts, or other documents, which have been executed between the Offeror and the City are not applicable to this Solicitation or any resultant contract. 7. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to be in the contract will be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party, the contract will forthwith be physically amended to make such insertion or correction. 8. SEVERABILITY: The provisions of this contract are severable to the extent that any provision or application held to be invalid shall not affect any other provision or application of the contract which may remain in effect without the invalid provision or application. 9. RELATIONSHIP TO PARTIES: It is clearly understood that each party will act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other for any purpose whatsoever. The Contractor is advised that taxes or Social Security payments will not be withheld from any City payments issued hereunder and that the Contractor should make arrangements to directly pay such expenses, if any. 10. INTERPRETATION-PAROL EVIDENCE: This contract represents the entire agreement of the Parties with respect to its subject matter, and all pervious agreements, whether oral or written, entered into prior to this contract are hereby revoked and superseded by this contract. No representations, warranties, inducements or oral agreements have been made by any of the Parties except as expressly set forth herein, or in any other contemporaneous written agreement executed for the purposes of carrying out the provisions of this contact. This contract may not be changed, modified or rescinded except as provided for herein, absent a written agreement signed by both Parties. Any attempt at oral modification of this contract shall be void and of no effect. 11. ASSIGNMENT-DELEGATION: No right or interest in this contract nor delegation of any duty of Contractor shall be made without prior written permission of the City. 12. SUBCONTRACTOR / SUPPLIER CONTRACTS: The Contractor shall enter into written contracts with its subcontractor(s) and supplier(s), if any, and those written contracts shall be consistent with this Contract for Construction. It is the intent of the Owner and the Contractor that the obligations of the Contractors subcontractor(s) and supplier(s), if any, inure to the benefit of the Owner and the Contractor, and that the Owner be a third-party beneficiary of the Contractors agreements with its subcontractor(s) and supplier(s).

Page 6 of 37

GENERAL TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

a. The Contractor shall make available to each subcontractor and supplier, if any, prior to the execution of written contracts with any of them, a copy of the pertinent portions of this Contract for Construction, including those portions of the Construction documents to which the subcontractor or supplier will be bound, and shall require that each subcontractor and supplier shall similarly make copies of applicable parts of such documents available to its respective subcontractor(s) and supplier(s) b. The Contractor shall engage each of its subcontractor(s) and supplier(s) with written contracts which preserve and protect the rights of the Owner and include the acknowledgment and agreement of each subcontractor or supplier that the Owner is a third-party beneficiary of the contract. The Contractors agreements with its subcontractor(s) and supplier(s) shall require that in the event of default under, or termination of, this Contract for Construction, and upon request of the Owner, the Contractors subcontractor(s) and supplier(s) will perform services for the Owner. c. The Contractor shall include in its agreements with its subcontractor(s) and supplier(s) a provision which contains the acknowledgment and agreement of the subcontractor or supplier that it has received and reviewed the applicable terms, conditions and requirements of this Contract for Construction that are included by reference in its written contract with the Contractor, and that it will abide by those terms, conditions and requirements.

13. RIGHTS AND REMEDIES: No provision in this document or in the vendors offer shall be construed, expressly or by implication, as waiver by the City of any existing or future right and/or remedy available by law in the event of any claim of default or breach of contract. The failure of the City to insist upon the strict performance of any term or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the Citys acceptance of and payment for materials or services, shall not release the Contractor from any responsibilities or obligations imposed by this contract or by law, and shall not be deemed a waiver of any right of the City to insist upon the strict performance of the Contract. 14. INDEMNIFICATION: To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the City, its agents, representatives, officers, directors, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees, court costs, and the cost of appellate proceedings), relating to, arising out of, or alleged to have resulted from the acts, errors, mistakes, omissions, work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of this Contract. Contractors duty to defend, hold harmless and indemnify the City, its agents, representatives, officers, directors, officials and employees shall arise in connection with any claim, damage, loss or expense that is attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property including loss of use resulting therefrom, caused by any acts, errors, mistakes, omissions, work or services in the performance of this Contract including any employee of the Contractor or any tier of subcontractor or any other person for whose acts, errors, mistakes, omissions, work or services the Contractor may be legally liable. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. 15. OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in practice, overcharges resulting from antitrust violations are borne by the purchaser. Therefore, to the extent permitted by law, the Contractor hereby assigns to the City any and all claims for such overcharges as to the goods and services used to fulfill the Contract. 16. FORCE MAJEURE: Except for payment for sums due, neither party shall be liable to the other nor deemed in default under this Contract if and to the extent that such partys performance of this Contract is prevented by reason of force Majeure. The term force majeure means an occurrence that is beyond the control of the party Page 7 of 37

GENERAL TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

affected and occurs without its fault or negligence. Without limiting the foregoing, force majeure includes acts of God: acts of the public enemy; war; riots; strikes; mobilization; labor disputes; civil disorders; fire; floods; lockouts, injunctions-intervention-acts, or failures or refusals to act by government authority; and other similar occurrences beyond the control of the party declaring force majeure which such party is unable to prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when the party declaring force majeure notifies the other party of the existence of the force majeure and shall be deemed to continue as long as the results or effects of the force majeure prevent the party from resuming performance in accordance with this Contract. Force majeure shall not include the following occurrences: a. Late delivery of equipment or materials caused by congestion at a manufacturers plant or elsewhere, an oversold condition of the market, inefficiencies, or similar occurrences. b. Late performance by a subcontractor unless the delay arises out of a force majeure occurrence in accordance with this Force Majeure term and Condition. Any delay or failure in performance by either party hereto shall not constitute default hereunder or give rise to any claim for damages or loss of anticipated profits if, and to the extent that such delay or failure is caused by force majeure. If either party is delayed at any time in the progress of the work by force majeure, then the delayed party shall notify the other party in writing of such delay within forty-eight (48) hours commencement thereof and shall specify the causes of such delay in such notice. Such notice shall be hand delivered or mailed Certified-Return Receipt and shall make a specific reference to this article, thereby invoking its provisions. The delayed party shall cause such delay to cease as soon as practicable and shall notify the other party in writing. The time of completion shall be extended by contract modification for a period of time equal to the time that the results or effects of such delay prevent the delayed party from performing in accordance with this contract. 17. RIGHT TO ASSURANCE: Whenever one party to this contract in good faith has reason to question the other partys intent to perform he may demand that the other party give a written assurance of this intent to perform. In the event that a demand is made and no written assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 18. RIGHT TO AUDIT RECORDS: The City may, at reasonable times and places, audit the books and records of any Contractor as related to any contract held with the City. 19. WARRANTIES: Contractor warrants that all material, service or construction delivered under this contract shall conform to the specifications of this contract. Unless otherwise stated in Contractors response, the City is responsible for selecting items, their use, and the results obtained from any other items used with the items furnished under this contract. Mere receipt of shipment of the material/service specified and any inspection incidental thereto by the City shall not alter or affect the obligations of the Contractor or the rights of the City under the foregoing warranties. Additional warranty requirements may be set forth in the solicitation. 20. INSPECTION: All material and/or services are subject to inspection and acceptance by the City. Materials and/or services failing to conform to the specifications of this Contract will be held at Contractors risk and may be returned to the Contractor. If so returned, all costs are the responsibility of the Contractor. The City may elect to do any or all of the following: a. Waive the non-conformance. b. Stop the work immediately. Page 8 of 37

GENERAL TERMS AND CONDITIONS


c. Bring material into compliance.

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

This shall be accomplished by a written determination from the City. 21. TITLE AND RISK OF LOSS: The title and risk of loss of material and/or service shall not pass to the City until the City actually receives the material or service at the point of delivery, unless otherwise provided within this Contract. 22. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials shall fully comply with all provisions of the Contract. If a tender is made which does not fully conform, this shall constitute a breach of the Contract as a whole. 23. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver conforming materials in each installment of lot of this Contract and may not substitute nonconforming materials. Delivery of nonconforming materials or a default of any nature, at the option of the City, shall constitute a breach of the Contract as a whole. 24. SHIPMENT UNDER RESERVATION PROHIBITED: Contractor is not authorized to ship materials under reservation and no tender of a bill of lading will operate as a tender of the materials. 25. LIENS: All materials, service or construction shall be free of all liens, and if the City requests, a formal release of all liens shall be delivered to the City. 26. LICENSES: Contractor shall have at the time of bid submittal, and shall maintain in current status, all Federal, State and Local licenses and permits required for the operation of the business conducted by the Contractor as applicable to this Contract. The conclusion of the issuing authority in each case is to be deemed conclusive for the purposes of complying with this provision. By submitting a bid for this public contract, you agree that, with respect to the contract, substantial compliance does not meet the minimum requirements of this or any provision hereof, or of any applicable law or other authority, and that strict compliance alone is adequate to meet those requirements, unless the City consents to such substantial compliance in writing at the time of bid submittal. The determination shall be made by the City. 27. PATENTS AND COPYRIGHTS: All services, information, computer program elements, reports and other deliverables, which may be patented or copyrighted and created under this contract are the property of the City and shall not be used or released by the Contractor or any other person except with the prior written permission of the City. 28. PREPARATION OF SPECIFICATIONS BY PERSONS OTHER THAN CITY PERSONNEL: All specifications shall seek to promote overall economy for the purposes intended and encourage competition and not be unduly restrictive in satisfying the Citys needs. No person preparing specifications shall receive any direct or indirect benefit from the utilization of specifications, other than fees paid for the preparation of specifications. 29. COST OF BID/PROPOSAL PREPARATION: The City shall not reimburse the cost of developing presenting or providing any response to this solicitation. Offers submitted for consideration should be prepared simply and economically, providing adequate information in a straightforward and concise manner. 30. PUBLIC RECORD: All offers submitted in response to this solicitation shall become the property of the City and shall become a matter of public record available for review, subsequent to the award notification, in accordance with the Citys Procurement Code. Page 9 of 37

GENERAL TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

31. ADVERTISING: Contractor shall not advertise or publish information concerning this Contract, without prior written consent of the City. 32. DELIVERY ORDERS: The City shall issue a Purchase Order for the material and/or services covered by this contract. All such documents shall reference the contract number as indicated on the Offer and Contract Award 33. FUNDING: Any contract entered into by the City of El Mirage is subject to funding availability. Fiscal years for the City of El Mirage are July 1 to June 30. The City Council approves all budget requests. If a specific funding request is not approved, the contract shall be terminated. 34. PAYMENT: A separate invoice shall be issued for each shipment of material or service performed, and no payment will be issued prior to receipt of material and/or services and correct invoice. 35. MATERIALS, EQUIPMENT, APPARATUS: or other products are specified by manufacturer, brand name, type of catalog number, such designation is to establish standards of desired quality and style and shall be the basis of the bid. Should the Contractor propose to furnish materials and equipment other than those specified, as permitted by the "or approved equal" clauses he shall submit a written request as an alternate to the base bid with his proposal for any or all substitutions. Such a request shall be accompanied by complete descriptive literature (manufacturer, brand name, catalog number, etc) and technical data for all items and shall indicate any addition or deduction to the CONTRACT price. Where such substitutions alter the design or space requirements indicated on the plans the Contractor shall include all items of cost for the revised design and construction including cost of all allied trades involved. Acceptance or rejections of the proposed substitutions will be made on the basis of whether or not the specifications are met and the CITY's best interests are served as determined by the authorized representative and the CITY. 36. SUBCONTRACTORS LIST: Such list of subcontractors and major material suppliers is a part of the OFFER and shall be submitted when applicable. NO PROPOSAL FOR WORK INVOLVING THESE CLASSIFICATIONS WILL BE VALID WITHOUT THE COMPLETE LISTING OF BOTH SUBCONTRACTORS AND MAJOR MATERIAL SUPPLIERS AS LISTED IN THE FORM OF PROPOSAL. 37. FEDERAL AND STATE EMPLOYMENT IMMIGRATION LAWS. To the extent applicable under A.R.S. 414401, Contractor warrants its and its subcontractors compliance with all federal immigration laws and regulations that relate to their compliance with the E-verify requirements under A.R.S. 23-214(A). Contractors or its subcontractors breach of the above-mentioned warranty shall be deemed a material breach of the Agreement and may result in the termination of the Agreement by the City of El Mirage. The City of El Mirage retains the legal right to randomly inspect the papers and records of Contractor and its subcontractors to ensure that the Contractor and its subcontractors are complying with the above-mentioned warranty. The Contractor warrants to keep the papers and records open for random inspection during normal business hours by the City of El Mirage. The Contractor shall cooperate with the City of El Mirages random inspections including granting the City entry rights to Contractors property to perform the random inspections and waiving its right to keep such papers and records confidential. The failure of Contractor to comply with this warranty regarding the keeping of papers and records and cooperating with the Citys random inspections shall constitute a material breach of the Agreement and the City shall have the right to immediately terminate the Agreement. The Contractor further agrees to include the following language in all subcontracts entered into by Contractor with any person or entity to perform work on the Agreement and to terminate the agreement with any subcontractor who violates any of the warranties set forth in said language below.

Page 10 of 37

GENERAL TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

To the extent applicable under A.R.S. 41-4401, Subcontractor warrants to Contractor and the City of El Mirage Subcontractors compliance with all federal immigration laws and regulations that relate to its compliance with the E-verify requirements under A.R.S. 23-214(A). Subcontractors breach of the above-mentioned warranty shall be deemed a material breach of the Agreement and may result in the termination of the subcontract by Contractor at the direction of the City of El Mirage. Subcontractor further acknowledges the City of El Mirages right to randomly inspect the papers and records of Subcontractor to ensure that Subcontractor is complying with the above-mentioned warranty. Subcontractor warrants to keep the papers and records open for random inspection during normal business hours by City of El Mirage. Subcontractor shall cooperate with City of El Mirages random inspections including granting the City entry rights to Subcontractors property to perform the random inspections and waiving their respective rights to keep such papers and records confidential. The failure of Subcontractor to comply with this warranty regarding the keeping of papers and records and failure to cooperate with the Citys random inspections shall constitute a material breach of the Agreement and the City shall have the right to immediately require Contractor to terminate the Agreement with Subcontractor.

Page 11 of 37

STANDARD TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

1. DEFINITIONS: The terms, as used in or pertaining to the contract, are defined as follows: CITY: The word City shall refer to the City of El Mirage, Arizona. CONTRACTOR: The word Contractor is defined as the person, firm or corporation with whom the contract is made by the City. CONTRACT: The word Contract will include the Invitation to Bid Notice, Instructions to Bidders, Bid, Bid Bond, Performance Bond, Payment Bond, Notice of Award, Notice to Proceed, Change Order, Certificate of Insurance & Schedule A, Certificate of Completion, Contractors Affidavit Regarding Settlement of Claims, Contractors Affidavit Certifying Non-Collusion in Bidding, Standard Terms & Conditions, General Terms & Conditions, Special Terms & Conditions, Technical Provisions, Performance Provisions, Plans and Addenda thereto. ENGINEER: The word Engineer is defined as the person, firm or corporation duly authorized by the City to act as agent in providing professional services including studies, planning, engineering design and construction administration services, inspecting materials and construction, and interpreting plans and specifications. MATERIALS: The word Materials will include, in addition to materials incorporated in the project, equipment and other material used and/or consumed in the performance of the work. SUBCONTRACTOR: The word Subcontractor is defined as those persons or groups of persons having a direct contract with the contractor and those who furnish material worked to a special design according to the plans and/or specifications for this work, and includes those who merely furnish materials not so worked. WORK: The word Work shall include all labor necessary to accomplish the construction required by the Contract and all materials and equipment incorporated or to be incorporated in said construction. 2. REFERENCE STANDARDS: a. The Uniform Standard Specifications for Public Works Construction and the Uniform Standard Details for Public Works Construction which are sponsored and distributed by the Maricopa Association of Governments (MAG), and which are hereinafter referred to as the MAG Specifications, are hereby adopted as part of these contract documents. b. If any contradiction exists between MAG Specifications and this solicitation document, the solicitation language shall prevail. 3. LAWS AND REGULATIONS: The Contractor shall keep himself fully informed of all existing and future City and County ordinances and regulations and state and federal laws and Occupational Safety and Health Standards (OSHA) in any manner affecting the work herein specified. He shall at all times observe and protect and indemnify the City of El Mirage, Arizona, and its officers and agents against any claim or liability arising from or based on the violation of any such ordinances, regulations or laws. It is the responsibility of the Contractor to obtain any and all information regarding the laws and regulations which may be referenced in the Specifications. 4. RIGHTS OF WAY: The City will provide Rights-of-Way and easements for all work specified in this contract, and the Contractor shall not enter or occupy with men, tools, equipment or materials any private ground outside the property of the City of El Mirage, Maricopa County, Arizona, without the consent of the owner. Page 12 of 37

STANDARD TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

The Contractor, at his own expense, is responsible for the acquisition of any additional easements or rights-ofway that he may desire to complete the work of this contract. 5. PROPOSAL QUANTITIES: It is expressly understood and agreed by the parties hereto that the quantities of the various classes of work to be done and the material to be furnished under this Contract, which have been estimated as stated in the Bids, are only approximate and are to be used solely for the purpose of comparing, on a consistent basis, the bids offered for the work under this Contract. The Contractor further agrees that the City of El Mirage will not be held responsible if any of the quantities shall be found incorrect; and the Contractor will not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done. If any error, omission, or misstatement is found to occur in the estimated quantities, the same shall not invalidate this Contract or the whole or any part of the work in accordance with the Specifications and Plans herein mentioned, and for the prices herein agreed upon and fixed therefore, or excuse him from any of the obligations or liabilities hereunder, or entitle him to any damage or compensation except as may be provided in this contract. 6. FEDERAL FUNDING: It is the responsibility of the Contractor to determine on any project if federal wage rates apply. It is also the responsibility of the Contractor to incorporate any necessary amounts in the bid to accommodate for required federal record keeping and necessary pay structures. The Contractor should contact the City of El Mirage regarding any applicable Davis Bacon wage rates. 7. PAYMENTS TO CONTRACTOR: Payments will be made on the basis of itemized statements provided by the Contractor in accordance with these Specifications. Three (3) copies of an itemized statement should be submitted to the Office of the City Engineer. After verification, payments will be processed by the Management Services Department. Payments will be mailed by the Engineering Division. The City will make a partial payment to the Contractor on the basis of an estimate prepared by the Contractor, and approved by the City Engineer, for work completed through the last day of preceding pay period. The City will retain ten percent (10%) of each such estimate until acceptance of the project. When required by the City Engineer or his authorized representative for the purposes of determining the equitableness of the Contractors payment request, the Contractor shall furnish evidence satisfactory to the City Engineer or his authorized representative, of the sums paid by the Contractor for materials, supplies and other items of expense (i.e., lien releases). 8. LOSSES AND DAMAGES: All loss or damage arising out of the nature of the work to be done or from the action of the elements or from any unforeseen circumstances in the prosecution of the same, or from any unusual obstructions or difficulties which may be encountered in and/or during the prosecution of the work, or from any casualty whatsoever of every description, shall be sustained and borne by the Contractor at his own cost and expense. 9. CHARACTER AND STATUS OF WORKMEN: Only skilled foremen and workmen shall be employed on work requiring special qualifications. When required by the City Engineer, the Contractor shall discharge any person who is, in the opinion of the Engineer, disorderly, dangerous, insubordinate, incompetent, or otherwise objectionable. The Contractor shall keep the City harmless from damages or claims for compensation that may occur in the enforcement of this section. The Contractor shall be responsible for assuring the legal working status of its employees and its subContractors employees.

Page 13 of 37

STANDARD TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

10. WORK METHODS: The methods, equipment and appliances used on the work shall be such as will produce a satisfactory quality of work, and shall be adequate to complete the contract within the time limit specified. Except as is otherwise specified, the Contractors procedure and methods of construction may, in general, be of his own choosing, provided they follow best general practice and are calculated to secure results which will satisfy the requirements of the specifications and the supervision of the work. The work covered by this Contract shall be carefully laid out in advance and performed in a manner to minimize interference with normal operation and utilization of the roads. The Contractor shall exercise caution during the course of this construction work to avoid damage to all known existing or possible unknown existing underground utilities. He shall conduct his construction operations in such a manner as to avoid injury to his personnel and to avoid damage to all utilities. Any damage done will be repaired without delay and at the expense of the Contractor. 11. PRE-CONSTRUCTION CONFERENCE: Within 30 days of the issuance of the Notice of Award, the Contractor is required to attend a Pre-construction Conference. The city will contact the Contractor to schedule a specific date, time and location for the Pre-construction conference. The purpose of the meeting is to outline specific construction items and procedures and to address items which require special attention on the part of the Contractor. The Contractor may also present proposed variations in procedures which the Contractor believes may improve constructability of the project, reduce cost, or will reduce inconvenience to the public. Any necessary coordination and procedures for Construction inspection and staking will be addressed during the Preconstruction Conference. The Contractor will be required to provide the following information at the Preconstruction Conference: a. Names and emergency telephone numbers of key personnel involved in the project. b. Names and telephone numbers of all subcontractors proposed for use on the project. c. A construction progress schedule showing the estimated time for start and completion of the major items of work.

d. A payment schedule showing the estimated dollar volume of work for each calendar month during the life of the project. e. A written proposal outlining the intended plans for maintaining continuous access to residences and businesses along the construction site, and traffic control. f. An itemized list of all required shop drawings, material and equipment submittals and a schedule indicating the dates each of these items will be transmitted to the City for review.

Each of the above items is subject to the review and approval by the City. 12. NOTICE TO PROCEED: Within 45 days of the issuance of the Notice of Award the City may issue a written Notice to Proceed. The Notice to Proceed shall stipulate the actual contract start date, the contract duration and the contract completion date. The time required for the Contractor to obtain permits, licenses and easements shall be included in the contract duration and shall not be justification for a delay claim by the Contractor. The time required for the Contractor to prepare, transmit and obtain approval of applicable submittals shall be included in the contract duration and shall not be justification for a delay claim by the Contractor. No work shall be started until after all required permits, licenses, and easements have been obtained.

Page 14 of 37

STANDARD TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

No work shall be started until all applicable submittals have been submitted and returned approved by the Owners Representative. The Contractor shall notify the City of El Mirages project manager or engineer at least seventy-two (72) hours before the following events: a. The start of construction in order to arrange for inspection. b. Shutdown of City water, sewer, drainage, irrigation and traffic control facility. c. Shutdown of existing water wells and booster pumps. Shutdown shall not exceed seventy-two (72) hours for any installation. Only one installation may be shutdown at anytime.

d. Coordination of all draining and filling of water lines and irrigation laterals and all operations of existing valves or gages with the project manager. e. Start-up or testing of any water well or booster pump to be connected to any part of the existing City water system. This includes operation of existing valves necessary to accommodate the water. 13. TRAFFIC REGULATIONS: All traffic affected by this construction shall be regulated in accordance with the City of Phoenix -Traffic Barricade Manual, revised July 1998, latest edition and the City of Phoenix in the Traffic Barricade Manual shall be referred to as the City of El Mirage City Engineer for interpretation. At the time of the pre-construction conference, the Contractor shall designate an employee who is well qualified and experienced in construction traffic control and safety to be responsible for implementing, monitoring and altering traffic control measure, as necessary. At the same time the City will designate a representative who will be responsible to see that all traffic control and any alterations are implemented and monitored to the extent that traffic is carried through the work area in an effective manner and that motorists, pedestrians, bicyclists and workers are protected from hazard and accidents. a. The following shall be considered major streets: All major Parkway, mile (section line), arterial and collector (mid-section line and quarter section line) streets so classified by the City of El Mirage. b. All traffic control devices required for this project shall be the responsibility of the Contractor. The Contractor shall place advance warnings; REDUCE SPEED, LOOSE GRAVEL, 25 MPH SPEED LIMIT and DO NOT PASS signs in accordance with the Traffic Barricade Manual. c. The Contractor shall provide, erect and maintain all necessary flashing arrow boards, barricades, suitable and sufficient warning lights, signals and signs, and shall take all necessary precautions for the protection of the work and safety of the public. The Contractor shall provide, erect and maintain acceptable and adequate detour signs at all closures and along detour routes.

d. All barricades and obstructions shall be illuminated at night, and all safety lights shall be kept burning from sunset until sunrise. All barricades and signs used by the Contractor shall conform to the standard design, generally accepted for such purposes, and payment for all such services and materials shall be considered as included in the other pay items of the Contract. e. The Contractor shall insure that all existing traffic signs are erect, clean and in full view of the intended traffic at all times. Street name signs at major street intersections shall be maintained erect at all times. If these signs should interfere with construction, the Contractor shall notify the Inspector at least forty eight (48) hours in advance for City personnel to temporarily relocate said signs. The City Engineer will re-set all traffic and street name signs to permanent locations when notified by the Engineer that construction is complete unless Page 15 of 37

STANDARD TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

otherwise stated in the specifications Payment for this item shall be made at the contract lump sum price for TRAFFIC CONTROL. f. When construction activities or traffic hazards at the construction site require the use of flagmen, it shall be the Contractors responsibility to provide adequate personnel including flagmen to direct traffic safely.

g. Manual traffic control shall be in conformity with the Traffic Barricade Manual, except the liaison officer shall be contacted at the El Mirage Police Department at telephone number (623) 933-1341. h. When traffic hazards at construction sites warrant the use of certified police personnel to direct traffic, arrangement should be made with the liaison officer at the El Mirage Police Department at telephone number (623) 933-1341. i. j. k. l. The assembly and turnarounds of the Contractors equipment shall be accomplished using adjacent local streets when possible. Equipment used and/or directed by the Contractor shall travel with traffic at all times. Supply trucks shall travel with traffic except when being spotted. Provide a flagman or officer to assist with this operation. During construction, it may be necessary to alter traffic control. Alterations shall be in accordance with the Traffic Barricade Manual. No street within this project may be closed to through traffic or to local emergency traffic without prior written approval of the City Engineer of the City of El Mirage. Written approval may be given if sufficient time exists to allow for notification of the public at least two (2) days in advance of such closing. Partial closure of streets within the project shall be done in strict conformity with written directions to be obtained from the City Engineer.

m. Caution should be used when excavating near intersections with traffic signal underground cable. Notify the City Engineer twenty four (24) hours in advance of any work at such intersections. The Contractor shall install and maintain temporary overhead traffic signal cable as specified by the City Engineer when underground conduit is to be severed by excavations at intersections. The Contractor shall provide an offduty uniformed police officer to direct traffic while the traffic signal is turned off and the wiring is transferred. All damaged or modified traffic signal overhead and underground items shall be repaired and restored to the City Engineers satisfaction. Magnetic detector loops shall under no circumstances be spliced. n. The Contractor shall address how local access to adjacent properties will be handled in accordance with the specification herein. o. Where crossings of existing pavements occur, no open trenches shall be permitted overnight, but plating may be permitted if conditions allow as determined by the City Engineer or his authorized representative. If plates cannot be used, crossings shall be back-filled or the Contractor shall provide a detour.

14. OUTDOOR CONSTRUCTION RESTRICTIONS: Outdoor construction is restricted as listed below in the following table:
Construction Type Concrete Work Other Construction (within 500 feet of residential area) Construction Work (more than 500 feet of residential area) April 2 September 29 5:00 a.m. to 7:00 p.m. 6:00 a.m. to 7:00 p.m. 5:00 a.m. to 7:00 p.m. September 30 April 1 6:00 a.m. to 7:00 p.m. 7:00 a.m. to 7:00 p.m. 5:00 a.m. to 7:00 p.m.

A B C

15. SURVEY CONTROL POINTS: Existing survey markers (either brass caps or iron pipes) shall be protected by the Contractor or removed and replaced under direct supervision of the City Engineer or his authorized Page 16 of 37

STANDARD TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

representatives. Survey monuments shall be constructed to the requirements of MAG Specifications, Section 405, and Standard Details. Lot corners shall not be disturbed without knowledge and consent of the property owner. The Contractor shall replace benchmarks, monuments, or lot corners moved or destroyed during construction at no expense to the Owner. Contractor and his sureties shall be liable for correct replacement of disturbed survey benchmarks except where the Owner elects to replace survey benchmarks using his own forces. 16. PROTECTION OF FINISHED OR PARTIALLY FINISHED WORK: The Contractor shall properly guard and protect all finished or partially finished work, and shall be responsible for the same until the entire contract is completed and accepted by the City Engineer. The Contractor shall turn over the entire work in full accordance with these Specifications before final settlement shall be made. 17. STOCKPILE OF MATERIALS: a. The Contractor may, if approved by the City Engineer, place or stockpile materials in the public right-of-way provided they do not prevent access to adjacent properties or prevent compliance with traffic regulations. b. Traffic shall not be required to travel over stockpiled materials, and proper dust control shall be maintained. 18. EXCESS MATERIALS: When excavations are made, resultant loose earth shall be utilized for filling by compacting in place or disposed of off the site. Excess or unsuitable material, broken asphaltic concrete and broken portland cement concrete excavated from the right-of-way shall be removed from the project and disposed of by the Contractor. Disposal of material within the El Mirage City Limits or Planning Area must be approved by the City Engineer or his authorized representative. Waste material shall not be placed on private property without express permission of the property owner. The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his operations. At the completion of the work, he shall remove all equipment, tools and surplus materials, and shall completely clean the premises, removing and disposing of all debris and rubbish, and cleaning all stains, spots, marks, dirt, smears, etc. When work premises are turned over to the City, they shall be thoroughly clean and ready for immediate use. Clean-up shall include removal of all excess pointing mortar materials within pipes and removal of oversized rocks and boulders left after finish grading. The Contractor shall provide for the legal disposal of all waste products debris, etc., and shall make necessary arrangements for such disposal. 19. DUST CONTROL AND WATER: The dust control measures shall be in accordance with the requirements of the Maricopa County Health Department Air Pollution Control Regulations, namely Regulation II, Rule 21, subparagraph C and Regulation III, Rule 310 shall be rigidly observed and enforced. Water or other approved dust palliative in sufficient quantities shall be applied during all phases of construction involving open earthwork to prevent unnecessary discharge of dust and dirt into the air. The Contractor shall be responsible for compliance with these regulations. A Notice to Proceed will not be issued until the City of El Mirage has received a copy of the Contractors Dust Control Permit and Plan.

Page 17 of 37

STANDARD TERMS AND CONDITIONS

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

The Contractor shall be required to obtain the necessary permit and all pertinent information from the Maricopa County Air Pollution Control Bureau, 2406 S. 24th Street #E-214, Phoenix, Arizona, (602) 506-6700 extension 372. The Contractor shall keep suitable equipment on hand at the job site for maintaining dust control on the project streets, and shall employ sufficient labor, materials and equipment for that purpose at all times during the project to the satisfaction of the City Engineer. Watering shall conform to the provisions of Section 225 of the MAG Standard Specifications. The cost of watering will be included in the price bid for the construction operation to which such watering is incidental or appurtenant. Installation and removal of fire hydrant meters should be scheduled at least forty-eight (48) hours in advance through the City of El Mirage Utilities Division at (623) 773-7160. A $200 deposit is required for each meter. The cost of the water is at the prevailing rate. 20. TEMPORARY SANITARY FACILITIES: The Contractor shall provide ample toilet facilities with proper enclosures for the use of workmen employed on the work site. Toilet facilities shall be installed and maintained in conformity with all applicable state and local laws, codes, regulations and ordinances. They shall be properly lit and ventilated, and kept clean at all times. Adequate and satisfactory drinking water shall be provided at all times and under no circumstances and under no conditions will the use of common cups be permitted. The Contractor must supply sanitary drinking cups for the benefit of all employees. 21. ELECTRIC POWER, WATER AND TELEPHONE: Unless otherwise specified, the Contractor shall make his own arrangements for electric power, water and telephone. Subject to the convenience of the utility, he may be permitted to connect to existing facilities where available, but he shall meter and bear the cost of such power or water, and installation and disconnect of such power, water and telephone services. 22. ENERGIZED AERIAL ELECTRICAL POWER LINES: The utility company may maintain energized aerial electrical power lines in the immediate vicinity of this project. Do not consider these lines to be insulated. Construction personnel working in proximity to these lines are exposed to an extreme hazard from electrical shock. Contractors, their employees and all other construction personnel working on this project must be warned of the danger and instructed to take adequate protective measure, including maintaining a minimum ten (10) feet clearance between the lines and all construction equipment and personnel. (see: OSHA Std. 1926.550 (a) 15). As an additional safety precaution, Contractors should also be instructed to call the utility company to arrange, if possible, to have these lines de-energized or relocated when the work reaches their immediate vicinity. The cost of such temporary arrangements shall be borne by the contractor. The utility company can often respond to such request if two (2) days advance notice is given, but some situations may require up to sixty (60) days lead time for relocation or other arrangements. Electrical utility companies may maintain energized underground electrical power lines in the immediate vicinity of this project. These power lines represent an extreme hazard of electrical shock to any construction personnel or equipment coming in contact with them. Arizona law requires all parties planning excavations in public rightsof-way to contact all utility firms for locations of their underground facilities. Contractors, their employees, and all other personnel working near any underground power lines must be warned to take adequate protective measure. (see: OSHA Std. 1926-651 (A)). Page 18 of 37

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

1. Purpose: Pursuant to provisions of the City Procurement Code, the City of El Mirage, Finance Department intends to establish a contract for Gentry Park Improvements. 2. Authority: This Solicitation as well as any resultant contract is issued under the authority of the City. No alteration of any resultant contract may be made without the express written approval of the City Materials Manager in the form of an official contract amendment. Any attempt to alter any contract without such approval is a violation of the contract and the City Procurement Code. Any such action is subject to the legal and contractual remedies available to the City inclusive of, but not limited to, contract cancellation, suspension and/or debarment of the contractor. 3. Prospective Bidders Conference: Prospective bidders are invited to attend a conference to be held at the City of El Mirage Municipal Offices: ADDRESS: 12000 W. Peoria Avenue El Mirage, Arizona 85335 Administration Building Conference Room October 11, 2011 10:00 a.m., local time

DATE: TIME:

The purpose of this conference will be to clarify the contents of this Invitation to Bid in order to prevent any misunderstanding of the Citys position. Any doubt as to the requirements of this Invitation to Bid or any apparent omission or discrepancy should be presented to the City at this conference. The City will then determine the appropriate action necessary, if any, and issue a written amendment to the Invitation to Bid. Oral statements or instructions shall not constitute an amendment to the Invitation to Bid. 4. Offer Acceptance Period: In order to allow for an adequate evaluation, the City requires an offer in response to this Solicitation to be valid and irrevocable for sixty (60) days after the opening time and date. 5. Interpretation of Plans, Specifications and Drawings: If any person contemplating submitting a bid for the proposed Contract is in doubt as to the true meaning of any part of the Plans, Specifications or other proposed Contract Documents, or finds discrepancies in, or omissions from the Drawings or Specifications, he may, no later than five (5) days prior to the representative bid opening, submit to the City Engineer or his authorized representative a written request for an interpretation or correction thereof. Any interpretations or corrections of the proposed documents will be made only by Amendment duly issued and a copy of each such will be mailed or delivered to each person receiving a set of such documents. The City of El Mirage will not be responsible for any other explanations or interpretations of the proposed documents. 6. Conditions of Work: Each Bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve the Contractor of his obligation to furnish all material and labor necessary to carry out the provisions of this Contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor.

Page 19 of 37

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

7. Time of Completion: The Contractor shall commence work under this project on or before the fifth (5) day following the project start date indicated on the Notice to Proceed issued by the City of El Mirage and shall fully complete all work under the project within 120 calendar days; however, the new baseball field including outfield fence, dugouts, bleachers, and fencing immediately adjacent to the field must be completed and ready to be used by February 27, 2012. The Contractor shall, at all times, during the continuance of the Contract, prosecute the work with such force and equipment as is sufficient to complete all work within the time specified. 8. Affirmative Action Report: It is the policy of the City of El Mirage that suppliers of goods or services to the City adhere to a policy of non-discrimination, equal access, equal employment opportunity and demonstrate an affirmative effort to recruit, hire, and promote regardless of race, color, religion, gender, national origin, age or disability. 9. Plans and Specifications to Successful Bidder: The successful Bidder may obtain five (5) sets of Plans and Specifications for this project from the Materials Management Office at no cost. 10. Approval of Substitutions: The materials, products, and equipment described in the Documents and Addenda establish a standard or required function, dimension, appearance, and quality to be met by any proposed substitution. No substitute will be considered unless written request for approval has been received by the City or its representative at least five (5) days prior to the scheduled closing time for receipt of bids. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including any drawings, cuts, performance, and test data and any other information necessary for evaluation of the substitute. If a substitute is approved, the approval shall be acknowledged in writing. Bidder shall not consider approvals made in any other manner. 11. Use of Equals: When the specifications for materials, articles, products, and equipment state or equal, Contractor may bid upon, and use materials, articles, products, and equipment which will perform equally the duties imposed by the general design. The City Engineering Division will have the final approval of all materials, articles, products, and equipment proposed to be used as an equal. It shall not be purchased or installed without prior written approval from the City or its representative. Approvals for equals, before bid opening, may be requested in writing to the City Engineering Division for approval. Requests must be received at least five (5) days prior to the date set for opening of the Bid. The request shall state the name of the material, article, product, or equipment for which the item is sought to be considered and equal and a complete description of the proposed equal including any drawings, cuts, performance specifications, test data and any other information necessary for approval of the equal. All approvals will be issued in writing. 12. City of El Mirage Construction Permit: The Contractor shall obtain a construction permit; however, it will be limited to a $25.00 charge. The Contractor will be responsible for any required Maricopa County permits, or other agency permits. 13. Independent Contractor: a. General Page 20 of 37

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01
i. ii.

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

The Contractor acknowledges that all services provided under this Agreement are being provided by him as an independent contractor, not as an employee or agent of the City of El Mirage. Both parties agree that this Agreement is nonexclusive and that Contractor is not prohibited from entering into other contracts nor prohibited from practicing his profession elsewhere.

b. Liability i. The City of El Mirage shall not be liable for any acts of Contractor outside the scope of authority granted under this Agreement or as the result of Contractors acts, errors, misconduct, negligence, omissions and intentional acts. To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the City, its agents, representatives, officers, directors, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees, court costs, and the cost of appellate proceedings), relating to, arising out of, or alleged to have resulted from the acts, errors, mistakes, omissions, work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of this Contract. Contractors duty to defend, hold harmless and indemnify the City, its agents, representatives, officers, directors, officials and employees shall arise in connection with any claim, damage, loss or expense that is attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property including loss of use resulting therefrom, caused by any acts, errors, mistakes, omissions, work or services in the performance of this Contract including any employee of the Contractor or any tier of subcontractor or any other person for whose acts, errors, mistakes, omissions, work or services the Contractor may be legally liable. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. c. Other Benefits The Contractor is an independent contractor; therefore, the City will not provide the Contractor with health insurance, life insurance, workmens compensation, sick leave, vacation leave, or any other fringe benefits. Further, Contractor acknowledges that he is exempt from coverage of the Comprehensive Benefit and Retirement Act (COBRA). Any such fringe benefits shall be the sole responsibility of Contractor. 14. Key Personnel: It is essential that the Contractor provide adequate experienced personnel, capable of and devoted to the successful accomplishment of work to be performed under this contract. The Contractor must agree to assign specific individuals to the key positions. a. The Contractor agrees that, once assigned to work under this contract, key personnel shall not be removed or replaced without written notice to the City. b. If key personnel are not available for work under this contract for a continuous period exceeding 30 calendar days, or are expected to devote substantially less effort to the work than initially anticipated, the Contractor shall immediately notify the City, and shall, subject to the concurrence of the City, replace such personnel with personnel of substantially equal ability and qualifications. Page 21 of 37

ii.

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

15. Liquidated Damages: Liquidated Damages shall be assessed for each calendar day of delay. Liquidated damages shall be per MAG Specifications, Section 108.9. a. If the contract is not terminated, the contractor shall continue performance and be liable to the City for the liquidated damages until the products are delivered or services performed. b. In the event the City exercises its right of termination, the contractor shall be liable to the City for any excess costs, and in addition, for liquidated damages until such time the City may reasonably obtain delivery or performance of similar supplies or services. 16. Warranty: Each offer shall provide a one year warranty/guarantee against defects in materials, faulty workmanship and/or performance for all items required of the specifications. 17. Insurance Requirements: The Contractor, at Contractors own expense, shall purchase and maintain the herein stipulated minimum insurance with companies duly licensed, possessing a current A.M. Best, Inc. Rating of A-, or approved unlicensed to do business in the State of Arizona with policies and forms satisfactory to the City. All required herein shall be maintained in full force and effect until all work required to be performed under the terms of the Contract is satisfactorily completed and formally accepted; failure to do so may, at the sole direction of the City, constitute a material breach of this Contract. The Contractors insurance shall be primary insurance, and any insurance or self insurance maintained by the City shall not contribute to it. Any failure to comply with the claim reporting provisions of the policies or any breach of an insurance policy warranty shall not affect coverage afforded under the policy to protect the City. The insurance policies, except Workers Compensation, shall contain a waiver of transfer rights of recovery (subrogation) against the City, its agents, representatives, directors, officers, and employees for any claims arising out of the Contractors work or service. The insurance policies may provide coverage which contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the City under such policies. The Contractor shall be solely responsible for deductible and/or self-insured retention and the City, at its option, may require the Contractor to secure the payment of such deductible or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. The City reserves the right to request and to receive, within 10 working days, certified copies of any or all of the herein required insurance policies and/or endorsements. The City shall not be obligated, however, to review same or to advise Contractor of any deficiencies in such policies and endorsements, and such receipt shall not relieve Contractor from, or be deemed a waiver of the Citys right to insist on, strict fulfillment of Contractors obligations under this Contract. The insurance policies, except Workers Compensation, required by this Contract shall name the City, its agents, representatives, officers, directors, officials and employees as Additional Insureds. Page 22 of 37

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

18. Required Insurance Coverage: a. General Liability Contractor shall maintain Commercial General Liability insurance with a limit of not less than $1,000,000 for each occurrence with a $2,000,000 Products and Completed Operations Aggregate and $2,000,000 General Aggregate Limit. The policy shall include coverage for bodily injury, broad form property damage, personal injury, products/completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the indemnification provisions of this Contract, which coverage will be at least as broad as Insurance Service Office, Inc. Policy Form CG 000211093 or any replacement thereof. The coverage shall not exclude X, C, U. Such policy shall contain a severability of interest provision, and shall not contain a sunset provision or commutation clause, nor any provision which would serve to limit third party action over claims. The Commercial General Liability additional insured endorsement shall be at least as broad as the Insurance Service Office, Inc.s, Additional Insured, Form B, CG20101185, and shall include coverage for Contractors operations and products and completed operations. Any Contractor subletting any part of the work, services or operations awarded to the Contractor shall purchase and maintain, at all times during prosecution of the work, services or operations under this Contract, an Owners and Contractors Protective Liability insurance policy for bodily injury and property damage, including death, which may arise in the prosecution of the Work or Contractors operations under this Contract. Coverage shall be on an occurrence basis with a limit not less than $1,000,000 per occurrence, and the policy shall be issued by the same insurance company that issues the Contractors Commercial General Liability insurance. b. Automobile Liability Contractor shall maintain Commercial/Business Automobile Liability insurance with a combined single limit for bodily injury and property damage of not less than $1,000,000 each occurrence with respect to the Contractors any owned, hired, and non-owned vehicles assigned to or used in performance of the Contractors work. Coverage will be at least as broad as coverage code 1, any auto, (Insurance Service Office, Inc. Policy Form CA 00011293, or any replacements thereof). Such insurance shall include coverage for loading and off loading hazards. If hazardous substances, materials or wastes are to be transported, MCS 90 endorsement shall be included and $5,000,000 per accident limits for bodily injury and property damage shall apply. c. Workers Compensation The Contractor shall carry Workers Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Contractors employees engaged in the performance of the work; and, Employers Liability insurance of not less than $100,000 for each accident, $100,000 disease for each employee, and $500,000 disease policy limit. Page 23 of 37

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

In case any work is subcontracted, the Contractor will require the Subcontractor to provide Workers Compensation and Employers Liability to at least the same extent as required of the Contractor. d. Builders Risk (Property) Insurance The Contractor shall purchase and maintain, on a replacement cost basis, Builders Risk insurance in the amount of the initial Contract Amount as well as subsequent modifications thereto for the entire work at the site. Such Builders Risk insurance shall be maintained until final payment has been made or until no person or entity other than the City has an insurable interest in the property required to be covered, whichever is earlier. This insurance shall include interests of the City, the Contractor, and all Subcontractors and Sub-Subcontractors in the work during the life of the Contract and course of construction, and shall continue until the work is completed and accepted by the City. For new construction projects, the Contractor agrees to assume full responsibility for loss or damage to the work being performed and to the buildings under construction. For renovation construction projects, the Contractor agrees to assume responsibility for loss or damage to the work being performed at least up to the full Contract Amount, unless otherwise required by the Contract Documents or amendments thereto. Builders Risk insurance shall be on an all-risk policy form and shall also cover false work and temporary buildings and shall insure against risk of direct physical loss or damage from external causes including debris removal, demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Architects service and expenses required as a result of such insured loss and other soft costs as required by the Contract. Builders Risk insurance must provide coverage from the time any covered property becomes Contractors control and/or responsibility, and continue without interruption during construction or renovation or installation, including any time during which the covered property is being transported to the construction installation site, and while on the construction or installation site awaiting installation. The policy will provide coverage while the covered premises or any part thereof are occupied. Builders Risk insurance shall be primary and not contributory. If the Contract requires testing of equipment or other similar operations, at the option of the City, the Contractor will be responsible for providing property insurance for these exposures under a Boiler Machinery insurance policy. Required coverages may be modified by an amendment to the Contract Documents. 19. Certificates of Insurance: Prior to commencing Services under this Contract, Contractor shall furnish the City with Certificates of Insurance (naming the City as additionally insured), or formal endorsements as required by the Contract, issued by Contractors insurer(s), as evidence that policies providing the required coverages, conditions and limits required by this Contract are in full force and effect. In the event any insurance policy(ies) required by this contract is(are) written on a claims made basis, coverage shall extend for two years past completion and acceptance of the Contractors work or services and as evidenced by annual Certificates of Insurance. If a policy does expire during the life of the contract, a renewal certificate must be sent to the City fifteen (15) days prior to the expiration date. Page 24 of 37

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

All Certificates of Insurance required by this Contract shall be identified with a bid serial number and title. A $25.00 administrative fee shall be assessed for all Certificates received without the appropriate bid serial number and title. 20. Cancellation and Expiration Notice: Insurance required herein shall not expire, be canceled, or materially changed without fifteen (15) days prior written notice to the City. 21. Bid Bond: Non-revocable bid security payable to the City of El Mirage in the amount of 10% of the total bid price is required. This security shall be in the form of a bid bond, certified check or cashiers check and must be in the possession of the City of El Mirage, Finance Department by the due date and time cited for this solicitation. The City will hold all bid security during the evaluation process. As soon as is practicable after the completion of the evaluation, the City will: a. Issue a contract award notice for those offers accepted by the City; b. Return all checks to those who have not been issued a contract award notice. All bid security from contractors who have been issued an award notice shall be held until the successful execution of all required contractual documents and bonds (performance bond, insurance, etc.). If the contractor fails to execute the required contractual documents and bonds within the time specified, or ten (10) days after notice of award if no period is specified, the contractor may be found to be in default and the contract terminated by the City. In case of default, the City reserves all rights inclusive of, but not limited to, the right to purchase material and/or to complete the required work in accordance with the City of El Mirage Procurement Code and to recover any actual excess costs from the contractor. Collection against the bid security shall be one of the measures available toward the recovery of any excess costs. All bid bonds shall be executed on the Bid Bond form included in the Bid Document, duly executed by the Bidder as Principal and having as Surety thereon a Surety company approved by the owner and holding a Certificate of Authority to transact surety business in the State of Arizona, by the Arizona Department of Insurance. Individual sureties are unacceptable. All Insurers and Sureties shall have at the time of submission of the proposal and A.M. Bests Key Rating Guide of A- or better as currently listed in the most recent Best Key Guide, published by the A.M. Best Company, payable without condition to the Owner. 22. Performance Bond: The contractor shall be required to furnish non-revocable security binding the contractor to provide faithful performance of the contract in the amount of 100% of the total contract price payable to the City of El Mirage. Performance security shall be in the form of a performance bond, certified check or cashiers check. This security must be in the possession of the City of El Mirage, Finance Department within the time specified or ten (10) days after notice of award if no period is specified. If the contractor fails to execute the security document as required, the contractor may be found in default and the contract terminated by the City. In case of default the City reserves all rights. All performance bonds shall be executed on the Performance Bond form included in the Bid Document, duly executed by the Bidder as Principal and having as Surety thereon a Surety company approved by the owner and Page 25 of 37

SPECIAL TERMS AND CONDITIONS


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

holding a Certificate of Authority to transact surety business in the State of Arizona, by the Arizona Department of Insurance. Individual sureties are unacceptable. All Insurers and Sureties shall have at the time of submission of the proposal and A.M. Bests Key Rating Guide of A- or better as currently listed in the most recent Best Key Guide, published by the A.M. Best Company, payable without condition to the Owner. 23. Payment Bond: The contractor shall be required to furnish non-revocable security for the protection of all persons supplying labor and material to the contractor or any subcontractor for the performance of any work related to the contract. Payment security shall be in the amount of 100% of the total contract price and be payable to the City of El Mirage. Payment security shall be in the form of a payment bond, certified check or cashiers check. All payment bonds shall be executed on the Payment Bond form included in the Bid Document, duly executed by the Bidder as Principal and having as Surety thereon a Surety company approved by the owner and holding a Certificate of Authority to transact surety business in the State of Arizona, by the Arizona Department of Insurance. Individual sureties are unacceptable. All Insurers and Sureties shall have at the time of submission of the proposal and A.M. Bests Key Rating Guide of A- or better as currently listed in the most recent Best Key Guide, published by the A.M. Best Company, payable without condition to the Owner. 24. Tax Formula: Each bidder shall use the following tax formula for construction projects within the City of El Mirage. a. Multiply subtotal of bid (including all materials, labor and profit) by 65%. Example: $1,000.00 x .65 = $650.00 b. Multiply this result times the El Mirage tax rate of 10.30%. Example: $650.00 x .1030 = $66.95 for this example: $66.95 is the applicable tax to be applied to your subtotal in order to obtain the total cost of the bid. 25. Contract Default: The City, by written notice of default to the contractor, may terminate the whole or any part of this contract in any one of the following circumstances: a. If the contractor fails to make delivery of the materials/supplies or to perform the services within elements of the project schedule or the time specified; or b. If the contractor fails to perform any of the other provisions of this contract; and fails to remedy the situation within a period of ten (10) days after receipt of notice.

Page 26 of 37

QUESTIONNAIRE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Please list a minimum of three (3) references whom the Public Works Department may contact:

1.

Company: Contact: Address:

Phone:

2.

Company: Contact: Address:

Phone:

3.

Company: Contact: Address:

Phone:

Page 27 of 37

QUESTIONNAIRE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Attach a copy of your Contractors License to your bid submittal.

Page 28 of 37

QUESTIONNAIRE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Has your firm been certified by any jurisdiction in Arizona as a minority or woman owned business enterprise? Yes__________, No____________. If yes, please provide details and documentation of the certification.

Page 29 of 37

BID BOND
Solicitation Number: PW11-PK01
KNOW ALL PERSONS BY THESE PRESENTS:

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

THAT, (hereinafter called Principal), as Principal, and ______________________________________________, a corporation organized and existing under the laws of the State of _______________________________________________ with its principal office in the City of __________________________________________________, (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of El Mirage, (hereinafter called the Obligee) in the penal sum of Ten Percent (10%) of Bid Amount, ______________________________ (Dollars) ($________________) lawful money of the United States of America, to be paid to the order of the City of El Mirage, for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents and in conformance with A.R.S. Section 34-201. WHEREAS, the Principal has submitted a bid/proposal for:

NOW THEREFORE, if the Obligee shall accept the proposal of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of the proposal and give the Bonds and Certificates of Insurance as specified in the Standard Specifications with good and sufficient surety for the faithful performance of the contract and for the prompt payment of labor and materials furnished in the prosecution of the contract, or in the event of the failure of the Principal to enter into the contract and give the Bonds and Certificates of Insurance, if the Principal pays to the Obligee the difference not to exceed the penalty of the Bond, between the amount specified in the bid/proposal and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by the bid/proposal, then this obligation is void. Otherwise it remains in full force and effect provided, however, that this Bond is executed pursuant to the provisions of Section 34-201, Arizona Revised Statutes, and all liabilities on this Bond shall be determined in accordance with the provisions of the section to the extent as if it were copied at length herein. The prevailing party in a suit on this bond shall recover as part of his judgment such reasonable attorneys fees as may be fixed by a judge of the Court. Witness our hands this ___________ day of____________________________________________20____

Principal

Seal

BY:

Surety

Seal

BY:

Agency of Record

Page 30 of 37

LIST OF SUBCONTRACTOR
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

LIST OF SUBCONTRACTORS To Accompany the OFFER The following Subcontractors will be employed to perform the designated categories of Work under this Contract. CATEGORY of Work* FIRM NAME AND BUSINESS ADDRESS of Subcontractors PHONE

ATTEST: _________________________________________ Authorized Officer

DATE:

NAME OF FIRM * Place title of subcontractor specialty.

Page 31 of 37

PERFORMANCE BOND
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

KNOW ALL PERSONS BY THESE PRESENTS: THAT, (hereinafter called Principal), as Principal, and ____________________________________________, a corporation organized and existing under the laws of the State Of ________________________________________, with its principal office in the City of, ________________________________________________________________ (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of El Mirage (hereinafter called the Obligee) in the amount of ________________________________________________ (Dollars) ($_____________), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the ___________________ day of __________________________________ 20_____, for the material, service or construction described as ________________________________________________________________________________________ is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term of said contract and any extension thereof, with or without notice to the Surety and during the life of any guaranty required under the contract, and shall also perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to the surety being hereby waived; then the above obligations shall be void. Otherwise it remains in full force and effect. PROVIDED, however, that this bond is executed pursuant to the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, and all liabilities on this bond shall be determined in accordance with the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, to the extent as if it were copied at length in this agreement. The prevailing party in a suit on this bond shall recover as part of his judgment such reasonable attorneys fees as may be fixed by a judge of the Court. Witness our hands this _________ day of_____________________________________________20

Principal BY: Surety BY: Agency of Record

Seal

Seal

PERFORMANCE BOND

Page 32 of 37

PAYMENT BOND
Solicitation Number: PW11-PK01
KNOW ALL PERSONS BY THESE PRESENTS:

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

THAT, (hereinafter called Principal), as Principal, and ____________________________________________, a corporation organized and existing under the laws of the State Of ______________________________________________, with its principal office in the City of, ____________________________________________________ (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of El Mirage (hereinafter called the Obligee) in the amount of ________________________________________________ (Dollars) ($_____________), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the ___________________ day of __________________________________ 20_____, for the material, service or construction described as ___________________________________________________________________ ________________________________________________________________________________________ which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall promptly pay all monies due to all persons supplying labor or materials to him or his subcontractors in the prosecution of the work provided for in said contract, then this obligation shall be void. Otherwise it remains in full force and effect. PROVIDED, however, that this bond is executed pursuant to the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, and all liabilities on this bond shall be determined in accordance with the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes, to the extent as if it were copied at length in this agreement. The prevailing party in a suit on this bond shall recover as part of his judgment such reasonable attorneys fees as may be fixed by a judge of the Court. Witness our hands this ___________ day of_____________________________________________20

Principal BY: Surety BY: Agency of Record

Seal

Seal

PAYMENT BOND

Page 33 of 37

CONSENT OF SURETY
Solicitation Number: PW11-PK01
CONSENT OF SURETY

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

DATE:_______________________ TO: City of El Mirage Gentlemen:

The Contractor, __________________________________________________, for City of El Mirage Contract Number: PW11-PK01 Gentry Park Improvements, in Maricopa County, whose performance we have guaranteed by our Bond Number ____________, has requested that we give our consent to the payment, at your option, of all monies due on his final estimate according to the provisions of his contract. We hereby give our consent to the payment of the final estimate and agree that such action on your part will not operate to qualify or invalidate the Bond.

Sincerely,

_________________________________ By: ______________________________ Seal of Surety

The Consent of Surety should be prepared on the suretys official stationery and it must be signed by a general officer of the corporation or by an attorney-in-fact. If signed by an attorney-in-fact, a power of attorney must be attached giving the attorney-in-fact specific authority to write Consent authorizing the release of monies and it must also bear the corporate seal.

Page 34 of 37

AFFIDAVIT FOR SETTLEMENT OF CLAIMS


Solicitation Number: PW11-PK01
CONTRACTOR'S AFFIDAVIT SETTLEMENT OF CLAIMS

Public Works Department


12000 W. Peoria Ave. El Mirage, Az. 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

DATE:

PROJECT NO: PW11-PK01 NAME: Gentry Park Improvements

TO: City of El Mirage Gentlemen: This is to certify that all lawful claims for materials, rental of equipment, and labor used in connection with the construction of the above, whether by subcontractor or claimant in person, have been duly discharged. The undersigned, for the consideration of $______________, as set forth in the final pay estimate, as full and complete payment under the terms of the contract, hereby waives and relinquishes any and all further claims or right of lien under, in connection with, or as a result of this project. The undersigned further agrees to indemnify and hold harmless ___________________________________________against any and all liens, claims of liens, suits, actions, damages, charges and expenses whatsoever, which ___________________________________ may suffer arising out of the failure of the undersigned to pay for all labor performance and materials furnished for the performance of said project. Signed at _______________________________, this _____ day of _______________, 2011.

(CONTRACTOR) BY: STATE OF ARIZONA ) ) COUNTY OF MARICOPA )

The foregoing instrument was subscribed and sworn to before me this _____ day of ____________________, 2011.

Notary Pubic My Commission Expires:___________________

Page 35 of 37

BID SCHEDULE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, AZ 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Due: October 20, 2011 3:00 PM


Gentry Park Improvements

BASE BID:
ITEM No.

ITEM DESCRIPTION MOBILIZATION SITE DEMOLITION/EQUIPMENT SALVAGE DUGOUT FENCING/ROOF COMPLETE DUGOUT WALLS W/CONCRETE CAP DUGOUT BENCHES (SET OF 15' AND 8') DUGOUT EQUIPMENT (SETS) CCONCRETE PAVING 6' IRON FENCE 4' MASONRY WALL W/CONCRETE CAP 6' MASONRY COLUMN W/CONCRETE CAP 8' MASONRY COLUMN W/CONCRETE CAP 6' MASONRY WALL W/CONCRETE CAP 2' IRON FENCE ON MASONRY WALL STEEL SIGN 6' CHAIN LINK FENCE WITH 12' GATE 8' CHAIN LINK FENCING WITH GATES 16' CHAIN LINK FENCING WITH GATES 20' CHAIN LINK FENCING WITH ANGLE TOP RECYCLED TIMBER KICK PLATE 4' FENCING WITH TOP RAIL COVER HOME PLATE/BASES/PITCHING RUBBER PITCHING MOUND INFIELD MIX (INCLUDING TURF REMOVAL) IRRIGATION SYSTEM RENOVATION DECOMPOSED GRANITE HYBRID BERMUDA SOD (INCL. INFIELD MIX REMOVAL) 1" ELECTRIC COUNDUIT (WITH PULL STRING) PULL BOX (3 1/2) REALIGN EXISTING LIGHTING CROSS ARMS

UNIT LS LS EA LF LS LS SF LF LF LF EA LF LF LS LF LF LF LF LF LF LS LS SF LS SF SF LF EA LS

QUANTITY 1 1 2 94 2 2 2,930 300 134 36 2 9 163 1 206 60 70 108 108 558 1 1 5,943 1 16,488 17,690 280 3 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

Page 36 of 37

BID SCHEDULE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, AZ 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Due: October 20, 2011 3:00 PM


Gentry Park Improvements

Contractor's Name:

SUBTOTAL BASE BID ITEMS TAX (6.695%) TOTAL BASE BID

$ $ $

ALTERNATE No. 1:
ELECTRIC PANEL RELOCATION
ITEM No.

ITEM DESCRIPTION ELECTRIC PANEL RELOCATION

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 1 BID ITEMS TAX (6.695%) TOTAL ALT. No. 1 BID

$ $ $

ALTERNATE No. 2:
CONCESSION BUILDING DEMOLITION
ITEM No. No

ITEM DESCRIPTION CONCESSION BUILDING DEMOLITION

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 2 BID ITEMS TAX (6.695%) TOTAL ALT. No. 2 BID

$ $ $

ALTERNATE No. 3:
ELECTRIC MODIFICATIONS
ITEM No.

ITEM DESCRIPTION ELECTRIC MODIFICATIONS

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 3 BID ITEMS TAX (6.695%) TOTAL ALT. No. 3 BID GRAND TOTAL BASE BID & ALTERNATES: $

$ $ $

Page 37 of 37

TECHNICAL SPECIFICATIONS
100% Submittal

City of El Mirage - Gentry Park


CITY PROJECT NO. PW11-PK01

Prepared by Logan Simpson Design Inc. 51 West Third Street, Suite 450 Tempe, Arizona 85281 480-967-1343

September 28, 2011

City of El Mirage Gentry Park Project No. PW11-PK01


Technical Specifications
Project shall be constructed according to the below standards and specification drawings and the Maricopa Association of Governments Uniform Standard Details and Specifications for Public Works Construction; 1998 (revisions through 2008).

Table of Contents
Section 01030 01330 01500 01700 02200 02210 02282 02470 02490 02699 02810 02825 03000 04200 09900 16000 Description Alternate Bids Submittal Procedures Temporary Facilities Closeout Procedures Earthwork Site Grading Vegetation Control Site Furnishings Landscaping and Planting Lawn Underground Irrigation Ornamental Steel Fencing Concrete Unit Masonry Painting Electrical

Logan Simpson Design Inc.


9/30/2011

City of El Mirage City Park Page 2

City of El Mirage Gentry Park Project No. PW11-PK01


OWNER: CITY OF El Mirage 12145 NW Grand Avenue El Mirage, AZ 85251 (623) 933-8318 Logan Simpson Design Inc. 51 West Third Street, Suite 450 Tempe, AZ 85281 (480) 967-1343

LANDSCAPE ARCHITECT :

ELECTRICAL ENGINEER:

RA Alcala & Associates, Inc. 520-623-7773 Fax 520-297-5574

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 3

TECHNICAL SPECIFICATIONS FOR CITY OF EL MIRAGE GENTRY PARK PROJECT NO. PW11-PK01

PROFESSIONAL SEALS: This book of specifications and related contract documentation represents the efforts of the following firm: Logan Simpson Design Inc. An appropriate representative from the firm has affixed their seal below, which attests that those portions of these specifications that relate to the drawing numbers appearing with their seal were prepared under their direction. Landscape Architecture Drawing Number (Sheet No.) LA0.00 COVER SHEET LA1.00 PROJECT AND GENERAL NOTES LA1.01-1.03 LANDSCAPE PLANS LA2.01-LA2.05 LANDSCAPE DETAILS Specification sections: 01330, 01500, 01700, 02200, 02210, 02282, 02470, 02490, 02699, 02810, 02825, 03000, 04200, 09900

M. WAYNE COLEBANK, RLA, ASLA

Logan Simpson Design Inc.


9/30/2011

City of El Mirage City Park Page 4

TECHNICAL SPECIFICATIONS FOR CITY OF EL MIRAGE GENTRY PARK PROJECT NO. PW11-PK01

PROFESSIONAL SEALS: This book of specifications and related contract documentation represents the efforts of the following firm: Wright Engineering Corporation An appropriate representative from the firm has affixed their seal below, which attests that those portions of these specifications that relate to the drawing numbers appearing with their seal were prepared under their direction. Electrical Engineering Drawing Number (Sheet No.) E1-E2 E3- E6 ELECTRICAL SITE PLAN ELECTRICAL SINGLE LINE & DETAILS

Robert A. Alcala Sr., PE

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 5

SECTION 01030 ALTERNATE BIDS PART 1 - WORK SPECIFIED HEREIN 1.1 1.1.1 1.2 1.2.1 Furnish all labor, materials, tools, equipment and services for all alternate construction provisions, as specified herein and in accordance with provisions of the Contract Documents. Completely coordinate the work of all other trades. Consideration of Bids: The amount to be added to the Base Bid for all requested alternates shall be duly entered in spaces provided on the Proposal Form.

PART 2 - EXECUTION 2.1 2.1.1 Advance Coordination: Immediately after the Owner has made a decision on which, if any, alternates will be selected, thoroughly and clearly advise all necessary personnel and suppliers as to the nature and extent of the alternates selected by the Owner. Use all means necessary to alert those personnel and supplier's involved as to all changes in the work caused by the Owner's selection or rejection of alternates. ALTERNATE BIDS Alternate Bid No. 1: This alternate bid includes all the work, labor, materials, etc. to furnish and install the relocation of the existing electric panel, including an allowance of $5,000 for APSs work. See construction drawings for additional information.

Job Lump Sum (+)____________________________________ Alternate Bid No. 2: This alternate bid includes all the work, labor, materials, etc. to demolish existing concession building. See construction drawings for additional information.

Job Lump Sum (+)____________________________________ Alternate Bid No. 3: This alternate bid includes all the work, labor, materials, etc. to provide the electrical work. See construction drawings for additional information. Notes: 1. This alternate does not include the 1 conduit nor the 3-3 in grade pull boxes to be used for future score board. The 1 conduit and pull boxes are included in the base bid. Job Lump Sum (+)____________________________________

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 6

SECTION 01330 SUBMITTAL PROCEDURES

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 2 - GENERAL

2.1 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including Supplemental General Conditions and the Special Provisions, apply to this Section.

2.2 A.

SUMMARY This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals.

2.3 A.

DEFINITIONS Action Submittals: Written and graphic information that requires Landscape Architect's responsive action. Informational Submittals: Written information that does not require Landscape Architects approval. Submittals may be rejected for not complying with requirements.

B.

2.4 B.

SUBMITTAL PROCEDURES General: The Landscape Architect will not provide Electronic copies of CAD Drawings of the Contract Drawings for Contractor's use in preparing submittals. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. 2. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that requires sequential activity. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Landscape Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received.

C.

D.

Submittals Schedule: Submittals shall be submitted in a timely manner to allow adequate review time as scheduled below, resubmittal if necessary, and delivery of materials so as not to adversely affect the scheduled performance of related construction activities.

Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Landscape Architect's receipt of submittal. Logan Simpson Design Inc. City of El Mirage Gentry Park 9/30/2011 Page 7

E.

1.

Initial Review: Allow 10 working days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Landscape Architect will advise Contractor when a submittal being processed must be delayed for coordination. Concurrent Review: Where concurrent review of submittals by Landscape Architect's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. All submittals shall be routed as determined at the Pre-Construction Conference. If intermediate submittal is necessary, process it in same manner as initial submittal. Allow 5 working days for processing each resubmittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing.

2.

3. 4. 5. 6.

F.

Identification: Place a permanent label or title block on each submittal for identification. 1. 2. 3. Indicate name of firm or entity that prepared each submittal on label or title block. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Landscape Architect. Include the following information on label for processing and recording action taken: b. c. d. e. f. g. h. i. j. k. l. Project name. Date. Name and address of Landscape Architect. Name and address of Contractor. Name and address of subcontractor. Name and address of supplier. Name of manufacturer. Unique identifier, including revision number. Number and title of appropriate Specification Section. Drawing number and detail references, as appropriate. Other necessary identification.

G.

Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. Additional Copies: Unless additional copies are required for final submittal, and unless Landscape Architect observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Landscape Architect will return submittals, without review, received from sources other than Contractor. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Landscape Architect on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. Transmittal Form: Provide locations on form to include the following information: City of El Mirage Gentry Park Page 8

H.

I.

3. 4.

Logan Simpson Design Inc.


9/30/2011

b. c. d. e. f. g. h. i. j. k. J.

Project name. Date. Destination (To:). Source (From:). Names of subcontractor, manufacturer, and supplier. Category and type of submittal. Submittal purpose and description. Submittal and transmittal distribution record. Remarks. Signature of transmitter.

Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. Use for Construction: Use only final submittals with mark indicating action taken by Landscape Architect in connection with construction.

K.

PART 3 - PRODUCTS

3.1 A.

ACTION SUBMITTALS General: Prepare and submit Action Submittals required by individual Specification Sections. 2. 3. O & M Manuals: The contractor shall retain one copy of all marked up submittals to be copied and incorporated in the O&M Manuals. Number of Copies: indicated: a. Submit copies of each submittal, as follows, unless otherwise

b.

Initial Submittal: Submit a minimum of three copies of each submittal, unless otherwise indicated, where selection of options, color, pattern, texture, or similar characteristics is required. Landscape Architect will keep one copy and return the remaining marked up copies with options selected. Final Submittal: Submit three copies, unless copies are required for operation and maintenance manuals. Submit five copies where copies are required for operation and maintenance manuals. Landscape Architect will retain two copies; remainder will be returned. Mark up and retain one returned copy as a Project Record Document.

B.

Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. 2. 3. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. Mark each copy of each submittal to show which products and options are applicable. Include the following information, as applicable: b. c. d. e. f. g. Manufacturer's written recommendations. Manufacturer's product specifications. Manufacturer's installation instructions. Standard color charts. Manufacturer's catalog cuts. Standard product operating and maintenance manuals. City of El Mirage Gentry Park Page 9

Logan Simpson Design Inc.


9/30/2011

h. i. j. k. C.

Compliance with recognized trade association standards. Compliance with recognized testing agency standards. Application of testing agency labels and seals. Notation of coordination requirements.

Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Highlight, encircle, or otherwise identify any deviations from the Contract Documents. 1. Preparation: Include the following information, as applicable: b. c. d. e. f. g. h. i. j. k. l. 2. Dimensions. Identification of products and materials Fabrication and installation drawings. Roughing-in and setting diagrams. Shopwork manufacturing instructions. Templates and patterns. Schedules. Design calculations. Compliance with specified standards. Notation of coordination requirements. Notation of dimensions established by field measurement.

Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 40 inches. Number of Copies: Submit copies of each submittal, as follows: b. Initial Submittal: Submit four sets of black-line prints. Submit five prints where prints are required for operation and maintenance manuals. Mark up and retain one returned print as a Project Record Drawing. Resubmittal: Same as initial submittal.

3.

c. D.

Samples: Prepare physical units of materials or products, including the following: 1. 2. 3. Provide sample panels and mock-ups as specified in the separate specification sections. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. Preparation: Mount, display, or package Samples in manner specified to facilitate review of qualities indicated. Prepare Samples to match Landscape Architect's sample where so indicated. Attach label on unexposed side that includes the following: b. c. d. 5. Generic description of Sample. Product name or name of manufacturer. Sample source.

4.

Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, provide the following: City of El Mirage Gentry Park Page 10

Logan Simpson Design Inc.


9/30/2011

a. b. c. d. 6.

Size limitations. Compliance with recognized standards. Availability. Delivery time.

Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed. a. If variation in color, pattern, texture, or other characteristic is inherent in the product represented by a Sample, submit at least three sets of paired units that show approximate limits of the variations. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics.

b.

7.

Number of Samples for Initial Selection: Submit one full set of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. The City will return submittal with options selected. Number of Samples for Verification: Submit three sets of Samples. The City will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. a. Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated.

8.

9.

Disposition: Maintain sets of approved Samples at Project site, available for qualitycontrol comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. b. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be accepted by the Landscape Architect and in an undamaged condition to remain in place as part of the Work. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor.

c.

E.

Product Schedule or List: Prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. 2. 3. Type of product. Include unique identifier for each product. Number and name of room or space. Location within room or space. Comply with requirements in the SUPPLEMENTAL

F.

Contractor's Construction Schedule: GENERAL CONDITIONS.

G.

Submittals Schedule: Submit 3 copies of the Submittal Schedule within 7 working days of the pre-construction conference. Application for Payment: CONDITIONS. Comply with requirements in the SUPPLEMENTAL GENERAL

H.

I.

Schedule of Values: Submit 3 copies of the Schedule of Values within 10 working days of the pre-construction conference. City of El Mirage Gentry Park Page 11

Logan Simpson Design Inc.


9/30/2011

J.

Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Submit 3 copies. Include the following information in tabular form:

1. 2. 3.

Name, address, and telephone number of entity performing subcontract or supplying products. Number and title of related Specification Section(s) covered by subcontract. Drawing number and detail references, as appropriate, covered by subcontract.

3.2 A.

INFORMATIONAL SUBMITTALS General: Prepare and submit Informational Submittals required by other Specification Sections. 2. 3. Number of Copies: Submit two copies of each submittal, unless otherwise indicated. Landscape Architect will not return copies. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity.

B.

Contractor's Construction Schedule: Comply with requirements in the Supplemental General Conditions. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects, engineers, landscape architects, and owners, and other information specified. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements.

C.

D.

E.

F.

G.

H.

I.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 12

J.

Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. 2. 3. 4. 5. 6. 7. Name of evaluation organization. Date of evaluation. Time period when report is in effect. Product and manufacturers' names. Description of product. Test procedures and results. Limitations of use.

K.

L.

M.

N.

O.

Maintenance and Operation Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements in Section 01700 "Closeout Procedures. Submit 3 copies. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. 2. 3. 4. 5. 6. Preparation of substrates. Required substrate tolerances. Sequence of installation or erection. Required installation tolerances. Required adjustments. Recommendations for cleaning and protection.

P.

Q.

R.

Manufacturer's Field Reports: Prepare written information documenting factory-authorized service representative's tests and inspections. Include the following, as applicable:

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 13

1. 2. 3. 4. 5. 6. 7. S.

Name, address, and telephone number of factory-authorized service representative making report. Statement on condition of substrates and their acceptability for installation of product. Statement that products at Project site comply with requirements. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. Results of operational and other tests and a statement of whether observed performance complies with requirements. Statement whether conditions, products, and installation will affect warranty. Other required items indicated in individual Specification Sections.

Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. Material Safety Data Sheets: Submit information directly to Owner. If submitted to Landscape Architect, Landscape Architect will not review this information but will return it with no action taken.

T.

PART 4 - EXECUTION 4.1 A. CONTRACTOR'S REVIEW Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Landscape Architect. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. CITY ACTION A. General: The City will not review submittals that do not bear Contractor's approval stamp and will return them without action. Action Submittals: The City will review each submittal, make marks to indicate corrections or modifications required, and return it. The City will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken. The City will forward each submittal to appropriate party for review. Informational Submittals: The City will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. The City will forward each submittal to appropriate party. Submittals not required by the Contract Documents will not be reviewed and may be discarded.

B.

4.2

B.

C.

D.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 14

SECTION 01500 TEMPORARY FACILITIES MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING: PART 1 - GENERAL 1.01 GENERAL A. This section provides for temporary facilities and temporary work required in the performance of this contract. The Owner will identify construction and storage areas allocated to the Contractor, and the Contractor shall limit his storage to the defined areas.

1.02

MAINTENANCE AND REMOVAL A. Maintain temporary facilities in a proper, clean, neat, safe, and sanitary condition for the duration of the contract. Upon completion of the contract remove all temporary facilities from the premises. Upon removal of all temporary facilities from the premises, Contractor shall replace and/or repair area to its original condition or as shown on the plans.

B.

1.03

STORAGE ENCLOSURE A. Provide suitable and temporary secure storage enclosure for materials. Contractor will be responsible for the protection of all materials and equipment left on site.

1.04

PERIMETER FENCE A. Provide a temporary, galvanized chain link fence around the entire perimeter of the construction area of the park. The fence shall be 6-0 in height (MAG standard materials, max 3 mesh openings) with sufficient anchoring mechanism/braces to maintain the fence in an upright position throughout the duration of the construction period. The fence shall have a lockable gate(s) at locations approved in a field review. There is no requirement to embed the support posts or to utilize concrete footings for the fence, unless the anchoring utilized by the contractor is insufficient.

1.05

TOILET FACILITIES A. Provide proper sanitary and adequate toilet facilities for the use of all workers employed on the project, located where directed, and enforce their use by all personnel on the project.

1.06

UTILITIES A. Refer to Supplemental General Conditions.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 15

1.07

SAFETY AND HEALTH PROGRAM A. This project, its prime Contractor, and his subcontractors shall, at all times, be governed by Chapter XIII of Title 19, Code of Federal Regulations, Part 1518-Safety and Health Regulations for Construction (36 CFR 75) as amended to date.

PART 2 - PRODUCTS 2.01 GENERAL A. Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner. Provide materials suitable for use intended.

PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove facilities until directed.

B.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 16

SECTION 01700 CLOSEOUT PROCEDURES

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 5 - GENERAL

5.1 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including Supplemental General Conditions and Special Provisions, apply to this Section.

5.2 A.

SUMMARY This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 2. 3. 4. 5. 6. 7. Inspection procedures. Project Record Documents. Operation and maintenance manuals. Warranties. Instruction of Owner's personnel. Final cleaning.

5.3 A.

SUBSTANTIAL COMPLETION Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 2. 3. 4. 5. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. Advise Owner of pending insurance changeover requirements. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. Prepare and submit Project Record Documents and Operation and Maintenance Manuals. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. Complete startup testing of systems. Submit test/adjust/balance records. Terminate and remove temporary facilities from Project site, along with mockups/sample panels, construction tools, and similar elements.

6. 7. 8. 9. 10. 11.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 17

12. 13. 14.

Submit changeover information related to Owner's occupancy, use, operation, and maintenance. Complete final cleaning requirements, including touchup painting. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects.

B.

Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Landscape Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Landscape Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Landscape Architect that must be completed or corrected before certificate will be issued. 1. 2. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. Results of completed inspection will form the basis of requirements for Final Completion.

5.4 A.

FINAL COMPLETION Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 2. 3. Submit a final Application for Payment according to Supplemental General Conditions. Submit certified copy of Landscape Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Landscape Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. Submit evidence of final, continuing insurance coverage complying with insurance requirements. Submit pest-control final inspection report and warranty. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems.

4. 5. 6.

B.

Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Landscape Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Landscape Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

5.5 A.

LIST OF INCOMPLETE ITEMS (PUNCH LIST) Preparation: Submit three copies of the list. Include name and identification of each area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. 2. Organize list of items and areas in sequential order, starting with architectural elements first. Include the following information at the top of each page: b. c. Project name. Date. City of El Mirage Gentry Park Page 18

Logan Simpson Design Inc.


9/30/2011

d. e. f.

Name of Landscape Architect. Name of Contractor. Page number.

5.6 B.

PROJECT RECORD DOCUMENTS General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss. Provide access to Project Record Documents for Landscape Architect and Inspectors reference during normal working hours. Record Drawings: Maintain and submit one set of blue- or black-line white prints of Contract Drawings and Shop Drawings. 1. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. a. b. c. d. Give particular attention to information on concealed elements that cannot be readily identified and recorded later. Accurately record information in an understandable drawing technique. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. Mark Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. Where Shop Drawings are marked, show cross-reference on Contract Drawings.

C.

2. 3. 4. 5.

Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location. Mark important additional information that was either shown schematically or omitted from original Drawings. Note Construction Change Directive numbers, Change Order numbers, alternate numbers, and similar identification where applicable. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover sheets.

D.

Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. 2. 3. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. Note related Change Orders, Record Drawings, and Product Data, where applicable.

E.

Record Product Data: Submit one copy of each Product Data submittal. Mark one set to indicate the actual product installation where installation varies substantially from that indicated in Product Data. 1. 2. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. City of El Mirage Gentry Park Page 19

Logan Simpson Design Inc.


9/30/2011

3.

Note related Change Orders, Record Drawings and Record Specifications, where applicable.

F.

Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference.

5.7 B.

OPERATION AND MAINTENANCE MANUALS Assemble a complete set of operation and maintenance data indicating the operation and maintenance of each system, subsystem, and piece of equipment not part of a system. Include operation and maintenance data required in individual Specification Sections and as follows: 1. Operation Data: a. b. c. d. e. 2. Emergency instructions and procedures. System, subsystem, and equipment descriptions, including operating standards. Operating procedures, including startup, shutdown, seasonal, and weekend operations. Description of controls and sequence of operations. Piping diagrams.

Maintenance Data: a. b. c. d. e. f. g. h. Manufacturer's information, including list of spare parts. Name, address, and telephone number of Installer or supplier. Maintenance procedures. Maintenance and service schedules for preventive and routine maintenance. Maintenance record forms. Sources of spare parts and maintenance materials. Copies of maintenance service agreements. Copies of warranties and bonds.

C.

Organize operation and maintenance manuals into suitable sets of manageable size. Bind and index data in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, with pocket inside the covers to receive folded oversized sheets. Identify each binder on front and spine with the printed title "OPERATION AND MAINTENANCE MANUAL," Project name, and subject matter of contents. Submit 3 copies of the manual.

5.8 A.

WARRANTIES Submittal Time: Submit written warranties on request of Landscape Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual.

B.

C.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 20

2.

3.

4.

Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor.

D.

Provide additional copies of each warranty to include in operation and maintenance manuals.

PART 6 - PRODUCTS

6.1 B.

MATERIALS Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

PART 7 - EXECUTION

7.1 B.

DEMONSTRATION AND TRAINING Instruction: Instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 2. 3. 4. 5. Provide instructors experienced in operation and maintenance procedures. Provide instruction at mutually agreed-on times. For equipment that requires seasonal operation, provide similar instruction at the start of each season. Schedule training with Owner, with at least seven days' advance notice. Coordinate instructors, including providing notification of dates, times, length of instruction, and course content.

C.

Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual Specification Sections. For each training module, develop a learning objective and teaching outline. Include instruction for the following: 1. 2. 3. 4. 5. 6. 7. System design and operational philosophy. Review of documentation. Operations. Adjustments. Troubleshooting. Maintenance. Repair.

7.2 B.

FINAL CLEANING General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. City of El Mirage Gentry Park Page 21

Logan Simpson Design Inc.


9/30/2011

C.

Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or item to condition acceptable to Owner. Comply with manufacturer's written instructions. 2. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: b. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. Remove tools, construction equipment, machinery, and surplus material from Project site. Clean exposed exterior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. Remove debris and excess dirt from limited access spaces, including equipment vaults, valve boxes, manholes, and similar spaces. Remove labels that are not permanent. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates.

c. d. e. f.

g. h. i.

j.

k. l.

m. D.

Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. Replace parts subject to unusual operating conditions. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. Leave Project clean and ready for occupancy.

Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully.

E.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 22

SECTION 02200 EARTHWORK

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 1 - GENERAL
1.01

1.1

COORDINATION: Coordinate grades and materials with landscaping and concrete work.

PART 2 - PRODUCTS 2.1


1.02

PRODUCTS: 2.1.1 GENERAL: As recommended and accepted by Soils Engineer.

1.03

2.1.2 FILL MATERIALS: Clean soils free of vegetation, debris, organic contaminants, or fragments larger than 1 inch or one-third fill depth. Onsite sandy clay soil from areas of excavation may be used for required fills beneath landscaped areas, buildings, or exterior concrete slabs. 2.2 2.3 EXCESS EARTH: Remove from site and legally dispose, if any. WASTE: To become property of Contractor and to be removed from site.

1.04

1.05

PART 3 - EXECUTION 3.1


1.06

TRAFFIC, DUST AND AIR QUALITY, AND UTILITIES: As required by Ordinances. 3.2 Assume all Work required can be determined at time of bidding and that no additional payment will be authorized to accomplish Work as specified. 3.3 3.3.1 GRADING AND DRAINAGE: Drainage:

1.07 1.08 1.09

.1 Work in Progress: Keep site drained with excavations pumped dry where daylighting not practical. .2 Completed Work: Positive drainage at all locations.

3.3.2 Site Grading: Plus or minus 1 inch of finish contours and existing elevations. Coordinate subgrade elevations with landscaping requirements to accommodate depth of decomposed granite and/or turf installation. 3.3.3 fill. Construction Grading: To levels required minus depth of concrete, base course or non-expansive

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 23

3.3.4 Subgrade Preparation: All vegetation, debris, and existing concrete pavement shall be removed from the site improvement area at the commencement of site grading activities. All fill shall be moistened and compacted as required. Break up as finely as material allows, bring to proper moisture content, and compact to required density. Fill by layers not exceeding six inches and compact as required.
1.10

3.4 COMPACTION: Bring to optimum moisture content; tamp to compactions not less than 95% (all compacted earth, except below landscape) and 90% below landscape in accordance with ASTM D-698. 3.7 EXCAVATIONS:

1.11 1.12

3.7.1 General: Earth form to dimension shown on Shop Drawings. Over-excavation to be filled with concrete, except increased bearing area must be approved by Structural Engineer. Keep clear of water and debris. Footings and Foundations: Trench and excavate accurately. Bearings level. Utility Trenching: Per the requirements of the City Engineer. 3.8 PROTECTION:

3.7.2 3.7.3
1.13 1.14

3.8.1 Protect excavations and graded areas. Provide casing, shoring, and other safety devices for Engineer's observations and testing of excavations. Protect new and existing structures and features from damage due to excavations, construction operations, backfill loads, compaction loads, and equipment loads. Replace damaged structures and features to the Owners satisfaction.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 24

SECTION 02210 SITE GRADING

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 1 - GENERAL WORK SPECIFIED HEREIN 1. A. All labor, materials, equipment, and services necessary to provide complete site grading and related items as indicated or specified. 1.02 RELATED WORK A. B. 1.03 MAG Section 106 Special Provision Section 02010 - Soils and Subsurface investigation

EXECUTION, PRODUCTS AND MATERIALS A. All work will be in accordance with MAG Specifications Sections 107, 210, 211, 225 and 601.

1.04

SITE INVESTIGATION A. Contractor must visit the site to form their own conclusions as to the character of the site preparation and grading work.

1.05

CONSTRUCTION STAKING A. Construction staking is to be provided by the Contractor

1.06

FINISHED GRADE A. Finished Grade, as used herein refers to the required final grade elevation indicated to the top surface of the structure, pavement. Set subgrades to allow for thickness of base, paving, decomposed granite, etc. All final grades to be approved by the City. Unless otherwise indicated, give project site areas uniform slopes between points.

B. 1.07

QUALITY ASSURANCE A. Subsurface conditions: All foundation excavations into undisturbed subsoils shall be inspected by a Soils Engineer provided by the Owner and deepened if loose or disturbed soils are encountered.

Soils Engineer: Soil structural recommendations identified in the shop drawings for slabson-grade and/or foundation elements supported on compacted fills and/or prepared subgrade are dependent upon satisfactory site preparation and placement and compaction of subsequent fill zones. Therefore, earthwork relative to structural support shall be accomplished under observation and testing directed by a Soils Engineer provided by the Owner. Observation and testing shall also be provided during site grading and the placement and compaction of all backfill, sub-base fill and base course to assess compliance with Project requirements. Logan Simpson Design Inc. City of El Mirage Gentry Park 9/30/2011 Page 25

B.

C.

All testing will be in accordance with MAG Specification Section 106, and as required by the City.

1.08

JOB CONDITIONS A. Surface drainage: Provide and maintain positive surface drainage during construction. Prevent infiltration of water into utility or foundation excavations from any source. Rubble, Building Materials & Other Debris: Contractor shall take note of the quantity of existing rubble, building materials, excess size rock and other debris that exists on site.

B.

PART 2 - PRODUCTS 2.01 FILL MATERIAL, GENERAL A. Approval required. All fill material shall be in accordance with the Geotechnical Report, and approved by Soils Engineer.

PART 3 - EXECUTION 3.01 SITE PREPARATION A. Prior to construction activity on the site, the property shall be cleared per MAG Section 201 and these Technical Specifications. The entire site shall be inspected for any evidence of prior excavations, uncontrolled backfill or soft spots. Should these anomalies be encountered, the material shall be removed and replaced with suitable material. All compaction of backfill shall be accomplished by mechanical means and may not be water settled. All existing rubble, building materials and rock over 6 diameter and other debris that exists on site shall be completely removed by the contractor and properly disposed of off site at no additional cost to the Owner. This includes surface material and those materials encountered during grading, trenching, foundation preparation and other construction activities to a minimum depth 18 below finish grade in under paving and landscape areas, 24 under footings. Backfill and compact excavations as specified in the attached Geotechnical Reports. Finish grading shall include the removal of all surface rock over 1 diameter or as otherwise specified.

B.

C.

D.

3.02

COMPACTION AND DENSITY CRITERIA A. Compaction of cleaned exposed native soils shall be accomplished to the density criteria recommended in the Geotechnical Report by Speedie and Associates. Natural undisturbed soils or compacted soils subsequently disturbed or removed by construction operations shall be replaced with materials compacted as specified above. All areas of development- widen any pits, ditches, depressions, etc. as necessary to accommodate compaction equipment and to provide a level base for placing fill.

B.

C.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 26

3.03

EARTHWORK QUANTITIES A. The Contractor shall compute the earthwork quantities by a method best suited for an accurate determination. The Contractor is solely responsible for using these numbers to determine his cost.

3.04

EXCAVATING A. Over-excavation: Backfill and compact all over-excavated areas whether caused through error or carelessness as specified or fill below. Perform all of this without additional compensation. Material: Material to be excavated shall be non-classified and shall include all earth or other materials encountered in excavating. The Contract Sum is understood to cover the removal of all such materials to the depth and extent indicated or specified. Spoil: Remove all excess excavated material from the site and dispose of material in a legal manner.

B.

C.

3.05

PREPARATION OF SUBGRADE A. Grading: Prior to placement of fill materials, all surfaces shall be even and free from ruts, hummocks, or other uneven features which could impede uniform compaction. Elevation: Prepare subgrade at all areas to proper elevation to receive fill and base course materials.

B.

3.06

EXCESS-WATER CONTROL A. Unfavorable weather: Do not place, spread, or roll any fill material during unfavorable weather conditions. Do not resume operations until moisture content and fill density are satisfactory to the Engineer. Flooding: Provide berms or channels to prevent flooding of subgrade. Promptly remove all water collecting in depressions. Softened subgrade: Where soil has been softened and eroded by flooding or placement during unfavorable weather, remove all damaged areas and recompact as specified for fill and compaction below. Dewatering: 1. Provide and maintain at all times during construction, ample means and devices with which to remove promptly and dispose of all water from every source entering the excavations or other parts of the Work. Dewater by means, which will ensure dry excavations and the preservation of the final lines and grades of bottoms of excavations.

B.

C.

D.

2.

3.07

GRADING A. B. General: Grade site to slopes and elevations as directed by the City. Surface drainage: Graded areas shall be constructed with positive slopes to prevent surface water ponding. The contractor shall guarantee that all graded areas shall drain, City of El Mirage Gentry Park Page 27

Logan Simpson Design Inc.


9/30/2011

except for closed retention basins shown on the Drawings. Make any and all needed modifications to achieve positive drainage. C. Grading tolerances: Finish grade: Base course under concrete slabs: Tolerance: vertical in 10-0 horizontal. Lawns: At areas designated as lawn, allow for topsoil or amendments and grade to within a tolerance of 0.10 foot to required elevations.

1.

2.

D.

Treatment after completion of grading: 1. After grading is completed and the Soils Engineer has finished inspection, permit no further excavating, filling or grading except with the approval and inspection of the Soils Engineer. Use all means necessary to prevent erosion of freshly graded areas during construction and until such times as permanent drainage and erosion control measures have been installed. Protect all newly graded areas from foot and vehicular traffic. Keep areas free from trash and debris. Repair and re-establish grades in any areas settled, rutted, or eroded. De-compaction. Scarify soils to a depth of 6 inches in all areas compacted by the passage of construction equipment which are to be planted or seeded.

2.

3.

4. 5.

E.

Areas suspected or known to be non-draining: 1. Immediately notify the Soils Engineer if any areas are suspected or known to be closed depressions or non-draining areas, except for designated stormwater retention basins. Take all necessary actions, at no cost to the Owner, including re-grading, adjustment of proposed pavement grades, and provision of culverts, needed to provide free drainage and prevent ponding and standing water. END OF SECTION

2.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 28

SECTION 02282 VEGETATION CONTROL

PART 1 - GENERAL 1.1 1.1.1 REFERENCES: Arizona State Chemist's Office, Local label registration regulations.

1.2 QUALITY ASSURANCE: Notify City and quality assurance person 24 hours in advance and receive consent to proceed. Make application during normal working hours. Allow minimum 12 hours after application before allowing concrete to be placed over application. 1.3 1.3.1 1.3.2 1.3.3 SUBMITTALS: Shop Drawings: Submit rate of application verification plan. Product Data: Submit label. Sample: Submit certified copy of label.

1.3.4 Record Documents: Submit record of meter readings or other approved data verifying rate of application and affidavit certifying treatment made in accordance with Specifications. 1.4 WARRANTY: Provide applicator's warranty for two-year period to do any additional work necessary to satisfactorily prevent rupture of asphalt and concrete surfaces by vegetation upon evidence of such growth within guarantee period. PART 2 - PRODUCTS 2.1 VEGETATION CONTROL CHEMICAL: migrating, growth penetration barrier. 2.1.1 2.1.2 3. 3.1 Occidental Chemical Corp. "Monobor-Chlorate," non-

Label: State registered with percent of active ingredients. Packaging: Deliver to job site in original sealed, labeled, containers. EXECUTION. APPLICATOR: State licensed by Control Board and Registrar of Contractors.

3.2 PREPARATION OF CHEMICAL: Dilute in water in concentration of applicator's choice, consistent with method of application, equipment, and application rate control method to be employed. 3.3 COORDINATION:

3.3.1 Do not apply until all operations which may disturb treated work are complete. Apply immediately before placement of concrete, allowing for time period identified in 1.2. 3.3.2 3.4. 3.4.1
9/30/2011

Applicator to issue written, time-dated authorization for work to conceal treated area. APPLICATION: Vegetation Control Soil Treatment: City of El Mirage Gentry Park Page 29

Logan Simpson Design Inc.

.1 Asphalt Paving and Concrete Slab: As required to provide chemical barrier to protect concrete from rupture by vegetation growth and not less than one pound of vegetation control chemical in water solution per 25 sq. ft. of area. Verify rate of application and volumes used by use of metered application equipment or approved verification system.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 30

SECTION 02470

SITE FURNISHINGS MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION AND CITY OF EL MIRAGE SUPPLEMENT SPECIFICATIONS TO MAG UNIFORM STANDARD SPECIFICATIONS ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 1 - GENERAL 1.01 SCOPE OF WORK The work under this Section shall consist of furnishing all labor, materials and incidentals to install the following site furnishings complete in place and ready for intended use in accordance with the manufacturers specifications, these specifications and the project plans. A. B. C. D. E. 1.02 8 Aluminum Players Bench w/o Back (as shown on plans) 15 Player Bench with Back (as shown on plans) Baseball Field Bases, Home Plate, and Pitching Rubber CH Anchor and Anchor Plug (for all Baseball Field Bases and for marking corners of Multi-Purpose Fields (as shown on plans). Infield Conditioner and Athletic Field Marking

SUBMITTALS A. Submit full product data and technical information on all furnishings to be installed.

PART 2 - PRODUCTS 2.01 GENERAL The materials specifications are based on the proprietary products in order to establish a standard of quality and installation procedures. Other manufacturers meeting or exceeding the quality standards of the specified product may be submitted for approval. A. 16x24 Ramada (pre-manufactured): Classic Recreation Systems, Inc.Model name: Scottsdale: 1. 2. B. Framework and posts color: Black HR-36 Steel roof color: Forest Green

Bench with Back: Webcoat, Inc.- Model B6WBMODERNPSM 1. 2. 3. 4. Framework color: Black Contoured seat color: VIP Green Pattern: Plastisol Coated #9 Expanded metal Mounting: Surface Mount

C.

21 Aluminum Players Bench w/o Back: PW Athletic Co.- Model #1119-21(G) 1. Color: Galvanized Steel City of El Mirage Gentry Park Page 31

Logan Simpson Design Inc.


9/30/2011

2. D.

Mounting: Round Surface Mount: M3

15 Player Bench with Back: PW Athletic Co. Model 1103-15(G) 1. 2. Color: Galvanized Steel Mounting: Round Surface Mount: M3

E.

Baseball Bat/Helmet Rack: Baseballracks.com 1. Model #4H-1WB, Color: Dark Green, 2 per dugout Baseball Field Bases, Home Plate, and Pitching Rubber: Beacon Athletics of each) 1. 2. 3. (Two Pair

F.

Kwik-Release Base Set (set of 3): Model #301-675-330 Hollywood MLB Pro Style Home Plate (set of 1): Model #301-675-859 Schutt Four-Sided Pitching Rubber (set of 1): Model #335-675-199

G.

CH Anchor and Anchor Plug (for all Softball Field Bases and marking corners of MultiPurpose Fields): Beacon Athletics 1. 2. 1 CH Standard Anchor (set of 1): Model #301-660-339 Orange Cap: Model #301-105-690

H.

Infield/Pitching Mound Mix: Stabilizer Solutions 1. 2. Infield: Stabilizer Pro Red Infield Mix Pitching Mound: Hilltopper Mound Clay

PART 3- EXECUTION 3.01 INSTALLATION A. Install all components at locations shown on Drawings properly aligned and spaced, plumbed vertically, complete and ready for use. Install all components in accordance with manufacturers instructions. If the manufacturer recommends anchoring or footing details, submit copies of the details to the Landscape Architect for review and approval prior to construction. Install ramadas after securing separate permits from the City of Phoenix as required.

B. C.

D. 3.02

SELECTED MANUFACTURERS A. PW Athletic Co. P.O. Box 9028, 85214 140 N. Gilbert Rd. Mesa, AZ 85203 Tel: (800) 687-5768 Fax: (866) 888-1110 E-mail: info@pwathletic.com Beacon Athletics 2224 Pleasant View Rd. #6 Middleton, WI 53562 Tel: (800) 747-5985 Fax: (308) 836-0724 City of El Mirage Gentry Park Page 32

B.

Logan Simpson Design Inc.


9/30/2011

Email: info@beaconathletics.com C. Stabilizer Solutions Inc. 33 South 28th Street Phoenix, AZ 85034 USA P 602.225.5900 F 602.225.5902 Toll Free 800.336.2468 www.StabilizerSolutions.com Baseballracks.com www.baseballracks.com

D.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 33

SECTION 02490 LANDSCAPE AND PLANTING

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 8 - GENERAL

1.1 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including Supplemental General Conditions and the Special Provisions, apply to this Section.

8.2 A.

RELATED SECTIONS Section 02810 contains irrigation requirements which may affect work under this Section.

8.3 A. B.

DESCRIPTION OF WORK Extent of landscape development work is shown on the Drawings and in schedules. Subgrades: Responsibility for establishing subgrades is not included in this work. Landscape Contractor is to receive the site within 0.10 of the grade necessary to complete the landscape work identified in Parts 1, 2 and 3. Finish Grades: Existing grades in landscape areas to be maintained to the maximum extent possible. Unless otherwise noted, landscape finish grades shall be 1 below adjacent pavements, curbs and walks, etc. Finished surfaces shall be reasonably smooth, compacted and free from irregular surface drainage and shall not vary more than 0.10 from the proposed grade. Ditches and swales shall be finished to permit proper surface drainage. Surface Drainage of Planted Areas: Contractor shall bear final responsibility for maintaining existing surface drainage of planted areas. Any obstructions on the site or prior work done by another party, which Contractor feels precludes establishing proper drainage, shall be brought to the attention of the Owners Representative, in writing, for correction or relief of said responsibility. Water: Potable water will be provided by the Owner through the existing backflow preventer for use in the landscape and irrigation construction. The cost for the water shall be borne by the Contractor. No separate measurement or payment will be made for water, the cost of which shall be included in the unit price bid of contracted items. QUALITY ASSURANCE A. Landscape work shall be completed by a single firm specializing in landscape installation and maintenance. REGULATORY REQUIREMENTS City of El Mirage Gentry Park Page 34

C.

D.

E.

F.

1.4 1)

1.5
9/30/2011

Logan Simpson Design Inc.

2) A. Perform work in accordance with all applicable laws, codes and regulations required by authorities having jurisdiction over such work and provide for all inspections and permits required by Federal, State and local authorities in furnishing, transporting and installing materials as shown or for completing the work identified herein. Plants delivered to the site shall demonstrate compliance with the Arizona Native Plant Law. 1.6 3) REFERENCES A. MAG: Maricopa Association of Governments Uniform Standard Details and Specifications for Public Works Construction, latest edition. DEFINITIONS A. The terms approve, approval or approved as used herein mean approval by the Owners Representative in writing. SOURCE QUALITY CONTROL A. Ship landscape materials with certificates of inspection required by governmental authorities. Comply with regulations applicable to landscape materials. B. Do not make substitutions. If specified landscape material is not obtainable, submit proof of non-availability to Owners Representative together with proposal for use of equivalent material with corresponding adjustment of Contract price. SAMPLES AND TESTS

1.7 4)

1.8 5)

6)

1.9 7)

A. Owners Representative reserves the right to take and analyze samples of materials for conformity to Specifications at any time. Contractor shall furnish samples upon request by Owners Representative. Rejected materials shall be immediately removed from the site at contractors expense. Cost of testing of materials not meeting Specifications shall be paid by contractor. 8) B. SUBMITTALS

9) A. Provide sample of proposed decomposed granite showing color, size range and texture, including proposed style source submit 5-pound sample. All submittals and samples shall be forwarded in a single package to the Owners Representative within 30 days of award of the Contract. 10) B. Certification: Submit certificates of inspection as required by governmental authorities. Submit manufacturers or vendors certified analysis for decomposed granite, infield mix and pitching mound mix. Submit other data substantiating materials comply with specified requirements. File copies of certificates with Owners Representative after acceptance of material. SITE CONDITIONS

1.10 11)

A. Inspect subgrades prior to commencing work to confirm subgrade depths and grades. Advise Owners Representative of discrepancies with Drawings or Specifications. All planting areas shall be left free of construction debris and/or toxic material and subgraded to a level to permit landscape construction. Trenches, foundation backfill or other filled excavations shall be compacted prior starting work. All construction roads, parking areas, laydown sites or other excessively compacted earth in planting areas, shall be loosened prior to starting work. Any additional debris shall be removed from the site. No soil preparation or planting shall begin City of El Mirage Gentry Park Page 35

Logan Simpson Design Inc.


9/30/2011

before the clean up has been conditions. 12)

completed. Commencement of work indicates acceptance of job

B. Cooperate with other Contractors and trades working in and adjacent to landscape work areas. Examine Drawings showing development of entire site and become familiar with scope of other work required. Proceed with and complete landscape work as rapidly as portions of site become available. 13) C. Utilities: Determine location of underground utilities through Blue Stake or other methods and perform work in a manner which will avoid possible damage. Hand excavate as required. Maintain grade stakes set by others until removal is mutually agreed upon by parties concerned or directed by the Owners Representative. 14) D. Obstructions: If rock, underground construction or other obstructions are encountered in excavation for planting of trees or shrubs, notify Owners Representative. New locations may be selected by Owners Representative, or instructions may be issued to direct removal of obstruction. Notify Owners Representative if hardpan layer is uncovered. Proceed with work only after approval of Owners Representative. 1.11 15) 16) 17) PART 2 - PRODUCTS 18) 19) 2.01 MISCELLANEOUS LANDSCAPE MATERIALS A. Decomposed Granite: To match existing granite in planting areas and MAG Sections 702 and 795. PROJECT WARRANTY A. Warranty landscape areas to maintain existing conditions of trees and shrubs.

20)

PART 3 - EXECUTION 21) 22) 3.01 PREPARATION A. The Contractor shall bear final responsibility for proper surface drainage of planted areas. 3.02 INSTALLING DECOMPOSED GRANITE

23) 24)

A. The landscape areas to receive decomposed granite mulch shall be graded according to the drawings and these Special Provisions, prior to the placement of any decomposed granite. The ground shall be reasonably smooth and rocks larger than 1inch in diameter, within the top 1-inch of soil, shall be removed and disposed of off-site. 25) The Contractor shall stake out all areas to receive decomposed granite. These areas shall be treated with a spray applied pre-emergent control, such as Surflan or equal, both prior to and after placement of the mulch material and at the end of the Plant Maintenance Period. All applications shall be completed by a State of Arizona licensed applicator. All pre-emergent spray materials shall include a temporary coloring agent to provide visual verification of coverage. All applications shall be monitored and completed in the presence of the Engineer. 26) Decomposed Granite shall be evenly distributed on the designated areas to a depth as indicated on the plans and details (2-inches deep at all installation locations). If a depth is not indicated the minimum depth shall be 2 inches. City of El Mirage Gentry Park Page 36

Logan Simpson Design Inc.


9/30/2011

27)

After placing and grading the granite, the Contractor shall water settle the granite with a light spray to remove fine materials from the surface. Immediately after watering, the Contractor shall roll the granite with an appropriate device to an extent satisfactory to the owners representative. 28) 29) 3.08 INSPECTIONS

A. Pre-maintenance Inspection: A pre-maintenance inspection will be performed upon substantial completion of all landscape planting and irrigation work under this Contract. Contractor shall notify Owners Representative within five days of inspection to arrange schedule. The Owners Representative, Contractor and such others as the Owners Representative shall direct, shall be present at the inspection. The Owners Representative shall issue the effective beginning date for the 90-day maintenance period. 30) B. Work requiring corrective action in the judgment of the Owners Representative shall be performed within five days after the pre-maintenance inspection. Corrective work and materials replacement shall be in accordance with the Drawings and Specifications and shall be made by the Contractor at no cost to the Owner. C. Final Maintenance Inspection: At the end of the 90-day maintenance period, a final maintenance inspection will be performed to accept the landscape installation. D. At the time of Final maintenance inspection, the Contractor shall have all planting areas under this Contract free of weeds and neatly cultivated.

31)

32)

E. If, after the inspection, the Owners Representative is of the opinion all work has been performed as per the Drawings and Specifications and all plant materials are in satisfactory growing condition, he will give the Contractor written notice of acceptance of the landscape installation and commencement of the one (1) year warranty period. 33) F. Work requiring corrective action or replacement in the judgment of the Owners Representative shall be performed within 10 days after the final inspection. Corrective work and materials replacement shall be in accordance with the Drawings and Specifications, and shall be made by the Contractor at no cost to the Owner. Maintain corrected work until re-inspected by Owners Representative. 34) 35) 36) 3.09 CLEANING AND PROTECTION A. Miscellaneous Landscape Materials: During landscape work, keep pavements clean and work area in an orderly condition. Broom, scrub or hose affected areas as directed by Owners Representative to maintain a clean and neat work area. B. Clean wheels of vehicles prior to leaving site to avoid tracking soil onto surfacing of roads, walks or other paved areas.

37)

38)

C. Protect landscape work and materials from damage due to landscape installation, operations by other contractors and trades and trespassers. Maintain protection during installation and maintenance periods. Treat, repair or replace contractor-damaged work as directed by the Owners Representative at no additional cost to the project. Remove all debris, trash and excess materials generated by the landscape installation.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 37

SECTION 02699 LAWN

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall furnish all labor, material, and equipment that is required to complete the work described herein in accordance with the terms of these Specifications and the contract documents. The work shall include incorporation of soil amendments, fine grading, planting and turf establishment. Refer also to Section 01810 of these Specifications.

B.

C. 1.02

REQUIREMENTS A. Contractor shall coordinate the rough grade elevations to meet the finish grades shown on the Drawings. When the rough grading has been completed, the soil amendments shall be added and then incorporated into the existing topsoil as specified above. Contractor shall coordinate planting procedures with the irrigation installation to make certain that all heads, lines and other system components are properly located and at the correct elevations. The turf irrigation system must be fully functional and approved by the Owners Representative prior to planting the turf.

B.

1.03

Submittals: A. Prior to delivery of materials, certificates of compliance shall be submitted certifying that the materials meet the requirements specified. Copies of the statements for the following materials shall be submitted: 1. 2. Sod: The grower shall submit to the Owners Representative, prior to delivery, requirements specified for sod delivery. Topsoil/Soil Amendments/Fertilizer: The Contractor shall submit to the Owners Representative, prior to delivery, requirements specified for topsoil, soil amendments, and fertilizer.

B. C.

Delivery Schedule: Submittal of the schedule shall be at least ten days before delivery. Construction Schedule: Schedule for all work including soil preparation and seeding. Owners Representative shall receive minimum 48 hours notice of any changes in the schedule.

1.04

DELIVERY, STORAGE, AND HANDLING A. Delivery: City of El Mirage Gentry Park Page 38

Logan Simpson Design Inc.


9/30/2011

1. 2.

Turf establishment materials shall be inspected upon arrival at the jobsite, and unacceptable material shall be removed from the jobsite. Soil amendments, fertilizer and other chemicals shall be delivered in original, unopened containers bearing manufacturers chemical analysis. Instead of containers, materials may be furnished in bulk. A chemical analysis shall be provided for bulk deliveries.

B.

Storage: 1. 2. 3. Materials shall be stored in areas designated by the Owner. Fertilizers and other soil amendments shall be stored in cool, dry locations away from contaminants. Chemical treatment materials shall not be stored with other landscape materials.

C.

Handling: 1. Materials: Except for bulk deliveries, materials shall not be dropped or dumped from vehicles.

PART 2 - PRODUCTS 2.01 MATERIALS: A. Sod: 1. Provide strongly rooted sod, not less than two years old, free of weeds and undesirable native weeds. Machine cut to pad thickness of , excluding top growth and thatch. Provide only sod capable of vigorous growth and development when planted. Sod shall be provided in pads of uniform size with a maximum 5% deviation in size when suspended vertically with a firm grasp on the upper 10% of the pad. Provide sod composed entirely of Hybrid Bermuda Midiron.

B.

Soil Amendments and Fertilizers: 1. Soil Amendments and Fertilizers: All materials shall meet the requirements of MAG Section 795. Materials shall be uniform in composition, free flowing and suitable for application with approved equipment. Materials shall be delivered to the site fully labeled according to applicable State laws and shall bear the name, trade name or trademark, and warranty of the producer.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 39

PART 3 - EXECUTION 3.01 3.02 SITE PREPARATION PER MAG SECTION 430.12.4 LAWN ESTABLISHMENT PERIOD A. Length of Period: On acceptable completion of the planting operation, the Lawn Establishment Period will be in effect for a minimum of 90 days or until completion and Final Acceptance of the project by the Owners Representative, whichever is longer. The lawn will not be accepted separate from the remainder of the project. In order to begin the Lawn Establishment Period the Owners Representative must be satisfied at the PreMaintenance Inspection that all work has been completed in accordance with the plans and specifications and that the irrigation system is fully functional and properly watering all lawn areas. Pre-Maintenance Inspection: An inspection will be performed upon substantial completion of all planting work at each park site. Contractor shall notify the Owners Representative within 5 days of inspection to arrange schedule. The Owners Representative, contractor and such others as the Owners Representative shall direct, shall be present at the inspection. Subsequent to the inspection, the Owners Representative shall issue the effective beginning date for the Lawn Establishment Period.

B.

Work requiring corrective action in the judgment of the Owners Representative shall be performed within 5 days after the Pre-Maintenance Inspection. Corrective work and materials replacement shall be in accordance with the Drawings and these Specifications and shall be made by the Contractor at no cost to the Owner. When inspected work does not comply with requirements, replace rejected work and continue specified maintenance until reinspected by Owners Representative and found to be acceptable. Remove rejected materials promptly from the project site. Final Maintenance Inspection: At the end of the Lawn Establishment Period, an inspection of planted areas will be made by the Owners Representative in the presence of the Contractor to accept the turf installation. At the time of Final Maintenance Inspection, the Contractor shall have all planting areas under this contract free of weeds, mowed and neatly cultivated. If, after the Final Maintenance Inspection, the Owners Representative is of the opinion that all work has been performed as per the plans and these Specifications, he/she will give the Contractor written notice of final acceptance of the lawn installation. Work requiring corrective action or replacement in the judgment of the Owners Representative shall be performed as described for the Pre-Maintenance Inspection. Corrective work and materials replacement shall be made by the Contractor at no additional cost to the project. Maintain corrected work until re-inspected by Owners Representative.

C.

Lawn Acceptance Criteria: 1. The installed turf will be accepted provided the requirements, including maintenance, have been complied with and a vigorous, healthy, well-rooted lawn is established free of weeds, no bare areas greater than 2 in diameter and there are no surface irregularities. In the event that turf is not accepted by the end of the growing season, the Contractor will be responsible to provide sod that is overseeded with annual rye City of El Mirage Gentry Park Page 40

2.
Logan Simpson Design Inc.
9/30/2011

grass. The contractor shall repair erosion damage, maintain the lawn grade elevations and supply and/or replace planting as directed by the Owners Representative until accepted. The maintenance shall continue into the following growing season until the Owners Representative accepts the installation. D. Maintenance During Lawn Establishment Period: 1. General: Maintenance of the lawn areas shall include eradicating weeds, protecting slopes from erosion, maintaining mulch material, protecting lawn areas from traffic and mowing. Repair: Lawn areas shall be re-established as specified herein for eroded areas, damaged or barren areas. Mowing Installed Lawns: Lawn areas shall be mowed to a minimum height of 3/4 inches when the average height of the grass becomes two inches. Clippings shall be removed when the amount of cut grass is heavy enough to damage the lawn areas. Watering: Watering shall be completed at intervals to obtain a moist soil condition to a minimum depth of two inches. Frequency of watering and quantity of water shall be adjusted in accordance with the growth of the lawn. Run-off, puddling and wilting shall be prevented. Post-Fertilization: Composition of fertilizer shall follow MAG Specifications Section 430. Seed must be adequately rooted prior to the nitrogen application. If not properly rooted, provide recommendation on method/materials needed to accomplish the nitrogen application. Chemical Treatment: a. When a pest or disease becomes apparent during the Lawn Establishment Period, a state-certified applicator shall apply required chemicals in accordance with EPA label restrictions and recommendations. Hydraulic equipment for the liquid application of chemicals shall be provided with a leak-proof tank, positive agitation methods, controlled application pressure and metering gages. Preemergent herbicides will not be used. A Chemical Treatment Plan shall be provided to the Owner as stated in these Specifications.

2. 3.

4.

5.

6.

b.

3.03

FINAL ACCEPTANCE A. Final acceptance of the lawn will be based upon meeting the criteria as defined above in Lawn Establishment Period. Rejected areas shall be replanted or repaired as directed by the Owner.

3.04

CLEAN UP A. Contractor shall at all times maintain his operations in a neat and safe manner free of debris and blowing trash. Any direction given by the Owners Representative regarding the removal of debris or correction of hazardous situations shall be immediately followed.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 41

SECTION 02810 UNDERGROUND IRRIGATION

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 1 - GENERAL 1.01 WORK INCLUDED

The Contractor shall be responsible for installing and warranting a turf irrigation system. The work shall consist of but not limited to the following. A. Excavating and backfilling as needed B. Supplying and installing new irrigation equipment, including but not limited to pipe, wire, remote control valves, sprinklers, controller, fittings, connections, attachments and appurtenances associated with the work described herein C. Testing of all control circuits and the operations of equipment to the satisfaction of the Engineer D. Preparation of as-built redlines E. Conducting a flow test from the existing point of connection to determine the amount and pressure available for the new irrigation system and furnishing a report of the test to the owners representative All work shall be in accordance with the requirements of these specifications. 1.02 REFERENCES

Perform Work in accordance with requirements and Conditions of the Contract and Division 1 - General Requirements as well as provisions of all applicable laws, codes, ordinances, rules and regulations, including MAG Section 440 if the requirements are more stringent than those identified herein. Conform to requirements of reference information listed below except where more stringent requirements are shown or specified in Contract Documents. A. American Society for Testing and Materials (ASTM) - Specifications and Test Methods specifically referenced in this Section. B. Underwriters Laboratories (UL) - UL Wires and Cables 1.03 QUALITY ASSURANCE A. Installer Qualifications - Installer shall have a minimum of five (5) years experience in the installation of irrigation system(s) of specified type(s) in a neat, orderly and responsible manner in accordance with recognized standards of workmanship. B. Special Requirements 1. Tolerances - Specified depths of mains and laterals and pitch of pipes are minimums. Settlement of trenches is cause for removal of finish grade treatment, refilling, City of El Mirage Gentry Park Page 42

Logan Simpson Design Inc.


9/30/2011

recompaction and repair of finish grade treatment. 2. Damage to Other Improvements - Contractor shall replace or repair damage to grading, soil preparation, seeding, or planting done under other Sections during Work associated with installation of irrigation system at no additional cost to Owner.

As part of the contract, the Contractor shall meet with the City of El Mirage to identify the process and schedule for completing the work. A field review of the areas of work and equipment will be conducted as part of the conference. The Contractor shall identify his proposed approach to completing the work and indicate evidence of coordination with other work on the project. A proposed method for watering the existing turf to remain shall be identified. The Contractor will accept comments from the others on the proposed activities. Within three days of the meeting, the Contractor shall provide a written schedule of the proposed work for the City to review. Once a strategy and schedule are agreed upon the schedule shall only be amended as approved by the City. 1.04 SUBMITTALS A. Prepare and make submittals in accordance with conditions of the Contract. 1. Shop Drawings - Submit Shop Drawings showing proposed disconnections, reconfigurations and other activities required to complete the irrigation modification work at Gentry Park. Include a complete materials list indicating manufacturer, model number and description of all material and equipment to be used on the project. Operation Instructions - Submit 3 written operating instructions, including start-up with cut sheets of products, and coordinate controller/watering operation instruction with City of El Mirage maintenance personnel. a. Controller Charts 3. 4. Do not prepare charts until record (as-built) drawings have been reviewed by Engineer. Provide one controller chart for each automatic controller installed. a. Chart may be reproduction of record drawing, if scale permits fitting of controller door. If photo reduction prints are required, keep reduction to maximum size possible to retain full legibility. b. Chart shall be blueline print of actual "as-built" system, showing area covered by that controller. c. Identify area of coverage of each remote control valve, using a distinctly different pastel color, drawing over entire area of coverage. d. Following review of charts by Engineer, they shall be hermetically sealed between two layers of 20 mm thick plastic sheet. e. Charts shall be completed and reviewed prior to final review of irrigation system. 5. Record Drawings (as-builts): Contractor shall submit one set of irrigation as-builts at the conclusion of the project. The as-builts shall locate the following items. These items shall be dimensioned from two permanent points of reference (building corners, sidewalks, or permanent structures). a. Connection to existing water lines including reconnection points for restored system piping b. Routing of sprinkler pressure lines (dimension maximum 100 feet along routing, 50 feet at restored areas) c. Sprinkler control valves (new and relocated) d. Drip line blow out stubs e. All gate valves
Logan Simpson Design Inc.
9/30/2011

2.

City of El Mirage Gentry Park Page 43

f. Controller g. Control wire routing (for new and restored system) if not in mainline trench h. Other related equipment as directed 1.05 DELIVERY, STORAGE AND HANDLING

Deliver, unload, and store materials in a manner to prevent damage, breakage, deterioration, intrusion, ignition and vandalism. Deliver in original unopened packaging/containers prominently displaying manufacturer name, volume, quantity, contents, instructions and conformance to local, state and federal law. Remove and replace cracked, broken or contaminated items or elements prematurely exposed to moisture, inclement weather, temperature extremes, fire, or jobsite damage. A. Handling of PVC Pipe - Exercise care in handling, loading and storing of PVC pipe. All PVC pipe shall be transported in a vehicle which allows length of pipe to lie flat so as not to subject it to undue bending or concentrated external loads. All sections of pipe that have been dented or damaged shall be discarded, and, if installed, shall be replaced with new piping. 1.06 JOB SITE CONDITIONS A. Protection of Property - Preserve and protect all trees, plants, monuments, structures and paved areas from damage due to work of this Section. In the event damage does occur, all damage to inanimate items shall be completely repaired or replaced to satisfaction of Engineer, and all injury to living plants shall be repaired by Contractor. All costs of such repair shall be charged to and paid by Contractor. Protect buildings, walks, walls and other property from damage. Flare and barricade open ditches. Damage caused to asphalt, concrete or other building material surfaces shall be repaired or replaced at no cost to City of El Mirage. Restore disturbed areas to original condition. B. Protection and Repair of Underground Lines - Request proper utility company to stake exact location (including depth) of all underground electric, gas or telephone lines. Take whatever precautions are necessary to protect these underground lines from damage, and, in the event damage does occur, all damage shall be repaired by Contractor. All costs of such repairs shall be paid by Contractor unless other arrangements have been made. Contractor shall request in writing that the City of El Mirage locate all private utilities before proceeding with excavation. If, after such request and necessary staking, private utilities which were not staked are encountered and damaged by the Contractor, the City of El Mirage shall repair the damaged utility at no cost to the Contractor. If the Contractor damages staked or located utilities, the Contractor shall repair the damaged utility, unless other arrangements are made, at no cost to the City of El Mirage. C. Replacement of Paving and Curbs - Where trenches and lines cross existing roadways, paths, curbing, etc., damage to these shall be kept to a minimum and shall be restored to original condition. Potable water will be supplied to install the irrigation system work described herein at no charge to the Contractor through the existing backflow prevention device(s). 1.07 WARRANTY/GUARANTY A. Manufacturer shall warrant materials against defects for a period of one year from date of Substantial Completion.
Logan Simpson Design Inc.
9/30/2011

City of El Mirage Gentry Park Page 44

B. Settling of backfilled trenches which may occur during guaranty period shall be repaired at no expense to City of El Mirage, including complete restoration of damaged property. C. Expenses due to vandalism before substantial completion shall be borne by Contractor. 1.08 MAINTENANCE A. Furnish the following maintenance items to Engineer prior to Final Acceptance: 1. Two sets of special tools required for removing, disassembling and adjusting each type of valve supplied on this Project Two three foot valve keys for operation of gate valves Two keys for each automatic controller

2. 3.

PART 2 - PRODUCTS 2.01 MATERIALS A. General Piping 1. 2. Used pipe shall not be installed on the project. Pressure supply lines (downstream of backflow prevention units) shall be Schedule 40 PVC pipe. Size shall be as required to facilitate project design. Non-pressure lines shall be Schedule 40 PVC pipe. facilitate project design. Size shall be as required to

3.

B. Plastic Pipe and Fittings: Identification Markings: 1. Identify all pipe with following indelible markings: a. b. c. d. e. f. 2. Manufacturer's name. Nominal pipe size. Schedule of class. Pressure rating psi. NSF (National Sanitation Foundation) seal of approval. Date of extrusion.

Solvent Weld Pipe - Manufactured from virgin polyvinyl chloride (PVC) compound in accordance with ASTM D2241 and ASTM DI784; cell classification 12454-B, Type 1, Grade 1. a. Fittings - Standard weight, Schedule 40, injection molded PVC; complying with ASTM DI784 and D2466, cell classification 12454-B. (1) Threads - Injection molded type (where required). (2) Tees and ells - Side gated. b. Threaded Nipples - ASTM D2464, Schedule 80 nipples. c. Joint Cement and Primer - type as recommended by manufacturer of pipe and fittings.

C. Valve Boxes: All valve boxes shall be equipped with a T style cover and bolt down lids
Logan Simpson Design Inc.
9/30/2011

City of El Mirage Gentry Park Page 45

1. 2. 3. 4.

Gate Valves, Drip Line Blow-out Stubs, and Wire Stub Box Carson 910-12 3/4 Inch through 2 Inch Control Valves Carson 1419-12 Control Wiring Splices - Carson 910-12 Backflow Preventer - Existing equipment

D. Electrical Control Wiring: 1. Low Voltage: a. Electrical Control Wire - AWG UF UL approved No. 14 direct burial copper wire or larger, if required to operate system as designed. Control wire for restored irrigation system components shall match the existing wire or as approved. b. Wire Colors: (1) Control Wires - Red. (2) Common Wires - White. (3) Spare Wires - Same color as control wires (labeled at terminations). c. Control wire connections and splices shall be made with, Spears Pentite connectors DS-100 and DS-300 sealant, or similar dry splice method. d. No field splices of 24 volt wiring shall be made unless length between controller and valve exceeds 2,500 feet. Necessary splices shall be made at remote control valve boxes, or separate splice boxes. 2. High voltage - Type required by local codes and ordinances, of proper size to accommodate needs of equipment services.

E. Automatic Controller Utilize existing controller to maximum extent. If needed, a new automatic controller shall be a Tucor RKS sized to accommodate the number of remote control valves needed to irrigate the site. The controller shall be mounted in a stainless steel cabinet installed outdoor in a location approved by the City. The controller shall be installed and grounded per the manufacturers recommendations. F. Remote Control Valves The remote control valves shall be Hunter ICV. The valve shall be completely exposed and accessible within the valve box. The valves shall be installed with a minimum 3 and maximum 4 clearance between the top of the valve and the bottom of the valve box lid. The valve shall have an in-line brass ball valve installed upstream of the valve for isolation purposes. The ball valve shall be a Watts FBV-series or approved equivalent. G. Backflow Preventer - Utilize existing equipment. H. Turf Rotor Heads Hunter I-20 with the following nozzles. ARC 360 180 090 NOZZLE #3.0 #3.0 #1.5 RADIUS 37 37 31 GPM 3.0 3.0 1.5 PSI 40 40 40

The sprinkler heads shall be installed no more than 38 feet apart so as to ensure full coverage. The heads shall be installed and connected to the remote control valve so that no more than 45 GPM flows through any particular valve. The rotors shall be installed using a Hunter pre-fab swing joint model SJ-712. Lateral piping shall be sized so that the maximum pressure difference between any two sprinklers on a lateral shall be less than 10 percent of the highest pressure. Full and half circle rotors shall not be installed on the same remote Logan Simpson Design Inc. City of El Mirage Gentry Park 9/30/2011 Page 46

control valve, half and quarter circle rotors on the same valve are acceptable. I. Turf Spray Heads Rainbird 1804-PRS: The spray heads shall be installed as indicated above except with the exception that the heads shall be installed no more than the radius of the nozzle installed, so as to ensure full coverage. All heads full, half and quarter circle can be installed on the same valve.

3. PART 3 - EXECUTION 3.01 INSPECTION A. Examine areas and conditions under which work of this Section is to be performed. Do not proceed with work until unsatisfactory conditions have been corrected. B. Demolition and grading operations, with the exception of final grading, shall be completed and approved by Engineer before staking or installation of any irrigation system begins. 3.02 PREPARATION A. Staking shall occur as follows: 1. Mark, with powdered lime, routing of pressure supply line and flag heads for first few zones. Contact the City 48 hours in advance and request review of staking. The City will advise installer as to the amount of staking to be prepared. The City will review staking and direct changes if required. Review does not relieve installer from coverage problems due to improper placement of heads after staking. Install sleeving under asphalt paving and concrete walks, prior to concreting and paving operations, to accommodate piping and wiring. Compact backfill around sleeves to 95% Modified Proctor Density within 2% of optimum moisture content in accordance with ASTM D1557. Trenching - Trench excavation shall follow, as much as possible, layout shown on Drawing. Dig trenches straight and support pipe continuously on bottom of trench. Trench bottom shall be clean and smooth with all rock and organic debris removed. a. Clearances: (1) Piping Smaller than 3 Inches - Trenches shall have a minimum width of 7 inches. (2) Line Clearance - Provide not less than 6 inches of clearance between each line, and not less than 12 inches of clearance between lines of other trades. b. Pipe and Wire Depth: (1) Pressure Supply Piping - 18 inches from top of pipe. (2) Control Wiring - Side of pressure main. 3.03 INSTALLATION A. Locate other equipment as near as possible to locations designated. Deviations shall be reviewed by Engineer prior to installation. B. PVC Piping - Snake pipe in trench as much as possible to allow for expansion and contraction. Do not install pipe when air temperature is below 40F. Place manual drain Logan Simpson Design Inc. City of El Mirage Gentry Park 9/30/2011 Page 47

2.

3.

valves at low points and dead ends of pressure supply piping to insure complete drainage of system. When pipe installation is not in progress, or at end of each day, close pipe ends with tight plug or cap. Perform Work in accordance with good practices prevailing in piping trades. C. Solvent Weld PVC Pipe - Lay pipe and make all plastic to plastic joints in accordance with manufacturer's recommendations. D. Control Wiring 1. Low Voltage Wiring: a. Bury control wiring between controller and electric valves in pressure supply line trenches, strung as close as possible to main pipe lines with such wires to be consistently located below and to one side of pipe, or in separate trenches. b. Bundle all 24 volt wires at 10 foot intervals and lay with pressure supply line pipe to one side of the trench. c. Provide an expansion loop at every pressure pipe angle fitting, every electric control valve location (in valve box), and every 500 feet. Form expansion loop by wrapping wire at least 8 times around a 3/4 inch pipe and withdrawing pipe. d. Make all splices and R.V.C. connections using Spears Pentite connectors or similar dry splice method. e. Install all control wire splices not occurring at control valve in a separate splice valve box. f. Install control wire for each control valve. g. Run 2 spare #14-1 wires from controller pedestal or electric control valve on each and every leg of mainline. Label spare wires at controller and wire stub box. 2. High Voltage Wiring for Automatic Controller a. Provide 120 volt power connection to automatic controller. b. All electric work shall conform to local codes, ordinances and authorities having jurisdiction. All high voltage electrical work shall be performed by licensed electrician. E. Automatic Controller 1. 2. Install controller in accordance with manufacturer's instruction. Connect remote control valves to controller in numerical sequence as approved by the District Representative. Final location of controller shall be approved by Engineer. Each controller shall have its own separate ground wire if multiple controllers are utilized. All above ground conduits shall be rigid galvanized with appropriate fittings.

3. 4.

5.

F. Remote Control Valves - When grouped together, allow at least 12 inches between valve boxes. Install each remote control valve in a separate valve box. Install individual valve box flush with ground. Place gravel in bottom of each box below valve with a minimum of 2 cubic feet of 3/4 inch crushed gravel. G. Valve Boxes 1. Install one valve box for each type of valve installed as detailed. Valve box extensions are not acceptable except for master valves. Install gravel sump after compaction of all City of El Mirage Gentry Park Page 48

Logan Simpson Design Inc.


9/30/2011

trenches. Place final portion of gravel inside valve box after valve box is backfilled and compacted. 2. Brand controller letter and station number of lid on each valve box. Letter and number size shall be no smaller than 1 inch and no greater in size than 1-1/2 inches. Depth of branding shall be no more than 1/8 inch into valve box lid.

H. Backflow Preventer Backflow Preventer is existing I. Backfilling - Do not begin backfilling operations until required system tests have been completed. Leave trenches slightly mounded to allow for settlement after backfilling is completed. Trenches shall be finish graded prior to walk-through of system by Engineer. 1. Materials - Excavated material is generally considered satisfactory for backfill purposes. Backfill material shall be free of rubbish, vegetable matter, and stone larger than 1 inch in maximum dimension. Do not mix subsoil with topsoil. Material not suitable for backfill shall be hauled away. Contractor shall be responsible for providing suitable backfill if excavated material is unacceptable or not sufficient to meet backfill, compaction and final grade requirements. Do not leave trenches open for a period of more than 48 hours. Open excavations shall be protected in accordance with OSHA regulations. Compact backfill to 90% maximum density, determined in accordance with ASTM D155-7 utilizing the following methods: a. Mechanical tamping. b. Puddling or ponding. Puddling or ponding and/or jetting is prohibited within 20'-0" of building or foundation walls. J. Piping Under Paving 1. Provide for a minimum cover of 18 inches between the top of the pipe and the bottom of the aggregate base for all pressure and non-pressure piping installed under asphaltic concrete or concrete paving. Piping located under areas where asphalt or concrete paving will be installed shall be bedded with sand (a layer 6 inches below pipe and 3 inches above pipe). Compact backfill material in 6 inch lifts at 90% maximum density determined in accordance with ASTM D155-7 using manual or mechanical tamping devices. Set in place, cap and pressure test all piping under paving, in presence of Engineer prior to backfilling and paving operations.

2.

3.

2.

3.

4.

K. Water Supply and Point of Connection - Water supply is existing. J. Restoration and Repairs of Existing System to Remain. Modifications shall be completed in such a manner that no more than two irrigation cycles are missed for each control zone on the project during any two week period, with a maximum of three total missed cycles for any single zone; the City, at its sole discretion, may adjust the frequency and timing of the system interruptions to beneficially accommodate project construction. Several mobilizations may be required to complete the modifications, based on construction sequencing of the project features. If directed, the Contractor shall make temporary or bypass connections of water or electrical controls to facilitate the maintenance and
Logan Simpson Design Inc.
9/30/2011

City of El Mirage Gentry Park Page 49

sustained health of plants and turf grass within or outside of the immediate work area, but scheduled to remain. Pipe designated to be abandoned may be cut and permanently capped, as appropriate, at any time during the contract period, provided that the abandoned vegetation does not create public safety or nuisance concerns prior to removal from the site. The proposed wire splice methods shall be approved prior to use. No splices shall occur within sleeving. Installed pipe will be tested per the requirements herein. If in the opinion of the City, the progress of the work is such that the viability of the plants to remain is jeopardized or other situations occur that may create safety or hazardous conditions, he reserves the right to suspend the modifications until satisfied that the work can be completed and the hazard eliminated. Hand watering may be necessary to maintain the plant material in a healthy, thriving condition as directed by the Engineer. Do not resume work until directed by the City. Once the work of an area is substantially complete, the Contractor shall request a review by the City and other representatives as deemed necessary. At the review, the Contractor will be requested to demonstrate each components operation. Automatic controllers which have been affected by construction shall have their programs reset to pre-project settings. The affected controllers shall have been operating in the pre-project settings for three days before the review. Remote control valves will be manually operated from the controller unit and shall be separately operated through the automatic program until approved by the Engineer. At the time of the review, the Contractor shall have completed redlines of as-builts of the irrigation system modifications on a blueline of the design plans for review by the City. Make corrections/additions to the as-builts as directed. 3.04 FIELD QUALITY CONTROL A. Flushing - After piping, risers and valves are in place and connected, but prior to installation of sprinkler heads, thoroughly flush piping system under full head of water pressure from dead end fittings. Maintain flushing for 5 minutes through furthermost valves. Cap risers after flushing. B. Testing - Notify Construction Manager in advance of all testing. Conduct tests in presence of the City for Project Site. Arrange for presence of the Citys representative 48 hours in advance of testing. Supply force pump and all other test equipment. 1. After backfilling and installation of all control valves, fill pressure supply line with water and pressurize to 40 PSI over the designated static pressure or 120 PSI, whichever is greater, for a period of 2 hours. Leakage, Pressure Loss - Test is acceptable if no leakage or loss of pressure is evident during test period. Leaks - Detect and repair leaks. Retest system until test pressure can be maintained for duration of tests. Before final acceptance, pressure supply line shall remain under pressure for a period of 48 hours.

2.

3. 4. 5.

C. Pre-Maintenance Inspection: 1. Arrange for the Citys presence 48 hours in advance of walk-through. City of El Mirage Gentry Park Page 50

Logan Simpson Design Inc.


9/30/2011

2.

Entire system shall be completely installed and operational prior to scheduling of walkthrough. Operate each zone in its entirety for the City at time of walk-through and, additionally, open all valve boxes if directed. Generate a list of items to be corrected prior to Final Completion. Furnish all materials and perform all Work required to correct all inadequacies of coverage due to deviations from Contract Documents. During walk-through, expose all drip emitters under operations for observation by the City to demonstrate that they are performing and installed as designed; prior to placing of all mulch material. Schedule separate walk-through if necessary.

3. 4. 5.

6.

D. Final Maintenance Inspection: 1. 2. Arrange for the Citys presence 48 hours in advance of walk-through. Show evidence to the Citys representative that City of El Mirage has received all accessories, charts, record drawings, and equipment as required before Final Completion walk-through is scheduled. Operate each zone, in its entirety for the City at time of walk-through to insure correction of all incomplete items. Items deemed not acceptable by City shall be reworked to complete satisfaction of Engineer. If after request to the City for walk-through for Final Completion of irrigation system, the City finds items during walk-through which have not been properly adjusted, reworked or replaced as indicated on list of incomplete items from previous walk-through, Contractor shall be charged for all subsequent walk-throughs. Funds will be withheld from final payment and/or retainage to Contractor, in amount equal to additional time and expenses required by the City to conduct and document further walk-throughs as deemed necessary to insure compliance with Contract Documents.

3.

4.

5.

3.05

ADJUSTING A. Upon completion of installation, "fine-tune" entire system by regulating valves, adjusting patterns and break-up arms, and setting pressure reducing valves at proper and similar pressure to provide optimum and efficient coverage. B. If it is determined that irrigation adjustments will provide proper and more adequate coverage, make such adjustments prior to Final Acceptance, as directed, at no additional cost to City of El Mirage. Adjustments may also include changes in control valve throttling. C. Areas which do not conform to designated operation requirements due to unauthorized changes or poor installation practices shall be immediately corrected at no additional cost to the City of El Mirage.

3.06

CLEANING Maintain continuous cleaning operation throughout duration of Work. Dispose of, off-site at no additional cost to City of El Mirage, all trash or debris generated by installation of irrigation system. END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 51

SECTION 02825 ORNAMENTAL STEEL FENCE

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION and CITY OF GLENDALE ENGINEERING DESIGN AND CONSTRUCTION STANDARDS AND SPECIFICATIONS ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 1 - GENERAL 1.1 Fence drawings shall conform to details shown on the Drawings and the requirements of these Specifications. 1.2 Foundations, supports, attachments, welded connections, load-carrying capacity, and wind load resistance shall be detailed as required by calculations. 1.3 Design loads shall meet the requirements of the Uniform Building Code and any local code, which exceeds UBC requirements. Wind load: 125 mph. 1.4 WORK INCLUDED: Fence materials, fence panels, gates, posts, and hardware.

1.5 RELATED WORK: Earthwork, Section 02200; Concrete, Section 03000; Unit Masonry, Section 04200; and Painting, Section 09900. 1.6 QUALITY ASSURANCE: All Work of this Section shall be fabricated and erected by a contractor who is regularly engaged in the construction of fences of this type. 1.7 1.8 REFERENCES: ASTM A36 and ASTM A500. SUBMITTALS: Shop Drawings and calculations for review prior to obtaining a building permit.

1.9 DELIVERY, STORAGE, AND HANDLING: Deliver to the site in good condition, protected against damage to the prime coat paint. Store in a safe, protected manner without subjecting the fence panels or other components to warping or other damage.

PART 2 - PRODUCTS 2.1 Steel tube PICKETS, RAILS, AND POSTS: As per details. Meet ASTM A500. Provide new prime material. 2.2 Paint: Prime coat for exposed steel as specified in Painting, Section 09900. Provide asphaltbased paint for coating of steel set in concrete.

PART 3 - EXECUTION 3.1 Set fence posts in concrete footing.

3.2 Weld pickets to rails and rails to posts. Use experienced welders to lay out and weld with neat, clean joints. Grind all flush welds smooth. 3.3 After fabrication, power wash panels, gates, and posts with phosphoric acid solution, rinse, and dry thoroughly prior to application of the paint prime coat. Coat bottom of posts with asphalt-based paint for steel set in concrete.
Logan Simpson Design Inc.
9/30/2011

City of El Mirage Gentry Park Page 52

3.4 In preparation for installation, lay out Work in accordance with Drawings and Shop Drawings. Verify grade changes and other irregularities in surfaces. Coordinate setting of posts with concrete Work. Adjust lengths of posts to grades and details indicated on Drawings. 3.5 Set fence posts plumb and level according to details indicated, prior to pouring of footings. Weld fence panels to posts with 360-degree welds. Install panels plumb and level. Clean and prime coat all welds.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 53

SECTION 03000 CONCRETE

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

SECTION 03100 - FORMWORK PART 1 - GENERAL 1.1 REFERENCES: ACI 347 Recommended Practice for Concrete Formwork, where not in conflict with Specifications, requirements of Project, or requirements of Contractor, is suggested as generally acceptable. ACI 301 Specification Structural Concrete for Buildings. Have publications available. 1.2 NOTICE: This specification establishes minimum requirements for reasons of appearance, construction means and methods. Construction safety, means, methods, loads, shoring, reshoring or Contractor's responsibility to design, install, inspect, use, and remove are not part of this Specification. Provide engineering necessary to achieve Work and protect Project. Architectural approval or observation is not required. 1.3 COORDINATION: 1.3.1 Contractor's safety and structural requirements which exceed requirements of engineering notations on Drawings or this Section govern. 1.3.2 Engineering notations on Drawings which exceed requirements of this Section govern. 1.3.3 Coordinate with concrete Work and Finishes division for levelness and flatness of slabs. 1.4 SUBMITTALS: Submit product data for all leave-in materials.

PART 2 - PRODUCTS 2.1 GENERAL: bonds. 2.2 FORMWORK: 2.2.1 Material and Design: Adequately rigid for forming concrete and holding Work in shape and location required. Stop major leakage of forms by taping or similar means. Remove forms from Project when need is satisfied. 2.2.2 Appearance: Where concrete to be exposed, form effect on appearance as approved. Control joint marks, surface texture, shapes as shown. 2.2.3 Coordination: Coordinate with concrete and embedded materials and provide as they are required for cleanliness, dimension, stability, absorption, tightness, and compatibility. 2.3 FORM RELEASE AGENT: Contractor's choice subject to appearance and compatibility. 2.4 MEMBRANE (VAPOR BARRIER): Polyethylene film, conforming to ASTM C-171. Color, clear. Minimum thickness 6 mil. Maximum moisture loss 0.055 g./cm. sq. in accordance with ASTM C-156. Provide maximum widths giving consideration to installation conditions.
Logan Simpson Design Inc.
9/30/2011

Non-staining, non-corrosive, compatible with concrete and finishes strengths, and

City of El Mirage Gentry Park Page 54

2.5 MISCELLANEOUS ACCESSORIES: As shown or required.

PART 3 - EXECUTION 3.1 FABRICATION: Sufficiently leak resistant, sufficiently movement resistant. True to shape elevations and dimensions. Complete. Slope as indicated on the plans. 3.2 JOINTS: 3.2.1 Construction: .1 Use only when necessary or as shown on Drawings.
.2 Structural, horizontal members: Locate at mid-span.

.3 Keyed: Slabs at structural. 3.2.2 Expansion Joint (E.J.) in Slabs-on-Grade and Columns:
.1 Where required for thermal expansion.

.2 Where butts another solid. .3 At stress locations. .4 As detailed or shown. .5 Slightly edge tool at exposed locations. .6 At sealant, design as required for sealant (i.e., width, depth, shape). 3.2.3 Control Joint (C.J.): Refer to Cast-In-Place Concrete Section. 3.2.4 Sawn Joint: Refer to Cast-In-Place Concrete Section. 3.3 FLATWORK: 3.3.1 Grade: As shown on Drawings, to drain surface water as indicated on plans. 3.3.2 Slab on Grade: Form with flat bottom and joints in manner to allow unrestricted shrinkage toward centroid. Joint to provide near square dimensions. .1 Membrane (Vapor Barrier) Curing Sheet. .1.1 Curing Sheet: Coordinate with concrete curing. Membrane may be placed at Contractor's option under slab-on-grade for balancing concrete curing to protect against curling and delayed shrinkage cracks. .1.2 Installation: Use largest practical width. Seam by lapping 6" and taping continuously, or by folding over twice similar to sheet metal standing seam, wire stapling, and laying flat. Turn up full depth at terminations. Turn up and seal with tape at penetrations. Allow fullness to prevent ruptures. Replace where construction operations perforate excessively. 3.4 ACCESSORIES: Install all accessories placed under this Section in accordance with manufacturer's recommendations. Cooperate with other trades placing Work in or beneath concrete. 3.5 REMOVAL: When approved by Contractor's Engineer or when full design strength is established by approved tests. Logan Simpson Design Inc. City of El Mirage Gentry Park 9/30/2011 Page 55

SECTION 03300 - CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 GENERAL:

1.1.1 Contractor's safety and structural requirements which exceed requirements of engineering notations on Drawings or this Section govern. 1.1.2 Engineering notations on Drawings which exceed requirements of this Section govern. 1.2 REFERENCES: 1.2.1 Work noted in accordance with following basic reference Specifications unless otherwise specified. Supplemental references applicable only where more restrictive. Have available on-site. .1 General: ACI 301, Specifications for Structural Concrete for Building. .2 Proportions and General: Basic ACI 301; Supplemental ACI 318, Building Code Requirements for Reinforced Concrete. .3 Ready-Mix Requirements and General: Basic ACI 301 or 318; Supplemental ASTM C-94 Standard Specifications for Ready-Mixed Concrete. .4 Flatwork: ACI 302, Recommended Practice for Concrete Floor and Slab Construction. .5 Measuring, mixing, transporting: ACI 304: Recommended practice for measuring mixing, transporting, and placing concrete. .6 Curing: ACI 308, Recommended Practice for Curing Concrete. .7 Placement: ACI 305, Recommended Practice for Hot Weather Concreting and ACI 306, Recommended Practice for Cold Weather Concreting. .8 ACI 117, Standard Tolerances for Concrete Construction and Materials where not excepted herein or on Drawings, shall not exceed ACI Standards. 1.2.2 Geotechnical Report. 1.3 COORDINATION: 1.3.1 General Coordination With Related Work: Provide advance and continuing coordination of concrete and its related work such as earthwork, formwork, reinforcing, embedded work, precast concrete, finishes, waterproofing, sealants, and piping. Coordination directed to prevent damage to the work, assure compatibility and bond, minimize cutting and patching, provide penetrations, allow for thermal movement, and meet requirements of protection, finish, waterproofing, and joint sealant work. 1.3.2 Concrete joint sealing shall be as indicated on plans and in these Specifications. 1.3.3 Coordinate earthwork and Geotechnical Report requirements with placement requirements. 1.3.4 Coordinate with Formwork and Finishes sections to provide finish slab levelness and flatness as specified herein. Slope as indicated on the plans.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 56

1.3.5 Coordinate with sealant Work to provide joints as required by sealant applicator and sealant manufacturer at all joints. 1.4 QUALITY ASSURANCE: 1.4.1 Verify all concrete strengths that are critical before allowing concrete to assume structural responsibility. Note: Work shown on Drawings and these Specifications is designed for in-place, completed Project stresses with concrete developed strength assumed not less than those stated for 28day age. Actual strength at any time of concrete provided may vary due to different material sources, curing, admixtures, mix design, weather, and construction means and methods. 1.5 SUBMITTALS: 1.5.1 Concrete Mix: Submit mix designs. If Portland cement reducers or other additives are used, submit control mix design without reducers or additives as well as mix exactly as proposed to be used. Submit W. R. Grace Co. recommendations for retarder and shrinkage compensation of slab on grade. 1.5.2 Concrete Temperature Control: Submit plan to monitor wind velocity, relative humidity, temperature, and concrete temperature in order to maintain specified maximum rate of evaporation. 1.5.3 Curing and Protection Plan: Provide plan for curing and protecting the concrete. Plan to include schedule of concrete by location and finishes giving materials and methods that may be employed to cure, monitor adequacy of application, and protect concrete from damage or stain. Coordinate with required manufacturer's data.

1.5.4 Manufacturer's Data: Provide manufacturer's published data and "Materials Safety Data Sheet (MSDS) for each manufactured material provided or requiring coordination (i.e., concrete additives, color, tile, etc.). Data to show compliance with environmental and safety regulations for each product and indicate suitability for use intended, method of application, method for monitoring adequacy of application, and compatibility with finish. 1.5.5 Request To Vary: Where coordination of Curing and Protection Plan with Product Data indicates manufacturer's recommendations for compatibility and requires product other than general product specified, request to vary general specified product or to provide "special" curing or protection method or material. This variance to be anticipated in preparation of Proposal and no change in Project time or amount will be allowed for this variance. 1.5.6 Sample of Workmanship: Provide on-site, minimum 72" x 72" sample (not part of finished project) of each flatwork finish. Finishing may be done wet when appropriate in presence of Landscape Architect and reworked until approved. Sample does not relieve responsibility for match existing requirements. Preparation of multiple samples may be required in order to obtain the desired finish for each type of finish as approved by the Landscape Architect. PART 2 - PRODUCTS 2.1 GENERAL: All materials non-staining, compatible with each other, compatible with finish materials. Mix designs and quality assurance testing by independent laboratory and Engineer. 2.2 CONCRETE: 2.2.1 Materials: In accordance with ACI 301; Portland cement, ASTM C150, Type II; water, potable; water, taken from concrete ready for placing, free from deleterious amount of chloride. All cement by one manufacturer. Aggregate in accordance with ASTM C-33, strong, clean, free of foreign matter.

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 57

2.2.2 Time In Mixer: In accordance with ACI 301, 304, 305, and 506. If driving time plus standby time exceed recommendations, deliver dry and add water at site. Transit truck must arrive at site with full water tank. 2.2.3 Temperature: By control of water temperature or other approved means, maintain and deliver concrete at temperature so that rate of evaporation does not exceed 0.14 lbs. per s.f. until not less than 15 minutes after placement. 2.3 GROUT AND DRY PACK: Non-Shrink, Non-Metallic: U.S. Grout Corp. "Five Star Grout" ASTM C-877, C-191, and C-109, 5000 psi. 2.4 CURING MATERIALS: 2.4.1 Water: Domestic quality, clear, potable with no chemical content detrimental to Work. Agent of choice. Use where suitable and reasonable. Wet mats, sand, and fogging or misting devices may be used in conjunction with water in lieu of ponding. 2.4.2 Sheet Material: ASTM C171. Moisture loss maximum 0.055 g./cm. sq. White. Second choice in most conditions. Use where conditions make water unreasonable. Below-slab vapor barrier meets this specification for underside of slabs-on-grade where under-slab vapor barrier is required. At Contractor's option, vapor barrier may be used as a curing membrane below slabs-on-grade where vapor barrier is not required for other reasons in order to maintain balanced moisture content throughout the thickness of slab being cured. 2.4.3 Curing Compounds: Cure/Seal: MasterKure 200W or L&M Cure R. Meet ASTM C309, Class B, Type 1. 2.4.4 Protective Covering and Other Materials: As recommended by reference Specifications or required by other sections or manufacturers of affected materials.

2.5 JOINT MATERIAL


2.5.1 SIDEWALK EXPANSION JOINTS: ASPHALT IMPREGNATED FIBERBOARD with Contie removable joint caps and polyurethane sealant.

PART 3 - EXECUTION 3.1 GENERAL: All Work in accordance with reference Specifications. 3.2 COORDINATION: Cooperate with form setters, steel workers, accessory and built-in work setters, mechanical trades, and electrical trades. Do not place concrete until all related work is in place and secured against displacement. Cooperate with waterproofing Contractor to make concrete compatible with receiving waterproofing. Do not commence placement until all coordinated Work is satisfactory. 3.3 NOTIFICATION: Notify Owner and quality assurance personnel in advance of placement. Allow reasonable time to verify or observe Work to be concealed and formwork. 3.4 ACCESSORIES: Place accessories in accordance with manufacturer's directions. Protect from movement or damage. 3.5 PREPARATION: Check formwork for cleanliness, dimension, stability, absorption, tightness, and compatibility. Check embedded Work for stability and compatibility. Check conveying equipment for cleanliness, adequacy, mobility, tightness, strength, and contribution to material separation. Demonstrate water-fogging capability. Demonstrate finishing capability. Demonstrate curing technique to be used.
3.6 PLACEMENT: Logan Simpson Design Inc.
9/30/2011

City of El Mirage Gentry Park Page 58

3.6.1 Temperature: Refer to Quality Assurance Section. Do not allow concrete temperature to exceed allowable for maximum 0.14 lbs. per S.F. rate of evaporation in accordance with ACI 305, Figure 2.1.5. 3.6.2 Handling: Prevent separation. Convey rapidly. Do not disturb other Work. No free fall over 6 feet. 3.7 COMPACTION: 3.7.1 Work concrete thoroughly into forms and around other Work during and immediately after placing to eliminate honeycomb, voids, and air bubbles. Lightly vibrate, or spade with proper equipment. Do not tamp slabs. Use roller bug, vibrating screed, or bull float to finish. Re-vibrate concrete pieces approximately 15 minutes after placement and before set has begun. 3.8 FLATWORK: 3.8.1 Cast slabs-on-grade in alternate sections, unless permanent forms are used. Wait 48 hours between all adjacent concrete castings. 3.8.2 Plane Surface Tolerance: Coordinate with Formwork and Finishes Division to provide finish Work of levelness and flatness as specified herein. Remove and replace slabs with unacceptable tolerance. Failure to meet tolerances may be cause for reduced value and reduced payment as provided in General Conditions.

.1 Allowable tolerance in accordance with ACI117.


.1.1 Exterior: Class AX, 3/16" in 10 feet and no ponding.

.2 Maximum 1:500 slope from indicated plane at any point.

3.8.3 Exterior Finish: .1 Medium Broom Finish where designated on the plans. This pattern shall be accomplished by pulling a broom across the concrete prior to final set. The pattern shall be uniform when viewed in any direction. Each succeeding pass of the broom shall follow pattern of the previous pass. The pattern shall be perpendicular to the primary direction of pedestrian traffic. (See sample requirements under Submittals.) .2 Exposed Aggregate Finish where designated on the plans. Construct per MAG Section 343 except that aggregate shall be crushed river run stone not larger than 1 or smaller than . 3.8.4 Cracking: Cracking from inadequate curing is not allowed. Recommend detail changes and joint required if needed to prevent cracking. Removal of cracked concrete may be required when, in opinion of Owner, project appearance, quality, or function has been reduced. Do not place without fogging capability for emergency replacement of evaporation water during placing and finishing. 3.8.5 Joints: .1 Sawn Joints: Shrinkage joints required for contraction or shrinkage crack control shall be sawn as requested by Contractor. .2 Control Joint (C.J.): .2.1 Typical: Joint required to allow for natural shrinkage. For maximum spacing see Drawings. Maintain areas near square and do not allow dimensions to exceed 2:3 ratio. Provide at inside corners and stress points. May be formed cold joint with key. Provide
Logan Simpson Design Inc.
9/30/2011

City of El Mirage Gentry Park Page 59

where shown and where directed. Contractor may recommend additional locations to prevent cracks. Normally constructed by cold joint or separating aggregate in upper onethird of slab with trowel on edge. Tool with scoring trowel before and after cutting with trowel to provide smooth, coved joint edges. May be provided by checkerboard casting of alternate areas. .3 Construction Joints: Joints not shown on Drawings must be approved. Construction joint (C.J.) or keyed joint (K.J.) may be required for construction convenience or concrete placement. C.J. or K.J. may not be shown on Drawings, but may be directed or requested by Contractor. Location must be approved. Provide form, key, dowels, continuous reinforcing, water stop, thickened slabs as required. .4 Expansion Joint: Expansion joint shall be located as shown on Drawings. Final locations to be approved prior to concrete placement. Clean joint thoroughly and lower joint filler minimum below top of concrete prior to placing sealant.

3.9 CURING AND PROTECTION: 3.9.1 Do not use curing compounds that are not compatible with finish, integral or applied. 3.9.2 Protect against rapid dryout, wind, mechanical damage, structural loads, and stains. Give special attention to finish surface protection. 3.9.3 Rate of Evaporation: Maintain at 0.14 lbs. per S.F. or less. 3.9.4 Curing in accordance with reference Specifications. Sheet material or curing compounds applied in manner to retain moisture loss not to exceed 0.055 g./sq. cm. in accordance with ASTM C156. Maintain moist continuously not less than: 14 days if Type II cement; 7 days if Type I cement; or 3 days if Type III cement; and until not less than 70% of 28-day design strength has developed. Coordinate with formwork design and removal. Use sheet sealing material if water curing is not done. Use liquid curing compounds when other methods not feasible and requesting use, justifying use, and establishing ability to properly cure in writing before using. Liquid curing compounds, if used, in accordance with manufacturer's recommendation, applicable ASTM, and reference Specifications using multiple coats applied perpendicular to each other in sufficient number to retain moisture so that glass sealed to floor will not show condensate. Minimum application rate of 200 S.F. per gallon per coat. Do not use curing compounds not compatible with finish such as sealer, color, coating, non-slip, floor coverings, setting beds, and paint. Spread uniformly on slab, remove excess materials with water flushing and squee-gee. 3.9.5 At Non-Absorbent Forms and Below Slab Membranes: concrete thickness sufficient to prevent cracking and curling. Maintain balance of dryout through

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 60

SECTION 04200 UNIT MASONRY

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING: PART 1 - GENERAL 1.1 QUALITY STANDARDS: Work of this Section to quality levels defined as follows taken from Arizona Masonry Guild Specifications (AMG Spec.): 1.1.1 Economy: Workmanship of less exacting nature permitting labor-saving techniques, promoting speedier fabrication, etc., at same detriment to quality, but permitting no reduction in structural integrity or materials. Work showing minor defects, detailing of more pedestrian nature. Acceptance of this quality level overlooks minor defects, slight mismatching of textures and colors. No defects or discrepancy allowed which may lead to cracking, leaking, collapse, or other failure of basis structure nature. 1.1.2 Standard: Workmanship of normal excellence required by trade in elevating men to journeyman rank; or material of average or median quantity. Work under this designation is easily achieved, is basic to trade or industry, is average, is normal, is median, and is acceptable on most projects. 1.1.3 Custom: Workmanship of superior excellence, obtainable only by skilled journeymen; or material of top rank, free of all defect or of rarity that commands higher value. Work under this designation is achieved with utmost attention to details is goal of excellence sought by many, but achieved only by more valuable craftsmen or more discerning manufacturers and is specified for projects requiring superlative products and with more than ample budgets. 1.2 COORDINATION:

1.2.1 Contractor's safety and structural requirements that exceed requirements of engineering notations on Drawings or this Section shall govern. 1.2.2 1.3 1.3.1 1.3.2 Engineering notations on Drawings that exceed requirements of this Section govern. SUBMITTALS: Product Data: Submit for all leave-in and cleaning materials. Sample: Confirm exposed material before manufacturer and before shipping.

1.3.3 Workmanship: Construct a 2 x 5 sample mock-up wall section as required for establishing standard of quality and appearance.

PART 2 - PRODUCTS 2.1 UNIT MASONRY:

2.1.1 Concrete Masonry Units (CMU): ASTM C-90 hollow load bearing, Grade N-1. F'm = 1,350 psi. Typical units: 8 x 8 x 16 Superlite, color to be gray. Other sizes, shapes, as noted on Drawings. 2.2 MORTAR AND GROUT: In accordance with AMG Spec. Type "S". No fly ash unless approved by Structural Engineer. Strength and Portland cement to hydrate lime or lime putty ratio as follows: 2.2.1
9/30/2011

Grout: 2,000 psi; 10 Portland cement; 0 to 1 lime. Color to match CMU block color. City of El Mirage Gentry Park Page 61

Logan Simpson Design Inc.

2.2.2 2.3 2.3.1

Mortar: 1,800 psi; 2 to 4 Portland cement: 1 lime. REINFORCING: General: As noted on Drawings and not less than specified herein.

2.3.2 Rods: Less than No. 3 provided in this Section, with characteristics as described in Concrete Reinforcing Section. (Note: No. 3 and larger provided under Concrete Reinforcing Section.) 2.3.3 2.3.4 Horizontal Joint: ASTM A-82; minimum as required by AMG Spec. Metal Lath: Expanded metal. Type and weight as required to support grout.

2.3.5 Accessories and Wall Ties: Galvanized steel, as required by Code, as required to complete Work, and as recommended by AMG Spec. 2.4 CLEANER: ProSoCo, Inc. "Sure-Klean" cleaner, detergent solvent, and stain remover, as recommended by manufacturer. Verify compatibility with Superlite before using. 2.5 CONTROL JOINT FILLER: Dur-O-Wall, Vert-A-Joint, or Sonneborn. Regular or wide flange. PVC or molded rubber. Fill joints with sealant to match paint. MASONRY SEALER: As approved for graffiti resistance. Refer to Section 09900. ANTI-SKATING DEVICE: Refer to Section 02470. PRE-CAST CONCRETE: Quick Crete Products. Model number, color and finish as noted on plans.

2.6 2.7 2.8

PART 3 - EXECUTION 3.1 3.1.1 3.1.2. GENERAL: In accordance with AMG Spec. and following level: Architecturally Exposed: Custom. CMU units: Rake back mortar joints a minimum of 1/4" and tuckpoint with an approved waterresistant grout. A typical tuckpointing grout additive is LATICRETE 1776 Grout Admix Plus used full strength instead of mixing water. STARTER COURSES: Full bed or solid grout. Full bed grouted cells. PARTIAL UNITS: Cut to required sizes and shapes. No broken units. COURSING: As indicated on Drawings. BOND: Running bond. JOINTS: Tooled concave, dense.

3.2 3.3 3.4 3.5 3.6

3.7 CONTROL JOINTS: Space as recommended by AMG Spec., or required to control wall shrinkage or expansion cracks. Typical spacing 20 feet o.c. Submit plan. 3.8 MORTAR: In accordance with AMG Spec. Accurately measure. Mechanically mix. Use within one hour of initial water and before set begins. Clean mixer between batches. City of El Mirage Gentry Park Page 62

Logan Simpson Design Inc.


9/30/2011

3.9 GROUT: In accordance with AMG Spec. Avoid construction joint in grout. Break at center of CMU. Rod immediately after placing and five minutes after placing. 3.9.1 Grout following: .1 .2 .3 3.9 Voids, and bond beams with reinforcing. Walls with backfill one or two sides. Locations noted on Drawings.

REINFORCING: As noted on Drawings and in accordance with Concrete Reinforcing Specifications and AMG Specification. ANTI-SKATING DEVICES: Install devices as portions of the work become available.

3.10

3.11 PROTECTION AND CURE: Protect Work from weather or other damage. Protect wall from loads before set and not exceeding design load after strength developed. Cure mortar as required and minimum 72 hours. 3.12 3.13 3.14 Do not build when air temperature is less than 40 degrees F. Place pipes or conduits in sleeves or hollow unfilled cells only. CLEANING:

3.14.1 Clean as work progress using specified cleaner in accordance with manufacturer's directions, or clear water. 3.14.2 Do not place any Work without cleaning capability. 3.14.3 Clean all masonry remaining exposed or receiving material which must bond to surface (i.e., paint, plaster). 3.14.4 Do not allow cementitious materials to set on exposed finish Work. 3.15 MASONRY SEALER: Apply as portions of the work become available. END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 63

SECTION 09900 PAINTING

MAG UNIFORM STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION and CITY OF KINGMAN 2004 ADDENDUM TO MAG AND UNIFORM STANDARD DETAILS FOR PUBLIC WORKS CONSTRUCTION ARE HEREBY AMENDED TO INCLUDE THE FOLLOWING:

PART 1 - GENERAL 1.1 REFERENCE: Painting & Decorating Contractors Association "Painting Specification Manual" (PDCA Specifications) where not excepted herein is hereby incorporated as minimum requirements of this section.

1.1.1 Contractor shall paint any existing metal cabinets, poles, etc. that have been damaged during construction. 1.2 QUALITY ASSURANCE:

1.2.1 Manufacturer's Recommendations: Provide manufacturer's review of Project requirements and opinion of compatibility of pigment and suitability of material assemblies for use intended. 1.2.2 1.3 1.3.1 1.3.2 1.3.3 1.4 1.5 1.6 1.6.1 1.6.2 Provide verification of application of proper materials, number of coats, and coat mil thickness. SUBMITTALS: Manufacturer's Data: Each assembly and component. Samples: Paint out of each color and sheen card. Sample of Workmanship: As required. EXTRA STOCK: Each material: 1 gallon (labeled for use area) touch-up stock. STORAGE AND HANDLING: In accordance with manufacturer's recommendations. COORDINATION: Other Work: Coordinate with pre-primed materials, metals, and carpentry. Color: Final color selection by owner.

PART 2 - PRODUCTS 2.1 GENERAL: Principal materials by one manufacturer. approved by finish coat manufacturer. Assemblies by one manufacturer or

2.2 PAINT: Frazee Paint, types as named in materials list or similar by Dunn-Edwards, Sherwin Williams, Sinclair, Pittsburgh. Ready-mixed. Ready tinted. 2.3 ACCESSORY MATERIALS: manufacturer of material covering. Putty, spackle, shellac, and thinners as recommended by

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 64

PART 3 - EXECUTION 3.1 3.1.1 GENERAL: Inspection, moisture tests, preparation, application, field control, cleaning, workmanship, completion, and acceptance in accordance with reference Specifications and manufacturer's recommendations. APPLICATION: Typical Method: Brush or roller. Spray only where specified or approved.

3.2 3.2.1

3.2.2 Coverage: Minimum mil thickness recommended by manufacturer and as required to cover. Apply additional finish coats when color, stain, dirt, undercoats or abuse show through or mar finish. 3.2.3 3.2.4 Uniformity: Sheen, color, and texture. Multiple Coats: Establish method to verify number of coats and mil thicknesses applied.

3.3 PAINT: Color schedule for items and colors will be provided after receiving all submittals and samples.

END OF SECTION

Logan Simpson Design Inc.


9/30/2011

City of El Mirage Gentry Park Page 65

City of El Mirage ADDENDUM No. 1


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Arizona 85335 Telephone: (623) 876-2977 Fax: (623) 933-8418

Solicitation Description: Gentry Park Improvements

Addendum No. 1 Issue Date: October 10, 2011

CLARIFICATION OF CONSTRUCTION NOTES AND BID ITEMS:

A. Remove Bid Schedule, pages 36 & 37, and replace with the attached Bid Schedule. Quantities for bid items No. 6, 7, 9, 10, 12, & 13 have been revised and are in bold font. B. Construction Drawings and Specifications have been finalized. Final drawings are now posted in Citys web site. Revisions are as follows: 1. Proposed concrete area at the northeast of the ball field has been reduced. 2. 24 iron fence on top of 4 masonry wall has been deleted. 3. Proposed existing pole relocation (Alternate No. 3) has been deleted. 4. See other quantity revisions in the attached revised Bid Schedule.

Contractor acknowledges receipt of the addenda: Addendum No. 1: Initials:____________ Date:_____________

Page 1 of 1

BID SCHEDULE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, AZ 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Due: October 20, 2011 3:00 PM


Gentry Park Improvements

BASE BID:
ITEM No.

ITEM DESCRIPTION MOBILIZATION SITE DEMOLITION/EQUIPMENT SALVAGE DUGOUT FENCING/ROOF COMPLETE DUGOUT WALLS W/CONCRETE CAP DUGOUT BENCHES (SET OF 15' AND 8')

UNIT LS LS EA LF LS

QUANTITY 1 1 2 94 2

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

DUGOUT EQUIPMENT (SETS) CONCRETE PAVING


6' IRON FENCE

LS SF
LF

2 2,292
300

DELETED

DELETED

4' MASONRY WALL W/CONCRETE CAP 6' MASONRY COLUMN W/CONCRETE CAP
8' MASONRY COLUMN W/CONCRETE CAP

LF LF
EA

162 9
2

6' MASONRY WALL W/CONCRETE CAP 4' IRON FENCE ON MASONRY WALL
STEEL SIGN 6' CHAIN LINK FENCE WITH 12' GATE 8' CHAIN LINK FENCING WITH GATES 16' CHAIN LINK FENCING WITH GATES 20' CHAIN LINK FENCING WITH ANGLE TOP RECYCLED TIMBER KICK PLATE 4' FENCING WITH TOP RAIL COVER HOME PLATE/BASES/PITCHING RUBBER PITCHING MOUND INFIELD MIX (INCLUDING TURF REMOVAL) IRRIGATION SYSTEM RENOVATION DECOMPOSED GRANITE HYBRID BERMUDA SOD (INCL. INFIELD MIX REMOVAL) 1" ELECTRIC COUNDUIT (WITH PULL STRING) PULL BOX (3 1/2) REALIGN EXISTING LIGHTING CROSS ARMS

LF LF
LS LF LF LF LF LF LF LS LS SF LS SF SF LF EA LS

10 26
1 206 60 70 108 108 558 1 1 5,943 1 16,488 17,690 280 3 1

Page 1 of 2

BID SCHEDULE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, AZ 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Due: October 20, 2011 3:00 PM


Gentry Park Improvements

Contractor's Name:

SUBTOTAL BASE BID ITEMS TAX (6.695%) TOTAL BASE BID

$ $ $

ALTERNATE No. 1:
ELECTRIC PANEL RELOCATION
ITEM No.

ITEM DESCRIPTION ELECTRIC PANEL RELOCATION

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 1 BID ITEMS TAX (6.695%) TOTAL ALT. No. 1 BID

$ $ $

ALTERNATE No. 2:
CONCESSION BUILDING DEMOLITION
ITEM No.

ITEM DESCRIPTION CONCESSION BUILDING DEMOLITION

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 2 BID ITEMS TAX (6.695%) TOTAL ALT. No. 2 BID

$ $ $

ALTERNATE No. 3:
ELECTRIC MODIFICATIONS
ITEM No.

ITEM DESCRIPTION ELECTRIC MODIFICATIONS

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 3 BID ITEMS TAX (6.695%) TOTAL ALT. No. 3 BID GRAND TOTAL BASE BID & ALTERNATES: $
Page 2 of 2

$ $ $

City of El Mirage ADDENDUM No. 2


Solicitation Number: PW11-PK01

Public Works Department 12000 W. Peoria Ave. El Mirage, Arizona 85335 Telephone: (623) 876-2977 Fax: (623) 933-8418

Solicitation Description: Gentry Park Improvements

Addendum No. 1 Issue Date: October 12, 2011

CLARIFICATION OF CONSTRUCTION BID ITEMS:

A. Remove Bid Schedule, pages 36 & 37, and replace with the attached Bid Schedule. As a clarification to Alternate No. 1, the $5,000.00 allowance for any APS related work has been added as a separate item.

Contractor acknowledges receipt of the addenda: Addendum No. 1: Initials:____________ Date:_____________ Addendum No. 2: Initials:____________ Date:_____________

Page 1 of 1

BID SCHEDULE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, AZ 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Due: October 20, 2011 3:00 PM


Gentry Park Improvements

BASE BID:
UNIT COST IN FIGURES

ITEM No.

ITEM DESCRIPTION MOBILIZATION SITE DEMOLITION/EQUIPMENT SALVAGE DUGOUT FENCING/ROOF COMPLETE DUGOUT WALLS W/CONCRETE CAP DUGOUT BENCHES (SET OF 15' AND 8')

UNIT LS LS EA LF LS

QUANTITY 1 1 2 94 2

UNIT COST IN WRITING

TOTAL

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

DUGOUT EQUIPMENT (SETS) CONCRETE PAVING


6' IRON FENCE

LS SF
LF

2 2,292
300

DELETED

DELETED

4' MASONRY WALL W/CONCRETE CAP 6' MASONRY COLUMN W/CONCRETE CAP
8' MASONRY COLUMN W/CONCRETE CAP

LF LF
EA

162 9
2

6' MASONRY WALL W/CONCRETE CAP 4' IRON FENCE ON MASONRY WALL
STEEL SIGN 6 6' CHAIN LINK FENCE WITH 12' GATE 12 8' CHAIN LINK FENCING WITH GATES 16' CHAIN LINK FENCING WITH GATES 20' CHAIN LINK FENCING WITH ANGLE TOP RECYCLED TIMBER KICK PLATE 4' FENCING WITH TOP RAIL COVER HOME PLATE/BASES/PITCHING RUBBER PITCHING MOUND INFIELD MIX (INCLUDING TURF REMOVAL) IRRIGATION SYSTEM RENOVATION DECOMPOSED GRANITE HYBRID BERMUDA SOD (INCL. INFIELD MIX REMOVAL) 1" ELECTRIC COUNDUIT (WITH PULL STRING) PULL BOX (3 1/2) REALIGN EXISTING LIGHTING CROSS ARMS

LF LF
LS LF LF LF LF LF LF LS LS SF LS SF SF LF EA LS

10 26
1 206 60 70 108 108 558 1 1 5,943 1 16,488 17,690 280 3 1

Contractor's Name:

SUBTOTAL BASE BID ITEMS TAX (6.695%) TOTAL BASE BID

$ $ $

Page 1 of 2

BID SCHEDULE
Solicitation Number: PW11-PK01

Public Works Department


12000 W. Peoria Ave. El Mirage, AZ 85335 Phone: (623) 876-2977 Fax: (623) 933-8418

Due: October 20, 2011 3:00 PM


Gentry Park Improvements

ALTERNATE No. 1:
ELECTRIC PANEL RELOCATION
ITEM No.

ITEM DESCRIPTION ELECTRIC PANEL RELOCATION ALLOWANCE - APS WORK

UNIT LS ALL

QUANTITY 1 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

1 2

FIVE THOUSAND AND 00/100

$5,000.00

$5,000.00

Contractor's Name:

SUBTOTAL ALT. No. 1 BID ITEMS TAX (6.695%) TOTAL ALT. No. 1 BID

$ $ $

ALTERNATE No. 2:
CONCESSION BUILDING DEMOLITION
ITEM No.

ITEM DESCRIPTION CONCESSION BUILDING DEMOLITION

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 2 BID ITEMS TAX (6.695%) TOTAL ALT. No. 2 BID

$ $ $

ALTERNATE No. 3:
ELECTRIC MODIFICATIONS
ITEM No.

ITEM DESCRIPTION ELECTRIC MODIFICATIONS

UNIT LS

QUANTITY 1

UNIT COST IN WRITING

UNIT COST IN FIGURES

TOTAL

Contractor's Name:

SUBTOTAL ALT. No. 3 BID ITEMS TAX (6.695%) TOTAL ALT. No. 3 BID GRAND TOTAL BASE BID & ALTERNATES: $

$ $ $

Page 2 of 2

You might also like