EXIT 298 (Cattle Drive) WATERLINE PROJECT PWP #EL

Size: px
Start display at page:

Download "EXIT 298 (Cattle Drive) WATERLINE PROJECT PWP #EL"

Transcription

1

2 EXIT 298 (Cattle Drive) WATERLINE PROJECT PWP #EL PREPARED FOR: CITY OF ELKO 1751 COLLEGE AVENUE ELKO, NV CONSISTING OF: BIDDING REQUIREMENTS PROPOSAL FORMS CONTRACT FORMS CONDITIONS OF THE CONTRACT TECHNICAL SPECIFICATIONS PREPARED BY: Ralph R. Wenziger, PE MANHARD CONSULTING Bid Set No.

3 Table of Contents EXIT 298 (Cattle Drive) WATERLINE PROJECT INVITATION TO BID... 5 INSTRUCTIONS TO BIDDERS... 7 BID FORM EXIT 298 (Cattle Drive) WATERLINE IMPROVEMENTS PROPOSAL GUARANTEE EXPERIENCE QUALIFICATIONS SUBCONTRACTORS LIST AFFIDAVIT OF NON-COLLUSION CONTRACT PERFORMANCE BOND PAYMENT BOND NOTICE OF AWARD NOTICE TO PROCEED GENERAL PROVISIONS SPECIAL PROVISIONS WAGE RATES

4 TECHNICAL SPECIFICATIONS... DIVISION 1 - GENERAL REQUIREMENTS Summary of Work Measurement and Payment Modification Procedure Project Coordination Reference Standards Project Meetings Contractor Submittals Quality Control Mobilization Protection of Utilities Safety Temporary Environmental Controls Materials and Equipment Options and Substitutions Cleaning Warranties DIVISION 2 - SITE CONSTRUCTION Earthwork Trench Excavation and Backfill Rock Rip Rap Geotextile HDPE Double Wall Storm Drain Plantmix Bituminuous Pavement PVC Pressure Pipe Appurtenances Valves Pressure Testing Reinforced Concrete Pipe

5 DIVISION 3 - CONCRETE Reinforcing Steel Cast-in-Place Concrete Precast Concrete Precast Vaults

6 CITY OF ELKO INVITATION TO BID Sealed bid proposals will be received until 3:00 PM, local time, on Monday, February 1, 2016, at the office of the Elko City Clerk; 1751 College Avenue; Elko, Nevada 89801, for the following: EXIT 298 (Cattle Drive) WATERLINE PROJECT Bid proposals received after the above noted time will not be accepted. Bidders mailing their bids assume the risk of late delivery. Bidding documents, plans, specifications and contract documents can be obtained at the City Clerk's office, 1751 College Avenue, Elko, Nevada or by calling for a non-refundable fee of Seventy-five ($75.00) dollars, if plans are available electronically they can be obtained at no cost from All bidders shall appear on the official plan holder s list. This project includes construction of approximately 6,900 lineal feet of access road, 30 feet in width and approximately 2,600 lineal feet of access road, 20 feet in width. Access road construction will include excavation cut and fill, road side V-ditch, culvert crossings for conveyance of existing drainage, modification of existing drainage channels with rock rip rap channel protection. Construction will also include approximately 7,326 lineal feet of 18 PVC waterline and 2,624 lineal feet of 12 PVC waterline including fittings, fire hydrants, flush valves, air release valves and hot tap connection to the existing 8 waterline at the intersection of Sundance Drive and Rio Bravo Road. Bid proposals must be submitted on the prescribed forms and accompanied by security in the amount, form and subject to the conditions listed in the Instructions to Bidders. Bid proposals will be opened at City Hall immediately after the above deadline with the bid amounts submitted being read aloud by City Staff and interested parties present, if any. All interested parties are invited to be in attendance at the bid opening. All bids must be submitted in a sealed envelope and legibly marked EXIT 298 (Cattle Drive) WATERLINE PROJECT. City staff shall thoroughly review all bids proposals for conformance with the contract documents prior to making a written recommendation for award to the Elko City Council. The award may be made to the lowest responsive and responsible bidder. The lowest responsive and responsible bidder shall be judged on the basis of price, conformance to specifications, bidder's qualifications, conformance to applicable sections of NRS Section 338, and the best interest of the City of Elko. Each of listed factors being considered. The Mandatory Pre-Bid Conference will be held at the Elko City Hall (1751 College 5

7 Avenue, Elko, Nevada), on Monday, January 25, 2016, at 1:00 p.m., Pacific Time. The City Council may formally award the contract to the successful bidder at their regularly scheduled meeting in City Hall on Tuesday, February 9, 2016, after 4:00 PM, local time. LABOR COMMISSIONER: The Nevada Labor Commissioner s identifying number for this project is: PWP #EL NRS requires that identifying number to be included in all Bids. The City of Elko shall reserve the right to accept or reject any and/or all items specified in the bid proposal and further reserves the right to waive any minor technicalities in the preparation of these bidding documents. Dated this day of, City of Elko City Council BY: Publish: Elko Daily Free Press- 6

8 CITY OF ELKO INSTRUCTIONS TO BIDDERS EXIST 298 (Cattle Drive) WATERLINE PROJECT Bids are requested for a general construction contract, or work described in general, as follows: 1) The City of Elko (City) will receive sealed bids from Bidders until 3:00 p.m., on Monday, February 1, Bids received after this time will not be opened or accepted and will be returned unopened. 2) The site visit and Pre-Bid Conference will be held at the Elko City Hall (1751 College Avenue, Elko, Nevada), on Monday, January 25, 2016, at 1:00 p.m., Pacific Time. The City or authorized representative will transmit to all prospective Bidders of record such Addenda as the City or authorized representative in his discretion considers necessary in response to questions arising at the Pre-bid Conference. Oral statements shall not be relied upon and will not be binding or legally effective. Minutes of the Pre-bid Conference issued by the City or authorized representative, if any, and Addenda issued as a result of the Pre-bid Conference, if any, shall constitute the sole and exclusive record and statement of the results of the Pre-bid Conference. 3) Apparent Low Bid will be based solely on total amount of all bid items, and any additive or deductive alternates selected for award by the City. All Bidders are required to submit Bids on all bid items and all additive and deductive alternates. Additive and deductive alternates will be awarded at sole discretion of the City. If Alternate Bids are requested on this Project, the following applies: The priority of Alternate Bids will be announced by the City prior to the opening of bids. The City reserves the right to reject all Base Bids and all Alternate Bids. If the City elects not to reject all Bids, it will, prior to the award, first determine which one or more Alternates to accept; then the City will evaluate the lowest responsive and responsible Bidder based upon the Base Bid combined with any Alternates accepted. If any Alternates are accepted, the fact that a Bidder may have a lower individual Base or Alternate Bid than the individual Bids of the apparent lowest responsive and responsible Bidder is irrelevant, since the successful Bidder will be chosen on the basis of the sum of the Base Bid and the Alternates accepted, and the other statutory factors. 4) Bidders must submit bids on Bid Form, fully completed with all blanks filled in, and signed by an authorized representative of the Bidder. Bids not submitted on the required form, and/or not fully completed and/or not signed by an authorized representative of the Bidder, shall be deemed nonresponsive and shall not be considered. 7

9 5) The Nevada Labor Commissioner s identifying number for this project is: PWP # EL NRS requires that identifying number to be included in all Bids. 6) Pursuant to NRS , the City requires all Bidders to submit a Bid Bond in the form of a cashier's check, a certified check or a corporate surety bond of not less than ten percent (10.0 %) of amount bid, including additive alternates, payable to The City of Elko, with their Bids, such amount or bond to be forfeited to the City should the bidder to whom the contract is awarded fail to enter into the Contract in accordance with its Bid and the Contract Documents and furnish the other required bonds and certificates of insurance. The Bid Bond is a penalty, as opposed to liquidated damages, and the Bidder will be liable for all damages in excess of the Bid Bond. Bid bond or deposits will be returned upon signing of Contract. The required form of corporate surety bond, Proposal Guarantee (Accompanying Bid), is provided by the City. Bids submitted without bid security may be deemed nonresponsive and not considered. 7) NRS provides: 1) Except as otherwise provided in subsection (2) next below, each bid submitted must include: (a) (b) If the City provides a list of the labor or portions of the public work which are estimated by the City to exceed 3 percent of the estimated cost of the public work, the name of each first tier subcontractor who will provide such labor or portion of the work on the public work which is estimated to exceed 3 percent of the estimated cost of the public work; or If the City does not provide a list of the labor or portions of the public work which are estimated by the City to exceed 3 percent of the estimated cost of the public work, the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 5 percent of the prime contractor's total bid. If the bid is submitted pursuant to this paragraph, within 2 hours after the completion of the opening of the bids, the contractors who submitted the three lowest bids must submit a list containing the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 1 percent of the prime contractor's total bid or $50,000, whichever is greater, and the number of the license issued to the first tier subcontractor pursuant to chapter 624 of NRS. 8

10 Optional Subcontractors List is included for Bidder s use. If the Document is used, check the appropriate checkbox for 5% or 1% List to indicate whether it is the 5% List or the 1% List. (2) The lists required by subsection 1 must include a description of the labor or portion of the work which each first tier subcontractor named in the list will provide to the prime contractor. (3) A prime contractor shall include his name on a list required by paragraph (a) of subsection 1 if he will perform any of the work required to be listed pursuant to paragraph (a) of subsection 1. (4) Except as otherwise provided in this subsection, if a contractor: (a) (b) Fails to submit the list within the required time; or Submits a list that includes the name of a subcontractor who, at the time of the submission of the list, is on disqualified status with the State Public Works Board pursuant to NRS , the contractor's bid shall be deemed not responsive. A contractor's bid shall not be deemed not responsive on the grounds that the contractor submitted a list that includes the name of a subcontractor who, at the time of the submission of the list, is on disqualified status with the State Public Works Board pursuant to NRS if the contractor, before the award of the contract, provides an acceptable replacement subcontractor in the manner set forth in subsection 1 of NRS (5) A contractor whose bid is accepted shall not substitute a subcontractor for any subcontractor who is named in the bid, unless: (a) (b) The City or its authorized representative objects to the subcontractor, requests in writing a change in the subcontractor and pays any increase in costs resulting from the change. The substitution is approved by the City or its authorized representative. The substitution must be approved if the City or its authorized representative determines that: (1) The named subcontractor, after having a reasonable opportunity, fails or refuses to execute a written contract with the contractor which was offered to the named subcontractor with the same general terms that all other subcontractors on the project were offered; 9

11 (2) The named subcontractor files for bankruptcy or becomes insolvent; (3) The named subcontractor fails or refuses to perform his subcontract within a reasonable time or is unable to furnish a performance bond and payment bond pursuant to NRS ; or (4) The named subcontractor is not properly licensed to provide that labor or portion of the work. (c) The City or its authorized representative, in awarding the contract pursuant to NRS to , inclusive: (1) Applies such criteria set forth in NRS as are appropriate for subcontractors and determines that the subcontractor does not meet that criteria; and (2) Requests in writing a substitution of the subcontractor. (6) If a contractor indicates pursuant to subsection 1 that he will perform a portion of work on the public work and thereafter requests to substitute a subcontractor to perform such work, the contractor shall provide to the City a written explanation in the form required by the City which contains the reasons that: (a) (b) A subcontractor was not originally contemplated to be used on that portion of the public work; and The substitution is in the best interest of the City. (7) As used in this section, general terms means the terms and conditions of a contract that set the basic requirements for a public work and apply without regard to the particular trade or specialty of a subcontractor, but does not include any provision that controls or relates to the specific portion of the public work that will be completed by a subcontractor, including, without limitation, the materials to be used by the subcontractor or other details of the work to be performed by the subcontractor. 8) All Bids must include a status report issued by the Nevada State Contractor's Board within 90 calendar days prior to the date for receipt of Bids, that the Bidder has a Nevada Contractor's license in good standing, which license must be of the type and limit which will allow the Bidder to perform the Work as a general contractor. 10

12 9) A Bid by a Nevada or non-nevada corporation, limited liability company, or limited partnership, must include either: (A) a Certificate issued by the Nevada Secretary of State within 90 calendar days prior to the date for receipt of Bids, certifying that the Bidder is qualified to do business in the State of Nevada (i.e., a Good Standing Certificate); or (B) a printout of a Business Entity Search on the Nevada Secretary of State Website within 30 calendar days prior to the date for receipt of Bids showing that the Bidder is an active entity registered in that office and the other public Business Entity Information. 10) Bidders must supply all information required by Bid documents and specifications. Bids must be full and complete. The City Council reserves the right in its sole discretion to reject any Bid as nonresponsive as a result of any error or omission in the Bid. 11) Bids must be clearly written without erasure or deletions. The City Council reserves the right to reject any Bid containing erasures or deletions. 12) Bidders may not modify Bid Form or qualify their Bids. 13) Submission of a Bid signifies careful examination of Contract Documents and complete understanding of the nature, extent and location of Work to be performed. The Bidder must complete the tasks listed below in subsections "a" through "e" below, as a condition to bidding, and submission of a Bid shall constitute the Bidder's express representation to the City that the Bidder has fully completed the following: a) Bidder has visited the site and has examined thoroughly and understood the nature and extent of the Contract Documents, Work, Site, locality, actual conditions, as built conditions, and all local conditions and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto; b) Bidder has examined thoroughly and understood all reports of exploration and tests of subsurface conditions, as built drawings, drawings or reports, available for Bidding purposes, of physical conditions, including Underground Facilities, which are identified in any Report of Geotechnical Data and Existing Conditions, or which may appear in the Drawings, and accepts the determination set forth in these documents and in the General Conditions of the limited extent of the information contained in such reports and drawings upon which the Bidder may be entitled to rely. Bidder agrees that except for the information so identified, Bidder does not and shall not rely on any other information contained in such reports and drawings; 11

13 c) Bidder has conducted or obtained and has understood all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph (b) above) which pertain to the subsurface conditions, as built conditions, Underground Facilities and all other physical conditions at or contiguous to the site or otherwise which may affect the cost, progress, performance or furnishing of Work, as Bidder considers necessary for the performance or furnishing of Work at the Contract Sum, within the Contract Time and in accordance with the other terms and conditions of Contract Documents, including specifically the provisions of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by Bidder for such purposes; d) Bidder has correlated its knowledge and the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents; e) Bidder has given City or authorized representative prompt written notice of all conflicts, errors, ambiguities or discrepancies that it has discovered in or among the Contract Documents and as built and actual conditions and the written resolution thereof by City or authorized representative is acceptable to Bidder. 14) Bidders may examine any available "as-built" drawings of previous work by giving City or authorized representative, reasonable advance notice. The City will not be responsible for accuracy of "as-built" drawings. 15) All questions about the meaning or intent of the Contract Documents are to be directed to the City or authorized representative. Interpretations or clarifications considered necessary by the City or authorized representative in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the City or authorized representative as having received the Bidding Documents. Questions received less than seven (7) business days prior to the date for opening Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 16) Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or authorized representative. 17) Addenda must be acknowledged in Bid Form by number and must be part of Contract Documents. A complete listing of Addenda may be secured from the City or authorized representative. 12

14 18) All Bidders who actually discover any defect, error, ambiguity, omission, inconsistency, conflict, incompleteness, inaccuracy, or unsuitability (Problem), or who reasonably should have discovered any material and patent, obvious or glaring defect, error, ambiguity, omission, inconsistency, conflict, incompleteness, inaccuracy, or unsuitability, in or in connection with the Contract Documents, have an affirmative duty to immediately (i.e. prior to the opening of bids) bring the Problem to the attention of the City or authorized representative by faxed, written notice and/or inquiry to allow the City or authorized representative to investigate, clarify or correct the Problem and if appropriate, to give written clarification or correction to all prospective Bidders as soon as is reasonably possible prior to the receipt of Bids. The breach of this duty will thereafter bar the Bidder from all claims for time and/or money to the extent related to, or arising out of, such Problem. The purposes of this provision are to correct errors at the earliest possible time, to put all bidders on equal footing as to such Problem, and to eliminate later claims that could have been avoided. 19) For contracts of $250, or more, NRS requires the contractor, and all sub-contractors, to pay at least the prevailing wage set by the Nevada Labor Commissioner in effect at the time of contract award, even if the prevailing wage rates are changed between the time of preparation of the specifications and the time of contract award. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by the Nevada Labor Commissioner and in effect at the time of the printing of the specifications, are included in the specifications. All Bidders are responsible for confirming whether any applicable prevailing wage rates are changed between the time of preparation of the specifications and the time of contract award. 20) Equal Items and Substitutions: Bids must be based on products and systems specified, or listed by name, in Contract Documents or listed by name in Addenda. As to all items specified by name, the bid may include an equal which must be approved by the City or authorized representative. a) Any Bidder may request the City or authorized representative to approve an equal prior to Bid opening -- and all Bidders are encouraged to do so as soon as possible if their Bid will include an unapproved equal. However, no Bidder is required to make such a request and a decision on the request is not required to be made prior to the expiration of the period described in subparagraph (d) below. b) If an equal item is approved prior to Bid opening, it must be listed on an Addenda to all prospective Bidders. c) Requests for approval of an equal must contain sufficient information to assess acceptability of product or system and impact on the Project. Insufficient information shall be ground for non-approval. 13

15 d) Nevada law requires that the Contractor may submit data substantiating a request for approval of an equal up to seven (7) business days after the award. e) If the request for approval of an equal is not given, the Bidder s Bid must be deemed nonresponsive (and the award rescinded if it has been made). f) Substitutions may be requested after the Contract has been signed only in accordance with requirements specified in the General Conditions and Specifications. 21) Bids will be received at the City Clerk s Office at 1751 College Avenue, Elko, Nevada. Bids will be opened in a conference room at the City offices. a. Envelopes or boxes must be sealed, and marked with name and address of the Bidder, and addressed to: City of Elko 1751 College Avenue Elko, Nevada b. Mark envelopes: BID FOR: EXIT 298 (Cattle Drive) WATERLINE PROJECT City of Elko, Elko, Nevada PWP # EL ) By 5:00 p.m. of the twentieth business day following acceptance of Bids by the City Council, the original of following documents are to be executed and submitted by the successful Bidder to City of Elko, 1751 College Avenue, Elko, Nevada 89801: a Insurance Submittals: Satisfactory proof that Bidder has taken out for the entire period covered by the proposed contract, insurance policies of the following type, and with the following limits, with an insurance carrier satisfactory to the City: 1) Commercial Automobile Liability Insurance covering all owned, non-owned and hired automobiles, trucks and trailers. Such insurance shall provide coverage not less than the Standard Comprehensive Automobile Liability policy with limits not less than $ 2,000,000 combined single limit each accident for bodily injury and property damage. If the Work involves transporting of hazardous or regulated substances, hazardous or regulated wastes and/or hazardous or 14

16 regulated materials, Contractor and/or its Subcontractors shall provide coverage with a combined single limit of $5,000,000 per accident covering transportation of such materials by amending the pollution exclusion of ISO Form CA (or its equivalent) in the following manner: (a) (b) DELETE SECTION a. (1) a.: (POLLUTION) BEING TRANSPORTED OR TOWED AWAY BY, OR HANDLED FOR MOVEMENT INTO, ONTO OR FROM THE COVERED AUTO. DELETE SECTION a.(1) b.: OTHERWISE IN THE COURSE OF TRANSIT BY THE INSURED. Such policy shall include the MCS-90 Endorsement. If the City is scheduled as an additional insured, the policy shall be endorsed to specifically limit the reimbursement provisions of the MCS-90 to the Named Insured. 2) Commercial General Liability Insurance on a form at least as broad as the standard ISO Commercial General Liability Insurance policy (Occurrence Form, number CG ), covering liability for bodily injury and property damage. Such insurance shall provide coverage for all operations and include independent contractors, products and completed operations, blanket contractual liability coverage including, to the maximum extent possible, coverage for the liability assumed by the indemnity provisions of this agreement, broad form property damage coverage, coverage for explosion, collapse, and underground hazards, and personal and advertising injury liability coverage. The limits of such insurance shall not be less than $2,000,000 per occurrence, $2,000,000 annual General Aggregate, and $2,000,000 products and completed operations aggregate. 3) Worker s Compensation Insurance no less than the amount required by Nevada law, and Employers Liability Insurance at limits no less than $1,000,000 each accident for bodily injury by accident, $1,000,000 each employee and policy limit for bodily injury by disease. All insurance policies (except the workers compensation policy) must contain an endorsement containing the following terms: a) Naming the City and all of its Council members, representatives, employees and agents as additional 15

17 insured, but only with respect to liability arising out of the activities of the named insured (the endorsement for the Commercial General Liability form shall be equivalent to ISO form CG 20 10, 11/85); b) The policies shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the company s liability; c) Written notice of any cancellation or of any limits reduction change in the policy shall be mailed to the City at least 30 days in advance of the effective date thereof; and d) The insurance shall be primary insurance and no other insurance or self-insured retention carried or held by the City shall be called upon to contribute to a loss covered by the insurance for the named insured. b. Contract Documents: 1) Contract: To be executed by successful Bidder. Submit three (3) copies, each bearing an original signature. 2) Performance Bond: To be executed by successful Bidder and surety in an amount not less than the Contract Sum. 3) Labor and Material Bond: To be executed by successful bidder and surety in an amount not less than the Contract Sum. Failure to properly and timely submit these documents entitles the City Council to reject the bid as non-responsive, not issue a Notice to Proceed, and award the Contract to another Bidder. 23) Any bid protest must be submitted in writing to City legal counsel, David M. Stanton of Goicoechea, Di Grazia, Coyle & Stanton, Ltd., 530 Idaho Street, Elko, Nevada before 5 p.m. of the FIFTH business day following bid award. a. The notice of protest must include a written statement setting forth with specificity the reasons the person filing the notice believes the applicable provisions of law were violated. The protest must refer to the specific portions of all documents which form the basis for the protest. The protest must include the name, address and telephone number of the person representing the protesting party. The party filing the protest must concurrently transmit a copy of the initial protest document and any 16

18 attached documentation to all other Bidders with a direct financial interest which may be adversely affected by the outcome of the protest and/or who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. b. The City and/or legal counsel for the City Council may conduct an investigation into the protest. The City Council will issue its discretionary decision on the protest at a regularly noticed meeting. If The City Council determines that a protest is frivolous, the party originating the protest may be determined to be irresponsible and that party may be determined to be ineligible for future contract award. c. The procedure and time limits set forth in this paragraph are mandatory and are the Bidder's sole and exclusive remedy in the event of bid protest and failure to comply with these procedures shall constitute a waiver of any right to further pursue the bid protest, including filing any legal proceedings. d. One acceptable, but not required method of submission of the protest to David M. Stanton is by fax to e. A person filing a notice of protest may be required by the City at the time the notice of protest is filed, to post a bond with a good and solvent surety authorized to do business in the State of Nevada or submit other security, in a form approved by the City, to the City who shall hold the bond or other security until a determination is made on the protest. A bond posted or other security submitted with a notice of protest must be in an amount equal to the lesser of: (a) Twenty-five percent of the total value of the bid submitted by the person filing the notice of protest; or (b) Two hundred fifty thousand dollars. f. A notice of protest filed in accordance with the provisions of this section operates as a stay of action in relation to the awarding of any contract until a determination is made by the City on the protest. g. A person who makes an unsuccessful bid may not seek any type of judicial intervention until the City has made a determination on the protest and awarded the contract. h. Neither the City, nor any authorized representative of the City, is liable for any costs, expenses, attorney s fees, loss of income or other damages sustained by a person who makes a bid, whether or not the person files a notice of protest pursuant to this section. i. If the protest is upheld, the bond posted or other security submitted with the notice of protest must be returned to the person who posted the bond or submitted the security. If the protest is rejected, a claim may be made 17

19 against the bond or other security by the City in an amount equal to the expenses incurred by the City because of the unsuccessful protest. Any money remaining after the claim has been satisfied must be returned to the person who posted the bond or submitted the security. 24) The City Council reserves the right to reject any or all Bids, including without limitation the right to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids, re-bid, and to reject the Bid of any Bidder if the City Council believes that it would not be in the best interest of Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is not responsible. The City Council also reserves the right to waive informalities not involving price, time or changes in the Work. For purposes of this paragraph, an "unbalanced bid" is one having nominal prices for some work items and enhanced prices for other work items. 25) Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between written words and figures, or words and numerals, will be resolved in favor of the words. 26) In evaluating Bids, the City Council will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. The City may conduct such investigations as the City Council deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors, suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 27) Bidders and their sub-contractors desiring to Bid on the work must be contractors and sub-contractors properly licensed, at the time of Bid opening, to perform all work bid under the Nevada State Contractors Law. 28) If the contract is to be awarded, in accordance with NRS (5), the award will be made to the lowest responsive and responsible Bidder. The lowest responsive and responsible Bidder must be judged on the basis of price, conformance to specifications, Bidders' qualifications including the Bidders' past performance in such matters, quality and utility of services, supplies, materials or equipment offered and their adaptability to the required purpose and in the best interest of the public, each of the factors being considered. 29) The City must give preference to recycled products in accordance with NRS (2). 18

20 30) For contracts of $250, or more, NRS requires the City to award the contract to the contractor who submits the best Bid. For purposes of this sub-section the lowest bid that is: (a) (b) Submitted by a contractor who: (1) Has been found to be a responsible and responsive contractor by the local government or its authorized representative; and (2) At the time he submits his bid, has a valid certificate of eligibility to receive a preference in bidding on public works issued to the contractor by the State Contractors' Board pursuant to subsection 3 or 4; and (3) At least 50% of the workers on the public work must have a Nevada driver s license or identification card; and (4) All of the non-apportioned vehicles primarily used on the public work are registered in Nevada; and (5) At least 50% of the design professionals who work on the public work have a Nevada driver s license or identification card; and (6) At least 25% of the suppliers of the materials used in the public work are located in Nevada; and (7) Certain payroll records related to the public work are maintained and available within the State of Nevada; and Not more than 5 percent higher than the bid submitted by the lowest responsive and responsible bidder who does not have, at the time he submits the bid, a valid certificate of eligibility to receive a preference in bidding on public works issued to him by the State Contractors' Board, shall be deemed to be the best bid for the purposes of this section. 31) No Bids may be withdrawn within a period of 60 calendar days from the opening date of the Bids, and then only in case Award of the Contract has not been made. 32) City telephones WILL NOT be available for any Bidder's use prior to Bid opening. 33) The City is a public agency under Nevada law. As such, it is subject to the Nevada Public Records Law (Chapter 239 of NRS). Bidders are advised that once a Bid is received, its contents will become a public record subject to public inspection and copying. 34) Alternate Dispute Resolution: General. All claims, disputes and other matters in question arising out of, or relating to, the agreement or the breach of this agreement except for 19

21 claims that have been waived by the making or acceptance of final payment as provided by the contract, shall comply with the provisions of NRS regarding Alternate Dispute Resolution. Except where injunctive relief is sought, the parties agree that should a dispute arise between them with respect to the subject matter, interpretation, construction or claimed breach of this agreement that the dispute shall be submitted to not less than five (5) hours of good faith mediation as a precondition to commencement of litigation. Mediation shall occur in Elko, Nevada and the costs of a mediator and mediation shall be split equally by the parties. Notice of Demand. Notice of demand for Alternate Dispute Resolution shall be filed in writing with the other party to the agreement and a copy shall be filed with Project Design Professional. The demand for Alternate Dispute Resolution shall be made within the period of time specified in the contract where applicable and in all other cases within 15 days after the claim, dispute or other matter in question has arisen, and in no event shall it be made after institution of a legal or equitable proceeding based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. Contractor to Continue With Work. Contractor will carry on the work and maintain the progress schedule during any Alternate Dispute Resolution proceedings, unless otherwise agreed by it and owner in writing. 35) Construction Industry Required OSHA 10 Hour & 30 Hour Training & Certification: All Contractor personnel on-site shall have current OSHA 10 & 30 hour Construction Industry Safety Training and Certification as required by State of Nevada and City of Elko requirements. The Contractor s personnel shall carry OSHA training proof of certification cards when on the jobsite. The Contractor shall submit a copy of the each worker s OSHA certification prior to commencement of work on the project. 36) City furnished work: Any unforeseen work may be completed by City forces unless otherwise approved by change order. 37) City furnished products are described 38) Progress Meetings: All Progress Meetings will be held on a weekly basis as unless otherwise directed by the City s Observer as stated in the General Conditions. Attendance at all Progress Meetings is required. 39) Contract Time: The Contract Time as stated in Contract between City and General Contractor is one hundred and twenty (120) calendar days. 20

22 40) Construction Trailer: Any requirement of a construction trailer at the Work Site in the General Conditions and in Temporary Facilities (Document ) at 1.02(J) is not applicable to this Project. 41) Temporary Utilities: Contractor shall provide, pay for all permits, charges and installation fees, and maintain, any and all utility services necessary to perform the work under this Contract. END OF DOCUMENT 21

23 CITY OF ELKO BID FORM (MUST BE USED FOR BID SUBMITTAL) Proposal of, (hereinafter called "Bidder"), a [ corporation / a partnership / an individual ] (State) (circle appropriate listing above) doing business as, to the CITY COUNCIL; CITY OF ELKO, NEVADA; 1751 College Avenue, Elko, Nevada (hereinafter called "Owner") to furnish and deliver all materials except those specified to be furnished by the City of Elko and to do and perform all work for: EXIT 298 (Cattle Drive) WATERLINE PROJECT together with incidental items necessary to complete the work to be constructed in accordance with the Contract, any and all Contract Documents, Special Provisions and Plans annexed hereto, and also in accordance with the "Standard Specifications and Details for Public Works Construction", 2012 Edition, and amendments (Orange Book) as adopted by the City of Elko. TO THE HONORABLE MAYOR & THE CITY COUNCIL OF ELKO, NEVADA: The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that the undersigned has carefully examined the location of the proposed work, the annexed proposed form of contract and the special provisions, plans and specifications therein referred to and made a part thereof; the bidder proposes and agrees if this proposal is accepted, that the undersigned will contract with the City of Elko, in the form of contract prescribed, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract and annexed special provisions, plans and specifications, in the manner and time prescribed and according to the requirements of the City as set forth, it being understood and agreed that the quantities shown herein are approximate only and are subject to increase or decrease, and that the undersigned will accept in full payment therefore the following unit prices: 22

24 EXIT 298 (Cattle Drive) WATERLINE PROJECT BASE BID FORM Item No. & Work Description Unit Quantity Unit Price Bid Amount 1 Mobilization - Bonds & per Lump Sum 1 LS LS $ 2 Construction Facilities & Temporary per Lump Sum 1 LS LS $ 3 Demolition and Site per Lump Sum 1 LS LS $ 4 SWPPP and Dust per Lump Sum 1 LS LS $ 5 12" PVC DR18 C900 per Linear Foot 2,624 LF $ $ 6 12" butterfly per Each 5 EA $ $ 7 12" Elbow per Each 4 EA $ $ 8 12" Elbow per Each 4 EA $ $ 9 12" Elbow per Each 2 EA $ $ 23

25 10 12"x8" per Each 1 EA $ $ 11 8 Hot per Lump Sum 1 LS LS $ 12 18" PVC DR18 C905 per Linear Foot 7,326 LF $ $ 13 18" butterfly per Each 11 EA $ $ 14 18" Elbow per Each 2 EA $ $ 15 18" End per Each 1 EA $ $ 16 18"x12" per Each 1 EA $ $ 17 Fire Hydrant per Each 6 EA $ $ 18 Air Release Valve per Each 3 EA $ $ 19 Flush Valve Assembly - per Each 3 EA $ $ 24

26 20 Temp Flush Valve per Each 2 EA $ $ 21 12'x5' RCB Storm per Linear Foot 163 LF $ $ 22 60" HDPE Double Wall Storm per Linear Foot 456 LF $ $ 23 30" HDPE Double Wall Storm per Linear Foot 84 LF $ $ 24 24" HDPE Double Wall Storm per Linear Foot 120 LF $ $ 25 18" HDPE Double Wall Storm per Linear Foot 72 LF $ $ 26 24" HDPE Flared End per Each 2 EA $ $ 27 12" to 18" Rip per Ton 822 TN $ $ 28 6" to 12" Rip per Ton 119 TN $ $ 29 6" to 8" Rip Rap, Embedded per Square Yard 400 SY $ $ 25

27 30 Excavation Cut and per Cubic Yard 107,000 CY $ $ 31 Excavation per Cubic Yard 3,400 CY $ $ 32 4 Plantmix Bituminous per Square Foot 6,200 SF $ $ TOTAL BASE BID AMOUNT (ITEMS NO. 1 31) (NUMBERS) = $ TOTAL BASE BID AMOUNT (WRITTEN FORM): BIDDERS MUST SUBMIT BIDS ON BID FORM, FULLY COMPLETED WITH ALL BLANKS FILLED IN AND SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE BIDDER. BIDDERS MAY NOT MODIFY THE BID FORM IN ANY WAY. BIDS NOT SUBMITTED ON THE REQUIRED FORM, AND/OR NOT FULLY COMPLETED AND/OR NOT SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE BIDDER, AND/OR NOT LEGIBLE SHALL BE DEEMED NONRESPONSIVE AND SHALL NOT BE CONSIDERED. The City of Elko shall award the contract to the bidder submitting the best bid proposal. Unit prices for all items, all extensions, total base bid, additive and/or deductive alternate amounts of Proposal must be shown. In event of discrepancy between words and figures, the words shall prevail. If this Proposal shall be accepted and the undersigned fail to contract as aforesaid and to give a Performance Bond and a Payment Bond, each in an amount not less than the full contract amount, ONE HUNDRED PERCENT (100%) of the contract amount with surety satisfactory to the City of Elko and present evidence of required liability insurance and licenses within twenty (20) calendar days after the bidder has received the Notice of Award of the contract from the City of Elko; the Mayor and the City Council may, at its option, determine that the bidder has abandoned the contract, and thereupon this Proposal and acceptance thereof shall be null and void, and the forfeiture of such security 26

28 accompanying this proposal and the same shall be the property of the City of Elko. The bidder hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" of the Owner and to fully complete the project within one hundred and twenty (120) calendar days thereafter. The Contractor acknowledges and agrees that if the contractor fails to complete substantially, or cause the substantial completion of a portion of the work within the contract time, the owner will sustain extensive damages and serious loss as a result of such failure. The exact amount of such damages will be extremely difficult to ascertain. Therefore, the owner and the contractor agree as follows in this paragraph: (a) If the contractor fails to achieve substantial completion of the work within the contract time and as otherwise required by the contract documents, the owner shall be entitled to retain or recover from the contractor, as liquidated damages and not as a penalty, the following per diem amounts commencing upon the first business day following expiration of the contract time and continuing until the actual date of substantial completion. Such liquidated damages are hereby agreed to be a reasonable pre-estimate of damages the owner will incur as a result of delayed completion of the work: a minimum of five hundred ($500.00) dollars per calendar day. (b) The owner may deduct liquidated damages from any unpaid amounts then or thereafter due the contractor under this agreement. Any liquidated damages not so deducted from any unpaid amounts due the contractor shall be payable to the owner at the demand of the owner, together with interest from the date of the demand at a rate equal to the lower of the Federal Treasury Bill Rate or the highest lawful rate of interest payable by the contractor. (c) If, and to the extent that, the contractor is delayed in the progress of the work by an act or neglect of owner, authorized representative or a separate contractor employed by owner (owner delay), contractor may apply for an extension of the contract time in accordance with the contract documents, but owner delay will not bar owner from recovery of damages for contractor delay beyond the contract time, as extended. (d) If, and to the extent that, the owner can meet the burden of proving that owner has suffered actual damages as a result of contractor delay substantially in excess of the assessable liquidated damages, the owner may retain or recover the excess actual damages in addition to the liquidated damages. (e) Regardless of the owner s retention or recovery of liquidated damages for the period of the delay up to the date of substantial completion, the owner may recover actual damages for breach of contract by the contractor accruing thereafter until final completion, such as for the contractor s failure to fully and timely complete uncompleted work (i.e., punch list items). 27

29 (f) Liquidated damages for delay shall only cover administrative, overhead and loss of public use damages suffered by owner as a result of delay. Liquidated damages shall not cover the cost of completion of the work, damages resulting from defective work, damages suffered by others who then seek to recover their damages from owner (for example, delay claims of other contractors, subcontractors, or tenants), and defense costs thereof. Bidder acknowledges receipt of the following addendum: Accompanying this proposal is a Proposal Guarantee as a deposit in the form of a (circle form type words) - certified check, cashier's check, bid bond or cash) in the amount of: (Written Form) (Numbers) $ the total bid. which amount is not less than ten percent (10%) of The undersigned currently holds a valid Nevada State Contractor's license. License Classification(s) and Number: City of Elko Business License Number: BIDDER NAME: MAILING ADDRESS: CITY: STATE: ZIP CODE: TELEPHONE: ( ) FAX: ( ) BY: (TYPED OR PRINTED NAME OF INDIVIDUAL AUTHORIZED TO SIGN BID) TITLE: The following signature indicates that bidder has inspected the site and to have read and to be thoroughly familiar with the Plans and Contract Documents (including all addenda). The failure or omission of any bidder to examine the site or any form, instrument or document shall in no way relieve any bidder from any obligation in connection with this Bid Proposal to perform the Work as required. 28

30 SIGNATURE OF AUTHORIZED PERSON: (If bid is by a corporation, affix seal and attach certified copy of corporate resolution authorizing the officers or representatives to execute the Bid Proposal and all Contract Documents if the bid is accepted.) 29

31 PROPOSAL GUARANTEE (To Accompany Bid Form) KNOW ALL MEN BY THESE PRESENTS, THAT WE, THE UNDERSIGNED,, as PRINCIPAL, and, as SURETY, are hereby held and firmly bound unto the CITY OF ELKO, NEVADA, as OWNER in the penal sum of at least ten (10%) percent of the total amount of bid equal to: (Written Form) (Numbers) $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that whereas the Principal is herewith submitting to the CITY OF ELKO, NEVADA, a certain Bid for the: NOW, THEREFORE, EXIT 298 (Cattle Drive) WATERLINE PROJECT (a) If the Principal shall not withdraw said Bid within thirty (30) days after the opening of the same, or (b) If said Bid shall be rejected, or in the alternate, (c) If said Bid shall be accepted and the Principal shall within twenty (20) calendar days after receipt of Notice of Award, execute and deliver a contract in the form of Contract specified in the Contract Documents (properly completed in accordance with said Bid) and shall furnish a bond with good and sufficient surety or sureties for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, then this obligation shall be void, otherwise the same shall remain in force and effect and the Principal and Surety will pay unto the Owner the penal sum hereof; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does not hereby waive 30

32 notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of, 20 ; PRINCIPAL: SURETY: BY: (SEAL) 31

33 EXIT 298 (Cattle Drive) WATERLINE PROJECT EXPERIENCE QUALIFICATIONS (To Accompany Bid Form) The Bidder has been engaged in the contracting business, under the present business name for years. Experience in work of a nature similar to that covered in the proposal extends over a period of years. The Bidder, as a contractor, has never failed to satisfactorily complete a contract awarded to contractor except as follows: The following contracts have been satisfactorily completed in the last three (3) years for the persons, firm or authority indicated, and to whom reference is made: YEAR CONTRACT AMOUNT TYPE OF WORK LOCATION & FOR WHOM PERFORMED CONTACT NAME PHONE # The following is a list of plant and equipment owned by the Bidder, which is definitely available for use on the proposed work as required: QUANTITY NAME, TYPE & CAPACITY CONDITION LOCATION SIGNED: DATE: 32

34 EXIT 298 (Cattle Drive) WATERLINE PROJECT NEVADA STATE CONTRACTOR S BOARD STATUS (To Accompany Bid Form) All Bids must include a status report issued by the Nevada State Contractor s Board within 90 calendar days prior to the date for receipt of Bids, that the Bidder has a Nevada State Contractor s license in good standing, which license must be op the type and limit which will allow the Bidder to perform the Work as a general contractor. 33

35 SUBCONTRACTORS LIST PURSUANT TO NRS (1) (b) - INCLUDING CONTRACTORS For use in preparing 5% List or 1% List (To Accompany Bid Form) Pursuant to NRS (1) (b), each bid submitted to a public body for any public work to which paragraph (a) of subsection 1 of NRS or paragraph (a) of subsection 1 of NRS applies, must include, if the public body does not provide a list of the labor or portions of the public work which are estimated by the public body to exceed 3 percent of the estimated cost of the public work, the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 5 percent of the prime contractor s total bid. This is referred to as the 5% List. If the bid is submitted pursuant to this paragraph, within 2 hours after the completion of the opening of the bids, the contractors who submitted the three lowest bids must submit a list containing the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding 1 percent of the prime contractor s total bid or $50,000, whichever is greater, and the number of the license issued to the first tier subcontractor pursuant to chapter 624 of NRS. This is referred to as the 1% List. These lists must include a description of the labor or portion of the work which each first tier subcontractor named in the list will provide to the prime contractor. A PRIME CONTRACTOR SHALL INCLUDE HIS OR HER NAME ON THESE LISTS IF, AS THE PRIME CONTRACTOR, THE PRIME CONTRACTOR WILL PERFORM ANY OF THE WORK REQUIRED TO BE LISTED. The following list is submitted as the: 5% List 1% List Name of First Tier Subcontractor Contractor s License Number (1% List Only) Description of Labor or Work Percentage of Work Done 34

36 (Use additional sheets if necessary) 35

37 EXIT 298 (Cattle Drive) WATERLINE PROJECT AFFIDAVIT OF NON-COLLUSION (To Accompany Bid Form) STATE OF ) ) SS. COUNTY OF ) I, (Name of party signing this affidavit and the Proposal Form) depose and say: (Title), being duly sworn to That (Name of person, firm, association, or corporation) has not, either directly or indirectly, entered into agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this contract. Signature: Title: Sworn to before me this day of, 20. Signature: Title: (SEAL) 36

38 CERTIFICATION OF BIDDER REGARDING PENALTIES FOR NONCOMPLIANCE WITH NEVADA PREVAILING WAGE REQUIREMENTS The undersigned bidder, proposed contractor or subcontractor certifies that: 1. This contract is for a public work project as set forth in Nevada Revised Statutes Chapter A contractor engaged on public works shall forfeit, as a penalty to the public body in behalf of which the contract has been made and awarded to the contractor, not less than $20 nor more than $50 for each calendar day or portion thereof that each workman employed on the public work: (a) Is paid less than the designated rate for any work done under the contract, by the contractor or any subcontractor under him. (b) Is not reported to the labor commissioner and the public body awarding the contract as required pursuant to NRS If a penalty is imposed pursuant to this section, the costs of the proceeding, including investigative costs and attorney s fees, may be recovered by the labor commissioner. Name of Bidder Name and Title of Authorized Representative Signature Date 37

39 FRINGE BENEFITS PLAN, FUND OR PROGRAM DISBURSEMENT INFORMATION CONTRACTOR: CONTACT: PHONE: Classification Paid per hour Name, Address and Telephone Number of Fund Manager $ Vacation $ Health and Welfare $ Pension $ Apprentice/training $ Other Classification Paid per hour Name, Address and Telephone Number of Fund Manager $ Vacation $ Health and Welfare $ Pension $ Apprentice/training $ Other 38

40 CERTIFICATION OF BIDDER, PROPOSED CONTRACTOR OR SUBCONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY OR VOLUNTARY EXCLUSION The undersigned bidder, proposed contractor or subcontractor certifies, to the best of his knowledge and belief, that: 1. Neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this contract by any Federal department, agency, or program. 2. Neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in public works contracts by the Nevada Labor Commissioner. 3. Where either the bidder or subcontractor is unable to certify to any of the above statements, the bidder or subcontractor shall attach an explanation as to why a certification cannot be submitted. Name of Bidder, Proposed Contractor or Subcontractor Name and Title of Authorized Representative Signature Date 39

41 CONTRACT THIS CONTRACT, made and entered into this day of 20, in the amount of ($ ) numbers _ (words) by and between the City of Elko, hereinafter called the City of "Owner", acting herein through its Mayor, Party of the first part, and (Corporation, partnership, or individual doing business as) of, County of, State of, Party of the second part, hereinafter called the Contractor. WITNESSETH, that the Contractor agrees with the City, for the consideration and Contract hereinafter mentioned and contained to be made and performed by the Contractor, and under the conditions expressed in two (2) bonds bearing even date with these presents, approved by the City Attorney and hereunto annexed, that the Contractor shall and will at Contractor's own proper cost and expense, do all the work and furnish all the materials, necessary for the substantial construction and completion and to the satisfaction of the City of Elko, the EXIT 298 (Cattle Drive) WATERLINE PROJECT, hereinafter called the "Project", together with incidental items necessary to complete the work in strict conformity in every part and particular special provisions and standard specifications which are made a part hereof, and in full compliance with the terms of this agreement. And the Contractor hereby further agrees to receive and accept the prices set forth in the Bid Proposal Schedule of Prices hereto annexed and hereby made a part of this agreement, as full compensation for furnishing all materials and labor, and the doing of all work, to the satisfaction of the City or authorized representative and in the manner and under the conditions hereinafter specified. The City hereby promises and agrees with the Contractor, to employ, and does hereby employ, the Contractor to provide the materials and to do all the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the said Contractor at the time, in the manner, and upon the conditions set forth in the Contract Documents; and the said parties themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained. The Owner agrees, to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as provided in the Contract Documents. 40

42 The said Contractor hereby further agrees, that the payment of the final amount due under this contract shall release the City of Elko from any and all claims or liability on account of work performed under this contract other than such claims, if any, as may be specifically accepted by the Contractor in writing at the time final payment is made. The City of Elko shall pay the Contractor no more than ninety-five (95%) percent of the total amount due under the Contract until fifty percent (50%) of the work required by the Contract has been performed. Thereafter, the City may pay any of the remaining installments without retaining additional funds if, in the opinion of the City of Elko, satisfactory progress is being made in the work. Upon final acceptance of the completed work, the City of Elko may publish a Notice of Completion of creditors and other concerned. The balance of funds retained shall be paid to the contractor within a reasonable time following the filing of a "Notice of Completion" or upon other proper evidence of satisfactory completion of the Contract, unless the Labor Commissioner of the State of Nevada requires the City of Elko to withhold the funds pursuant to NRS The Contractor further agrees that no moneys payable under this contract shall be assigned by power of attorney, or otherwise, except upon written consent of the City. The Contractor further agrees to promptly repair, replace, restore, or rebuild, as the City may determine, any finished work in which defects or materials or workmanship may appear or to which damage may occur, because of such defects, during a one (1) year period subsequent to the date of final acceptance. It is further expressly agreed, by and between the parties hereto, that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, which this instrument shall control and nothing herein shall be considered an acceptance of the said terms or said proposal conflicting therewith. The Contract Documents shall include the following, all of which are made a part hereof and collectively evidence and constitutes the Contract: 1. The advertised Invitation to Bid. 2. The Instructions to Bidders. 3. The Bid Proposal by the Contractor. 4. Bid Proposal Guarantee. 5. Bidder Experience Qualifications. 6. Designation of Subcontractors. 7. Affidavit of Non-Collusion. 8. This Contract. 9. The Performance Bond and Payment Bonds. 10. Notice of Award 11. Notice to Proceed 12. General Provisions 13. Special Provisions 14. The contract drawings, plans, maps, plat, blueprints, and other drawings and 41

43 printed or written explanatory or supplementary matter thereof, as attached to this Contract. 15. All provisions required by law to be inserted in this Contract, whether actually inserted or not. The Contractor hereby agrees that if the contractor fails to complete substantially, or cause the substantial completion of a portion of the work within the contract time, the owner will sustain extensive damages and serious loss as a result of such failure. The exact amount of such damages will be extremely difficult to ascertain. Therefore, the owner and the contractor agree as follows in this paragraph: (a) If the contractor fails to achieve substantial completion of the work within the contract time and as otherwise required by the contract documents, the owner shall be entitled to retain or recover from the contractor, as liquidated damages and not as a penalty, the following per diem amounts commencing upon the first business day following expiration of the contract time and continuing until the actual date of substantial completion. Such liquidated damages are hereby agreed to be a reasonable pre-estimate of damages the owner will incur as a result of delayed completion of the work: five hundred ($500.00) dollars per calendar day. (b) The owner may deduct liquidated damages from any unpaid amounts then or thereafter due the contractor under this agreement. Any liquidated damages not so deducted from any unpaid amounts due the contractor shall be payable to the owner at the demand of the owner, together with interest from the date of the demand at a rate equal to the lower of the Federal Treasury Bill Rate or the highest lawful rate of interest payable by the contractor. (c) If, and to the extent that, the contractor is delayed in the progress of the work by an act or neglect of owner, or authorized representative or a separate contractor employed by owner (owner delay), contractor may apply for an extension of the contract time in accordance with the contract documents, but owner delay will not bar owner from recovery of damages for contractor delay beyond the contract time, as extended. (d) If, and to the extent that, the owner can meet the burden of proving that owner has suffered actual damages as a result of contractor delay substantially in excess of the assessable liquidated damages, the owner may retain or recover the excess actual damages in addition to the liquidated damages. (e) Regardless of the owner s retention or recovery of liquidated damages for the period of the delay up to the date of substantial completion, the owner may recover actual damages for breach of contract by the contractor accruing thereafter until final completion, such as for the contractor s failure to fully and timely complete uncompleted work (i.e., punch list items). (f) Liquidated damages for delay shall only cover administrative, overhead and loss of public use damages suffered by owner as a result of delay. Liquidated damages shall not cover the cost of completion of the work, damages resulting from defective work, damages suffered by others who then seek to 42

44 recover their damages from owner (for example, delay claims of other contractors, subcontractors, or tenants), and defense costs thereof. The contractor represents and warrants the following to the owner (in addition to any other representations and warranties contained in the contract documents) as an inducement to the owner to execute this agreement, which representations and warranties shall survive the execution and delivery of this agreement, any termination of this agreement and the final completion of the work: 1. Solvent. That it is, and its subcontractors are, financially solvent, able to pay all debts as they mature and possessed of sufficient working capital to complete the work and perform all obligations hereunder; 2. Ability to Complete Work. That it is able to furnish the plant, tools, materials, supplies, equipment and labor required to complete the work and perform its obligations hereunder, within the contract completion time; 3. Authorized to do Business. That it is authorized to do business in the State of Nevada and properly licensed by all necessary governmental and public and quasi-public authorities having jurisdiction over it and over the work and the project, including, without limitation, a Nevada contractor s license in good standing that authorizes the contractor to perform the work; 4. Authority to Execute Contract. That its execution of this agreement and its performance thereof is within its duly authorized powers; 5. On-Site Observations. That its duly authorized representative has visited the site of the project, is familiar with the local and special conditions under which the work is to be performed and has correlated on-site observations with the requirements of the contract documents; and 6. Level of Expertise. That it possesses a high level of experience and expertise in the business administration, construction, construction management and superintendence of projects of the size, complexity and nature of this particular project, and that it will perform the work with the care, skill and diligence of such a contractor. 7. Understanding of Law and Conditions. Contractor has visited the site and has examined thoroughly and understood the nature and extent of the contract documents, work, site, locality, actual conditions, as-built conditions, and all local conditions and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by contractor and safety precautions and programs incident thereto. 8. Review of Reports. Contractor has examined thoroughly and understood all reports of exploration and tests of subsurface conditions, as-built drawings, drawings or reports, available for bidding purposes, of physical conditions, including underground facilities, which are identified in any report of geotechnical data and existing conditions, or which may appear in the drawings, and accepts the determination set forth in these documents and all other contract documents. Contractor agrees that except for the information 43

45 so identified, contractor does not and shall not rely on any other information contained in such reports and drawings. 9. Subsurface Conditions. Contractor has conducted or obtained and has understood all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 8.8 above) which pertain to the subsurface conditions, as-built conditions, underground facilities and all other physical conditions at or contiguous to the site or otherwise which may affect the cost, progress, performance or furnishing of work, as contractor considers necessary for the performance or furnishing of work at the contract sum, within the contract time, including specifically the provisions of the general conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by contractor for such purposes. 10. Unforeseen Subsurface Conditions. Contractor will promptly notify owner and or authorized representative in writing of any subsurface or latent physical conditions at the site differing materially from those indicated in the contract documents. Owner and or authorized representative will promptly investigate those conditions and advise owner in writing if further surveys or subsurface tests are necessary. Promptly thereafter, owner will obtain the necessary additional surveys and tests and furnish copies to or authorized representative and contractor. If owner and or authorized representative finds that the results of such surveys or tests indicate subsurface or latent physical conditions differing significantly from those indicated in the contract documents, a change order shall be issued incorporating the necessary revisions. 11. Correlation of Knowledge. Contractor has correlated its knowledge and the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the contract documents. 12. Disclosure of Ambiguities or Errors. Contractor has given Project Design Professional prompt written notice of all conflicts, errors, ambiguities or discrepancies that it has discovered in or among the contract documents and as-built and actual conditions and the written resolution thereof by Project Design Professional is acceptable to contractor. 13. General Warranties. The foregoing warranties are in addition to, and not in lieu of, any and all other liability imposed upon the contractor by law with respect to the contractor s duties, obligations and performance hereunder. The contractor s liability hereunder shall survive the owner s final acceptance of and payment for the work. All representations and warranties set forth in this agreement, including, without limitation, this Article VIII, shall survive the final completion of the work or the earlier termination of this agreement. IN WITNESS WHEREOF, the parties to these presents have executed this Contract in three (3) counterparts, each of which shall be deemed an original, in the year and day first above-mentioned. 44

46 OWNER: CITY OF ELKO, NEVADA BY: Mayor: Chris J. Johnson ATTEST: BY: City Clerk: Shanell Owen (SEAL) CONTRACTOR: BY: (Typewritten or Printed Name) SIGNATURE: TITLE: ATTEST: BY: (Typewritten or Printed Name) SIGNATURE: (SEAL) I hereby certify that I have examined the written contract and find the same to be in accordance with the Elko City Code. David M. Stanton Attorney of the City of Elko Nevada BY: Date: NOTE: If Contractor is a corporation, Secretary should attest and affix the seal. 45

47 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we are a (name of contractor) (corporation, partnership or individual) hereinafter called "Principal" and (Surety) of, State of, hereinafter called the "Surety", are held and firmly bound unto the CITY OF ELKO, of ELKO COUNTY, NEVADA, hereinafter called "Owner" in the penal sum of: (Written Form) Dollars (Numbers) $ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents for the faithful performance of a certain written Contract entered into between the Principal and the Owner, dated this day of, 20, a copy of which is incorporated herein by reference, and made a part hereof as if fully copied herein, for the construction of the EXIT 298 (Cattle Drive) WATERLINE PROJECT. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall in all respects, well, truly and faithfully perform such contract and the Principals, duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if the Principal shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and if their Principal shall save, indemnify and keep harmless the Owner against all loss, damages, claims, liabilities, judgments, costs and expenses which may accrue against the Owner in consequence of the awarding of said Contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the 46

48 contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, the day of, 20. PRINCIPAL: BY: ADDRESS: CITY, STATE & ZIP CODE: ATTEST: PRINCIPAL SECRETARY: (SEAL) WITNESS AS TO PRINCIPAL: ADDRESS: CITY, STATE & ZIP CODE: SURETY: BY: ATTORNEY-IN-FACT 47

49 ADDRESS: CITY, STATE & ZIP CODE: ATTEST: SURETY SECRETARY: (SEAL) WITNESS AS TO SURETY: ADDRESS: CITY, STATE & ZIP CODE: NOTE: Date of Bond must not be prior to date of Contract. (1) Correct Name of Contractor. (2) A Corporation, a Partnership or an Individual, as case may be. (3) Correct Name of Surety. If Contractor in Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Nevada. 48

50 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we are a (name of contractor) (corporation, partnership or individual) hereinafter called "Principal" and (Surety) of, State of, hereinafter called the "Surety", are held and firmly bound unto the CITY OF ELKO, of ELKO COUNTY, NEVADA, hereinafter called "Owner" in the penal sum of: Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Owner, dated the day of, 20, a copy of which is incorporated hereby by reference, and made a part hereof as if fully copied herein for the construction of the EXIT 298 (Cattle Drive) WATERLINE PROJECT. NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations supplying or furnishing labor or materials to the Principal, or to any of the Principals' subcontractors in the prosecution of the work provided for in said Contract, and any authorized extension or modification thereof, including but not limited to any amounts due for materials, supplies, lubricants, oil, gasoline, fuels, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by, to, or for Principal or subcontractor or subcontractors of the Principal, then this obligation shall be void; otherwise to remain in full force and effect. The Principal and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum 49

51 which the owner may be compelled to pay as a result of non-payment for labor or material furnished for the work embraced by said Contract. The Principal and Surety hereby further agree that not only said Owner may sue on this bond, but that subject to the provisions hereinafter set out, any individual, firm, partnership, association or corporation, (hereinafter called claimant), who has performed labor or furnished materials to or for the Principal or its subcontractor or subcontractors in the prosecution of the work provided for in the Contract for which this bond is given, and who has not been paid in full before the expiration of ninety (90) days after the date on which the claimant performs the last of such labor or furnished the last of such materials for which the claimant claims payment, may bring an action on this bond in the claimant's own name to recover any amount due the claimant for such labor or materials, and may prosecute such action to final judgment and have execution on the judgment. Provided, however, that any claimant who has a direct contractual relationship with any subcontractor of the Principal, but no contractual relationship, express or implied, with such Principal, may bring an action on this bond only: A. If the claimant has within thirty (30) days after furnishing the first of such materials or performing the first of such labor, served on the Principal a written notice which shall inform the Principal of the nature of the materials being furnished or to be furnished, or the labor performed or to be performed, and identifying the person contracting for such labor or materials and the site for the performance of such labor or furnishing such materials; and B. After giving written notice to such principal within ninety (90) days from the date on which the claimant performed the last of the labor or furnished the list of such materials for which the claimant claims payment. Each written notice shall state with substantial accuracy the amount claimed and the name of the person for whom the work was performed or the material supplied, and shall be served by being sent by registered mail, postage prepaid, in an envelope addressed to such Principal at any place in which the Principal maintains an office or conducts business, or at the Principal's residence. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 50

52 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, on this the day of, 20. PRINCIPAL: BY: ADDRESS: CITY, STATE & ZIP CODE: ATTEST: PRINCIPAL SECRETARY: (SEAL) WITNESS AS TO PRINCIPAL: ADDRESS: CITY, STATE & ZIP CODE: SURETY: BY: ATTORNEY-IN-FACT ADDRESS: CITY, STATE & ZIP CODE: ATTEST: SURETY SECRETARY: (SEAL) 51

53 WITNESS AS TO SURETY: ADDRESS: CITY, STATE & ZIP CODE: NOTE: Date of Bond must not be prior to date of Contract. (1) Correct Name of Contractor. (2) A Corporation, a Partnership or an Individual, as case may be. (3) Correct Name of Surety. If Contractor in Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Nevada. 52

54 CITY OF ELKO NOTICE OF AWARD To: DATE: PROJECT: Pursuant to the City Council acceptance of your submitted proposal, this form shall be the formal Notice of Award. You are hereby notified to execute the Contract, furnish a Performance and a Payment bond, and present evidence of required liability insurance and being licensed within twenty (20) calendar days after receipt of the "Notice to Award." Said surety company shall forthwith pay to the City of Elko the sum set forth in the Bid Bond if successful bidder fails to meet any of the above requirements. Contractor: By: Authorized Company Representative Date: Title: Owner: CITY OF ELKO, NEVADA By: DATE: Title: ********** Return signed copy to: City of Elko Clerk's Office 1751 College Avenue Elko, Nevada along with aforementioned document(s) requested. 53

55 CITY OF ELKO NOTICE TO PROCEED To: DATE: PROJECT: You are hereby notified to commence work in accordance with the Agreement dated the day of, 20, on or before the day of, 20, and you are to complete construction one hundred and twenty (120) calendar days from the written notification to proceed. Contractor: By: Title: Authorized Company Representative DATE: Owner: CITY OF ELKO, NEVADA By: DATE: Title: ********** RETURN SIGNED COPY TO: City of Elko Clerk's Office 1751 College Avenue Elko, Nevada along with aforementioned document(s) requested. 54

56 PROJECT SPECIFICATIONS: CITY OF ELKO GENERAL PROVISIONS EXIT 298 (Cattle Drive) WATERLINE PROJECT The "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", 2012 Edition, (Orange Book) as amended by the City of Elko shall be the Project Specifications. All sections shall apply except as specifically deleted or modified by these Supplementary Conditions or the Technical Specifications. Wherever these specifications refer to the agency, this reference shall mean the CITY OF ELKO and wherever these specifications refer to the Engineer, this reference shall mean the City or authorized representative. LAWS, RULES, REGULATIONS, HEALTH, SAFETY AND OSHA TRAINING REQUIREMENTS: Laws, Rules and Regulations All workmanship and materials shall comply with all applicable laws, codes, rules and regulations, and the Contractor shall comply with all safety regulations which are applicable to his work, and particular attention for applicability shall be given to the United States Department of Labor Occupational Safety and Health Administration (OSHA) Standards, and the regulations of the State of Nevada in which the job is located. The responsibility for complying with all such laws, codes, rules and regulations, and safety standards shall be the responsibility of the Contractor. If the City is fined for any Contractor violations, these costs will be fully reimbursed by the Contractor. Safety In accordance with all OSHA safety regulations (29 CRF Part inclusive) and the City of Elko s Safety and Confined Space programs, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all personnel and property during the performance of the work: to include supplying their personnel with proper personnel protective equipment (PPE), first aid kit, fire extinguishers, confined space equipment and air monitors, underground metal utility detectors, tools, necessary equipment and materials. This requirement will apply continuously and not be limited to normal working hours on City of Elko property. The City will require of all Contractors the 30-hour supervisor and 10-hour employee OSHA certification training in CFR 1926 Construction Safety and Health before the work begins. All Contractors shall be responsible for the required certified training on equipment, tools, confined space and safety training, PPE, etc. The Contractor will produce these training documents as requested by the City. Health and Safety in Employment All applicable provisions in NRS Chapter 618 shall be incorporated in the construction practices for all employees directly engaged in the completion of any City of Elko project(s). 55

57 CITY OF ELKO SPECIAL PROVISIONS EXIT 298 (Cattle Drive) WATERLINE PROJECT 56

58 SPECIAL PROVISIONS These Special Provisions amend or supplement the Standard Terms and Conditions and General Provisions of the Contract and add other Special Provisions to the contract document as indicated below, and amend or supplement the Technical Specifications. All provisions of the Contract which are not so amended or supplemented remain in full force and effect. SECTION 1.0 SCOPE OF WORK: This project includes construction of approximately 6,900 lineal feet of access road, 30 feet in width and approximately 2,600 lineal feet of access road, 20 feet in width. Access road construction will include excavation cut and fill, road side V-ditch, culvert crossings for conveyance of existing drainage, modification of existing drainage channels with rock rip rap channel protection. Construction will also include approximately 7,326 lineal feet of 18 PVC waterline and 2,624 lineal feet of 12 PVC waterline including fittings, fire hydrants, flush valves, air release valves and hot tap connection to the existing 8 waterline at the intersection of Sundance Drive and Rio Bravo Road. The following provisions amend or supplement the General Provisions of the Contract. All provisions of the Contract which are not so amended or supplemented shall remain in full force and effect. SECTION 2.0 Add the following Section: REQUIRED SUBMITTALS SHOP DRAWINGS AND QUALITY CONTROL / INSPECTIONS The following items, (including but not limited to) are required submittals: General Construction Schedule Schedule of Values Permits Safety Program Traffic Control Plans Haul Routes Certified Payroll Reports, Weekly Water Shut Down and Notification Plans Disposal Plan, Permits and Permissions Warranties Temporary Drainage Plan Project Surveyor Materials Air Release Valves Aggregate Base Material Anode and Wire Asphalt Concrete Mix Designs Backfill Material Bedding Material Certificates of Compliance for all Iron and Steel Products SP - 1

59 SECTION 3.0 General SPECIAL PROVISIONS Concrete Mix Designs Couplers Date of manufacture for PVC pipe and fittings Expansion Joint Material Fiber Rolls Fire Hydrants Fittings Flanged Pipe Coupling Adapters Locating Wire Pipe Bedding Material Pipe Fittings and Appurtenances Pipe Materials and Appurtenances Pipe Restraint Coupling PVC Material Installation Reinforced Concrete Pipe Reinforcing Steel Repair Clamps Rock Bags Service Saddles and Corporation Valves Tack Coat Add the following: Tapping Sleeves Water Shut Down and Notification Plans Valves and Appurtenances Valve Boxes, Covers and Risers Warning Tape PAYMENT Prior to the city processing the pay estimate, the Contractor shall submit to the City a copy of its CONTRACTOR S MONTHLY REPORT OF PAYMENTS TO SUBCONTRACTORS for all payments made to subcontractors within the pay estimate period. SECTION 4.0 Working Hours CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS The Normal Working Hours for the project will be from (7:00) AM to (5:30) PM, Monday thru Thursday. Disposal of Material Add the following: When disposing of construction waste material outside the City limits, the Contractor shall contact the appropriate local government departments concerning such codes and permits. Parking and Storage Areas Add the following: SP - 2

60 SPECIAL PROVISIONS Material and equipment may be stored in the City's right-of-way within work areas closed to traffic only as approved by the Construction Manager prior. Project Signs The Contractor shall provide, install and maintain for the duration of the project one (1) project sign. The sign shall be installed within fifteen (15) days of the Notice to Proceed and shall be installed where directed by the Construction Manager. Coordination / Cooperation with Utilities Add the following: The Contractor shall perform potholing of existing facilities. The Contractor shall be responsible for coordination of water affecting the properties served by the water system. All valves and manholes shall remain accessible at all times during construction. SECTION 5.0 Record Drawings Add the following Section: CONTRACT COMPLETION, O&M MANUALS Format and Manner of Record Drawings The Contractor shall transfer all markings and record information to a clean set of Contract drawings. All vertical and horizontal information specified below shall be confirmed by the Contractor's Nevada Licensed Professional Land Surveyor or the Surveyor's Subordinates. The completed set of Contract drawings shall be signed by the Surveyor and include the Surveyor's certificate. The Surveyor's certificate shall state that "The Record Drawings accurately reflect record information supplied by the Contractor and the actual vertical and horizontal information required by the Contract Special Conditions, to the best of my knowledge and belief". Record information shall be indicated by a clouded line around the changed items and a strikeout through the original items. The plan title sheet shall also contain the words "RECORD DRAWINGS", the Contractor's and Surveyor's name, address, phone number, contact person and month/year of completion. The Contractor shall submit both the original marked field plans and the completed record drawing plan set to the Construction Manager for review and acceptance. Vertical and horizontal information to be confirmed by the Surveyor or the Surveyor's Subordinates shall include the following; manhole, center of frame & cover, and pipe inverts valve, center of frame & cover and top of nut flush valve, center of frames & covers, top of nut and top of cap, fire hydrant air/vacuum release cover at the point closest to the main line location riser, center of box and cover and top of water main, utility vaults, center of frame & cover and bottom inside of vaults top curb at 25' intervals where curb slope less than 0.5%, angle points. Contractor shall also submit the Record-of-Survey showing true positions of all roadway monuments as required to the Construction Manager for review and approval by the City Engineer. Upon the City Engineer s approval Contractor shall direct the Project Surveyor to record the Record-of-Survey unless otherwise arranged with the City Engineer. SP - 3

61 SPECIAL PROVISIONS SECTION 6.0 SECTION 7.0 NOTIFICATIONS RESIDENTIAL AND COMMERCIAL PROPERTIES Contractor is responsible to notify all residential and commercial properties that will be affected by the project 72 hours in advance of street work. All commercial business will be delivered 2 notices. One will be for them to keep and one must be signed by a person in office along with address of said business. A sample of the notice must be submitted to the Construction Manager for approval prior to distribution. SECTION 8.0 FIRE DEPARTMENT AND SHERIFF Contractor shall notify the Elko Fire Department (775) and Sheriff Department dispatch center at (775) at least twenty-four (24) hours in advance of (approved by CM) rerouting public traffic when traffic patterns are to be altered due to construction operations. Said notification shall set forth the specific traffic patterns to be provided in lieu of the normal routing and the estimated duration of such change(s). SECTION 9.0 SCHOOL BUS CENTER Contractor shall notify the Elko School Bus center at (775) at least twenty-four (24) hours in advance of (approved by CM) rerouting public traffic when traffic patterns are to be altered due to construction operations. Said notification shall set forth the specific traffic patterns to be provided in lieu of the normal routing and the estimated duration of such change(s). SECTION 10.0 ONGOING SURFACE CLEANING The contractor shall be responsible for maintaining the integrity of all transportation surfaces, both asphalt and dirt, access roads, bike lanes, sidewalks, pathways, gates, etc. Dust, dirt, mud, gravel, etc. carried onto the transportation surface shall be cleaned off on a regular basis (at least once a day or as requested by City personnel). Failure to comply may result in the City having the area cleaned and the cost for the clean-up billed to the contractor. STAKING, EXCAVATION, BACKFILLING AND COMPACTING FOR WATERLINES Bedding material shall be placed in the trench in layers not to exceed eight (8) inches in depth. WATER MAIN DISINFECTING Per NAC 445A , a water main must not be placed into service after its initial construction until: An analysis of the water main which indicates that it meets primary standards for coliform bacteria has been obtained and reported to the Division or the appropriate district board of health.. The Contractor shall dechlorinate any testing water used for flushing and/or disinfecting of the transmission main and appurtenances. The Contractor shall submit a disposal plan to the Construction Manager and obtain all permits necessary prior to discharges. END OF SPECIAL PROVISIONS SP - 4

62 2016 PREVAILING WAGE RATES ELKO COUNTY DATE OF DETERMINATION: October 1, 2015 APPLICABLE FOR PUBLIC WORKS PROJECTS BID/AWARDED OCTOBER 1, 2015 THROUGH SEPTEMBER 30, 2016* *Pursuant to NAC (3), "After a contract has been awarded, the prevailing rates of wages in effect at the time of the opening of bids remain in effect for the duration of the project." As Amendments/Addenda are made to the wage rates, such will be posted to sites of the respective counties. Please review regularly for any amendments posted or contact our offices directly for further assistance with any amendments to the rates. AIR BALANCE TECHNICIAN ALARM INSTALLER BOILERMAKER BRICKLAYER CARPENTER CEMENT MASON ELECTRICIAN-COMMUNICATION TECH. ELECTRICIAN-LINE ELECTRICIAN-NEON SIGN ELECTRICIAN-WIREMAN ELEVATOR CONSTRUCTOR FENCE ERECTOR FLAGPERSON FLOOR COVERER GLAZIER HIGHWAY STRIPER HOD CARRIER-BRICK MASON HOD CARRIER-PLASTERER TENDER IRON WORKER LABORER MECHANICAL INSULATOR Prevailing Wage Rates - Elko County 1

63 MILLWRIGHT OPERATING ENGINEER OPERATING ENG. STEEL FABRICATOR/ERECTOR OPERATING ENGINEER-PILEDRIVER PAINTER PILEDRIVER (NON-EQUIPMENT) PLASTERER PLUMBER/PIPEFITTER REFRIGERATION ROOFER (Does not include sheet metal roofs) SHEET METAL WORKER SPRINKLER FITTER SURVEYOR (NON-LICENSED) TAPER TILE /TERRAZZO WORKER/MARBLE MASON TRAFFIC BARRIER ERECTOR TRUCK DRIVER WELL DRILLER LUBRICATION AND SERVICE ENGINEER (MOBILE AND GREASE RACK) SOIL TESTER (CERTIFIED) SOILS AND MATERIALS TESTER PREVAILING WAGE RATES INCLUDE THE BASE RATE AS WELL AS ALL APPLICABLE FRINGES NRS (21) Wages means: (a) The basic hourly rate of pay; and (b) The amount of pension, health and welfare, vacation and holiday pay, the cost of apprenticeship training or other similar programs or other bona fide fringe benefits which are a benefit to the workman. NRS Discharge of part of obligation of contractor or subcontractor engaged on public work to pay wages by making certain contributions in name of workman. The obligation of a contractor engaged on a public work or a subcontractor engaged on a public work to pay wages in accordance with the determination of the Labor Commissioner may be discharged in part by making contributions to a third person pursuant to a fund, plan or program in the name of the workman. In accordance with AB 172: The Labor Commissioner shall determine the prevailing wage to be 90 percent of the rate determined pursuant to paragraphs (a), (b) and (c) for: (1) Any contract for a public work or any other construction, alteration, repair, remodeling or reconstruction of an improvement or property to which a school district or the Nevada System of Higher Education is a party; and (2) A public work of, or constructed by, a school district or the Nevada System of Higher Education, or any other construction, alteration, repair, remodeling or reconstruction of an improvement or property of or constructed by a school district or the Nevada System of Higher Education Prevailing Wage Rates - Elko County 2

64 CRAFT RATE NSHE OR SCHOOL DISTRICT AIR BALANCE TECHNICIAN ADD SHEET METAL ZONE RATE Air Balance-Journeyman Air Balance-Foreman Air Balance-General Foreman ALARM INSTALLER Alarm Installer BOILERMAKER Boilermaker-Journeyman Boilermaker-Foreman Boilermaker-General Foreman BRICKLAYER ADD ZONE RATE Bricklayer CARPENTER ADD ZONE RATE Carpenter CEMENT MASON ADD ZONE RATE Cement Mason-Journeyman Cement Mason-Foreman ELECTRICIAN-COMMUNICATION ADD ZONE RATE TECHNICIAN Communication Technician ELECTRICIAN- LINEMAN/GROUNDMAN/HEAVY EQUIPMENT OPERATOR Electrician-Groundman Electrician-Lineman Electrician-Foreman Electrician-General Foreman Electrician-Equipment Specialist Prevailing Wage Rates - Elko County 3

65 ELECTRICIAN-NEON SIGN Electrician-Neon Sign ELECTRICIAN-WIREMAN ADD ZONE RATE Wireman Cable Splicer Foreman General Foreman ELEVATOR CONSTRUCTOR Elevator Constructor-Journeyman Mechanic Elevator Constructor-Mechanic in Charge FENCE ERECTOR Fence Erector FLAGPERSON ADD LABORER ZONE RATE Flagperson FLOOR COVERER Floor Coverer-Journeyman Floor Coverer-Foreman GLAZIER Glazier HIGHWAY STRIPER ADD LABORER ZONE RATE Highway Striper HOD CARRIER-BRICK MASON ADD ZONE RATE TENDER Brick Mason-Journeyman Brick Mason-Foreman Prevailing Wage Rates - Elko County 4

66 HOD CARRIER-PLASTERER ADD ZONE RATE TENDER Plasterer Tender-Journeyman Plasterer-Gun Tender Plasterer Tender-Foreman IRON WORKER Ironworker-Journeyman Ironworker-Foreman Ironworker-General Foreman LABORER ADD ZONE RATE SEE GROUP CLASSIFICATIONS Landscaper Furniture Mover Group Group 1A Group Group Group Group 4A Group Group 6 Nozzlemen, Rodmen Gunmen, Materialmen Reboundmen Gunite Foremen MECHANICAL INSULATOR ADD ZONE RATE Mechanical Insulator-Journeyman Mechanical Insulator-Foreman Mechanical Insulator-General Foreman MILLWRIGHT ADD ZONE RATE Millwright-Journeyman Millwright-Welder Prevailing Wage Rates - Elko County 5

67 Millwright-Foreman Millwright-General Foreman OPERATING ENGINEER ADD ZONE RATE SEE GROUP CLASSIFICATIONS Group Group 1A Group Group Group Group Group Group Group Group Group Group 10A Group Group 11A Group 11B Foreman Add 7% to base rate for "Second" Shift Add 12.5% to base rate for "Special" shift - OPERATING ENGINEER-STEEL FABRICATOR & ERECTOR ADD ZONE RATE SEE GROUP CLASSIFICATIONS Group Group 1 Truck Crane Oiler Group 1 Oiler Group Group 2 Truck Crane Oiler Group 2 Oiler Group Group 3 Truck Crane Oiler Prevailing Wage Rates - Elko County 6

68 Group 3 Oiler Group 3 Hydraulic Group Group Add 7% to base rate for "Second" - Shift Add 12.5% to base rate for "Special" Shift OPERATING ENGINEER - PILEDRIVER ADD ZONE RATE SEE GROUP CLASSIFICATIONS Group Group 1 Truck Crane Oiler Group 1 Oiler Group Group 2 Truck Crane Oiler Group 2 Oiler Group Group 3 Truck Crane Oiler Group 3 Oiler Group Group Group Group Group Add 7% to base for "Second" Shift Add 12.5% to base for "Special" Shift PAINTER Brush/Roller Painter Spray Painter/Paperhanger Sandblaster Structural Steel & Steeplejack Swing Stage Special Coating Application-Brush Special Coating Application-Spray Prevailing Wage Rates - Elko County 7

69 Special Coating Application-Spray Steel Foreman $1.00 above highest Journeyman PILEDRIVER Piledriver-Journeyman Piledriver-Foreman PLASTERER ADD ZONE RATE Plasterer PLUMBER/PIPEFITTER Plumber/Pipefitter REFRIGERATION Refrigeration-Journeyman Refrigeration-Foreman Refrigeration-General Foreman ROOFER (Does not include sheet metal roofs) Roofer SHEET METAL WORKER ADD ZONE RATE Sheet Metal Worker SPRINKLER FITTER Sprinkler Fitter-Journeyman Sprinkler Fitter-Foreman Sprinkler Fitter-General Foreman SURVEYOR ADD OPERATING ENG. ZONE RATE Surveyor TAPER Taper Prevailing Wage Rates - Elko County 8

70 TILE SETTER/TERRAZZO WORKER/MARBLE MASON- FINISHER Tile, Terrazzo and Marble Finisher TILE SETTER/TERRAZZO ADD ZONE RATE WORKER/MARBLE MASON Tile Setter-Journeyman Tile Setter-Foreman Tile Setter-General Foreman Terrazzo/Marble Mason-Journeyman Terrazzo/Marble Mason-Foreman Terrazzo/Marble Mason-General Foreman TRAFFIC BARRIER ERECTOR ADD LABORER ZONE RATE Traffic Barrier Erector TRUCK DRIVER Dump Trucks (Single or Multiple Units Including Semi's & Double Transfer Units), Dumpcretes and Bulk Cement Spreader) Under 4 yds. (water level) yds. & under 8 yds. (water level) yds. & under 18 yds. (water level) yds. & under 25 yds. ( water level) yds. & under 60 yds. (water level) yds. & under 75 yds. (water level) yds. & under 100 yds. (water level) yds. & under 150 yds.(water level) yds. & under 250 yds. ( water level) yds. & under 350 yds. (water level) yds. & over (water level) Transit Mix Prevailing Wage Rates - Elko County 9

71 Under 8 yds yds. & including 12 yds Over 12 yds Transit Mix (Using Boom) Transit mix with boom shall receive 16 cents per hour above the appropriate yardage classification rate of pay when such boom is used Water & Jetting Trucks Up to 2,500 gallons ,500 gallons & over DW 20's & 21's & other similar Cat type, Terry Cobra LeTourneau pulls, Tournerocker, Euclid, & similar type equipment when pulling Aqua/Pak, Water Tank Trailers, & Fuel, and/or Grease Tank Trailer, or other miscellaneous Trailers, (except as defined under "Dump Trucks") Heavy Duty Transport (High Bed) Heavy Duty Transport(Gooseneck low bed) Tiltbed or Flatbed Pull Trailers Bootman, Comb. Bootman & Road Oiler Flat Rack (2 or 3 axle unit) Bus & Manhaul Drivers Up to 18,000 lbs. (single unit) ,000 lbs. & over (single unit) Helicopter Pilot (transporting men/materials) Lift Jitneys Winch Truck & "A" Frame Drivers Up to 18,000 lbs ,000 lbs. and over Warehousemen Spotter Warehouse Clerk Tire Repairmen Truck Repairmen Prevailing Wage Rates - Elko County 10

72 Pick Up Truck & Pilot Cars (Jobsite) Pick Up Truck & Pilot Cars (Over the road) Truck Oil Greaser Fuel Truck Driver Fuel Man & Fuel Island Man Oil Tanker Oil Tanker with Pup Foreman: WELL DRILLER Well Driller LUBRICATION AND SERVICE ENGINEER (MOBILE AND GREASE ADD OPERATING ENG. ZONE RATE RACK) Lubrication and Service Engineer (mobile and grease rack) SOIL TESTER (CERTIFIED) Soil Tester (Certified) SOILS AND MATERIALS TESTER Soils and Materials Tester Job Descriptions for Recognized Classes of Workmen Regarding job descriptions for public works projects, please take notice of the following: 1. Pursuant to NAC (1)(a), "A workman employed on a public work must be paid based on the type of work that the workman actually performs on the public work and in accordance with the recognized class of the workman." 2. The work description for a particular class is not intended to be jurisdictional in scope nor to be construed as limiting or prohibiting any worker from performing the work of one or more classes. 3. Any person who believes that a type of work is not classified, or who otherwise needs clarification pertaining to the recognized classes or job descriptions, shall contact the Labor Commissioner, in writing, for a determination of the applicable classification and pay rate for a particular type of work. 4. The job descriptions set forth or referenced herein supersede any and all descriptions previously agreed upon by the Labor Commissioner in any settlement agreements or stipulations arising out of contested matters Prevailing Wage Rates - Elko County 11

73 5. The following specific provisions, where applicable, shall prevail over any general provisions of the job descriptions: Amendments to the prevailing wage determinations; Group Classifications and/or descriptions recognized by the Labor Commissioner and included with wage determinations for a particular type of work in a particular county. AIR BALANCE TECHNICIAN, includes but is not limited to: Inspecting, testing, programming, documenting, adjusting and balancing heating, cooling and ventilating systems using specialized tools and testing equipment to attain performance standards specified in the design of the systems. ALARM INSTALLER, includes but is not limited to: 1. Installing or testing electrical protective signaling systems used to provide notification of fire, burglary or other irregularities on the premises of the subscriber of the system; 2. Installing of wiring and signaling units; 3. Repairing electrical protective signaling systems 4. Starting up, programming and documenting systems; BOILERMAKER, includes but is not limited to: 1. Constructing, assembling, maintaining and repairing stationary steam boilers and boiler house auxiliaries; 2. Aligning structures or plate sections to assemble boiler frame tanks or vats; 3. Assisting in the testing of assembled vessels, directing cleaning of boilers and boiler furnaces; 4. Inspecting and repairing boiler fittings, including, without limitation, safety valves, regulators, automaticcontrol mechanisms, water columns and auxiliary machines. BRICKLAYER, includes but is not limited to: 1. Laying materials, including without limitation, brick, structural tile and blocks of concrete, cinder, glass, gypsum and terra cotta, but not including stone, to construct or repair walls, partitions, arches, sewers, and other structures; 2. Laying and aligning bricks, blocks or tiles to build or repair structures for high temperature equipment, including, without limitation, cupola, kilns, ovens and furnaces; and 3. Fastening or fusing brick or other building materials to structures with wire clamps, anchor holes, torches or cement. 4. Pointing-cleaning-caulking of all types of masonry; caulking of window frames encased in masonry on brick, stone or cement structures, including grinding and cutting out on such work and sand blasting, steam cleaning and gunite work. 5. Pointing, cleaning and weatherproofing of buildings, grain elevators and chimneys built of stone, brick or concrete, including grinding and cutting out, sand blasting and gunite work on the same. CARPENTER, includes but is not limited to: Prevailing Wage Rates - Elko County 12

74 1. Laying out, constructing, erecting, fabricating, installing and repairing structures and fixtures of wood, plywood, or alternative materials, doors and hardware and the fastening of the same, inclusive of garage or overhead door openers, cabinets, framework, floors, and acoustical ceiling systems using carpenter's hand tools and power tools; 2. Installing or erecting metal studs, drywall, lathing, wall partitions, prefabricated EFIS panels or any other system of panels that is attached to the interior or exterior of any building or structure, insulation and all types of ceilings; 3. Pre-cast concrete and concrete form work which includes but is not limited to: setting of templates, layout, fabrication, constructing, placing, erection, rigging and hoisting, stripping and removing of all forms which are to be reused; 4. Plywood decking, including, without limitation, stacking and installation of the plywood and the plywood decking; 5. Cutting, setting, removing of beam sides and soffits, bracing, and pads; 6. Constructing all wood panel forms and frame wall; 7. Building, erecting and disassembling self-supporting scaffolds that are more than 14 feet in height; 8. Laying out, cutting, joining, fitting of Foam Architectural Elements if same are attached mechanically; and 9. Shaping, cutting and planing by any means if done by hand or machine. CEMENT MASON, includes but is not limited to: 1. Smoothing and finishing surfaces of poured concrete floors, walls, sidewalks and curbs to specified textures; 2. Patching holes with fresh concrete or an epoxy compound; 3. Molding expansion joints and edges through the use of edging tools, jointers and straightedges; 4. Setting of curb and gutter forms one board high; ELECTRONIC COMMUNICATION TECHNICIAN, includes but is not limited to: 1. Pulling cable, installing and trimming devices, terminating loops, circuits, or other data gathering points; 2. Termination of main control panels, racks, or other head end equipment, as well as testing of all circuits from the field devices to the main control panels and/or equipment; 3. Utilizing test equipment for the purpose of troubleshooting and verifying the integrity of the circuits in question; 4. Using hand tools to assemble and install data communication lines and equipment computer systems, antennas and towers; 5. Disassembling equipment to adjust, repair or replace parts using hand tools; 6. Starting up, programming and documenting systems; 7. Measuring, cutting, splicing, connecting, soldering and installing wire and cable associated with communication systems ELECTRICIAN LINEMAN, includes but is not limited to: 1. Erecting and repairing wood poles and prefabricated light duty metal towers, cable and related equipment to construct overhead transmission and distribution power lines used to conduct electrical energy between generating stations, substations and consumers; 2. Directing and assisting electrician ground men in attaching cross arms, insulators, lightning arresters, switches, wire conductors and auxiliary equipment to poles and towers in preparation of erecting the poles or towers; Prevailing Wage Rates - Elko County 13

75 3. Climbing erected poles or towers and installing equipment such as transformers 4. Strings wire conductors between erected poles with assistance of ground helpers and adjusts slack in conductors to compensate for contraction and elongation of conductors due to temperature variations, using winch. ELECTRICIAN GROUNDMAN, includes but is not limited to: 1. Working under the direct supervision of linemen, including the operation of jackhammers and man hauls; 2. Loading and unloading of materials and equipment used by electrician lineman. 3. Does not include climbing poles, towers or other structures or working in the proximity of energized lines or equipment; ELECTRICIAN-NEON SIGN, includes but is not limited to: 1. Installing, servicing and repairing plastic, neon and illuminated signs; 2. Ascending ladders or operating hydraulic or electric hoist to install, service, or examine sign to determine cause of malfunction; 3. Wiring, rewiring or removing defective parts and installing new parts using electrician's tools; 4. Removing sign or part of sign for repairs, such as structural fabrication, scroll repair, or transformer repair; ELECTRICIAN WIREMAN, includes but is not limited to: 1. Laying out plans, installing, testing and repairing wiring, electrical fixtures, apparatus and control equipment; 2. Measuring, cutting, bending, threading, assembling and installing electrical conduit by using tools including, without limitation, a hacksaw, pipe threader, or conduit bender; 3. Pulling wiring through conduit; 4. Splicing wires; 5. Connecting wiring to lighting fixtures and power equipment; 6. Installing control and distribution apparatus, including, without limitation, switches, relays and circuit breakers, and fastening such apparatus into place; 7. Connecting power cables to equipment, including, without limitation, electric ranges and motors, and installing grounding leads; 8. Testing the continuity of a circuit to ensure electrical compatibility and safety of components using testing instruments, including, without limitation, an ohmmeter, a battery and buzzer, and an oscilloscope; 9. As necessary, cutting and welding steel structural members; ELEVATOR CONSTRUCTOR, includes but is not limited to: 1. Assembling, installing, repairing and maintaining electric and hydraulic freight and passenger elevators, escalators and dumbwaiters; 2. Cutting pre-fabricated sections of framework, rails and other elevator components to specified dimensions, using acetylene torch, power saw, and disc grinder; 3. Installing cables, counterweights, pumps, motor foundations, escalator drives, guide rails, elevator cars, and control panels, using hand tools; Prevailing Wage Rates - Elko County 14

76 FENCE ERECTOR, includes but is not limited to: 1. Erecting or repairing chain link, wooden, tortoise, wire/wire mesh, or temporary fencing; 2. Mixing and pouring concrete around bases of posts and tamping soil into post hole to embed post; 3. Digging post holes with a spade, post hole digger or power driven auger; 4. Aligning posts through the use of lines or by sighting; 5. Verifying vertical alignment of posts with a plumb bob or spirit level; FLAG PERSON, includes but is not limited to: 1. Directing movement of vehicular traffic through construction projects; 2. Distributing traffic control signs and markers along site in designated pattern; 3. Informing drivers of detour routes through construction sites; FLOOR COVERER, includes but is not limited to: 1. Applying blocks, strips or sheets of shock-absorbing, sound-deadening or decorative covering to floors and walls, including carpets or rugs; 2. Measuring and cutting covering materials, such as rubber, linoleum, astro-turf, or cork tile and foundation material such as felt, using rule, straightedge, linoleum knife and snips; 3. Spreading adhesive cement over floor to cement foundation material to floor for sound-deadening, and to prevent covering from wearing at the board joints; 4. Rolling finished floors to smooth the floor and press cement into base and covering; 5. Fitting of devices for the attachment of carpet, linoleum, rubber and all resilient floor coverings and the fitting of metal edges, corners and caps used in the installation of the foregoing materials and all other preparatory work; GLAZIER, includes but is not limited to: 1. Installing, setting, cutting, preparing, or removal of glass, or materials used in lieu thereof, including, without limitation, in windows, doorways, showers, bathtubs, skylights and display cases; 2. Installing glass on surfaces, including, without limitation, fronts of buildings, interior walls and ceilings; 3. Installing pre-assembled framework for windows and doors designed to be fitted with glass panels, including stained glass windows by using hand tools; 4. Loading and arranging of glass on trucks at the site of the public work; HIGHWAY STRIPER, includes but is not limited to: 1. Painting highways, streets and parking surfaces by using manually propelled or mechanically propelled machines, brushes, rollers or spray guns; 2. Installing any device or application of any material used in lieu of paint for traffic direction, including, without limitation, buttons, tapes, plastics, rumble bars and other similar materials; HOD CARRIER-BRICK MASON TENDER, includes but is not limited to: 1. Tending to or assisting brick masons, bricklayers and stonemasons; 2. Mixing, packing, wheeling and tempering mortar and fire clay; 3. Mixing, supplying and holding materials or tools; Prevailing Wage Rates - Elko County 15

77 4. Mixing, handling and conveying all other materials used by brick masons, bricklayers and stone masons; 5. Building scaffolds, trestles, boxes and swinging staging used exclusively by bricklayers and stone masons; 6. Hanging cables and placing putlogs; 7. Carrying bricks and mortar in a hod; 8. Cleaning work area and equipment of bricklayers and stone masons HOD CARRIER-PLASTERER TENDER, includes but is not limited to: 1. Serving Plasterers in any capacity; 2. Handling materials after the materials are delivered as used by a Plasterer; 3. Building and handling all necessary trestle, scaffolding and planking of scaffolding for the exclusive use of Plasterers; 4. Building mortar boxes, mortar boards and stands. IRONWORKER, includes but is not limited to: 1. Performing duties, as part of a crew, to raise, place and unite girders, columns and other structural steel members to form completed structures or structure frameworks; 2. Setting up hoisting equipment for raising and placing structural steel members; 3. Fastening steel members to cable of hoist, using chains, cable or rope; 4. Forcing steel members into final position using turnbuckles, crowbars, jacks, hand tools; 5. Aligning rivet holes in steel members with corresponding holes in previously placed steel members by driving drift pins to handle of wrench through holes; 6. Bolting aligned steel members to keep them in position until the steel members can be permanently riveted, bolted or welded into place; 7. Cutting and welding steel members; 8. Installing and repairing gates, iron doors, flagpoles, iron fences and roof decking; 9. Installing corrugated sheets when attached to steel frames; 10. Stud welding of all iron, steel and metal to structural steel; 11. Handling and setting of steel and metal joists; 12. Loading, unloading, hoisting, handling, signaling, placing and erecting of pre-stressed and pre-cast materials; 13. Handling, racking, sorting, cutting, bending, hoisting, placing, burning, welding and tying all material used to reinforce concrete construction; LABORER, includes but is not limited to: Perform tasks involving physical labor at building, highway, and heavy construction projects, tunnel and shaft excavations, and demolition sites. May operate hand and power tools of all types: air hammers, earth tampers, cement mixers, small mechanical hoists, and a variety of other equipment and instruments. May clean and prepare sites, dig trenches, set braces to support the sides of excavations, erect scaffolding, clean up rubble and debris, and remove asbestos, lead, and other hazardous waste materials. May assist other craft workers. MARBLE MASON, includes but is not limited to: Prevailing Wage Rates - Elko County 16

78 1. Cutting, tooling, and setting marble slabs in floors and walls of buildings and renovating and polishing marble slabs previously set in buildings; 2. Trimming, facing and cutting marble to a specific size using a power saw, cutting and facing equipment, and hand tools 3. Drilling holes in marble slabs and attaching brackets; 4. Spreading mortar on the bottom and sides of a marble slab and on the side of adjacent marble slabs; 5. Setting blocks in positions, tamping a marble slab into place and anchoring bracket attachments with wire; 6. Filling joints between marble slabs with grout and removing excess grout with a sponge; 7. Cleaning and beveling cracks and chips on marble slabs using hand tools and power tools; 8. Heating cracked or chipped areas of a marble slab with a blowtorch and filling the defect with a composition mastic that matches the grain of the marble slab; and 9. Polishing marble slabs and other ornamental stone to a high luster by using hand tools and power tools. MECHANICAL INSULATOR, includes but is not limited to: 1. Covering and lining structures with cork, canvas, tar paper, magnesia and related materials; 2. Installing blown-on insulation on pipe and machinery; 3. Lining of mechanical room surfaces and air handling shafts; 4. Filling and damming of fire stops and penetrations including, but not limited to, electrical and mechanical systems; 5. Foam applications for the purpose of thermal, acoustical, or fire protective purposes, including RTV foams or equivalents, applied to mechanical or electrical systems; 6. Duct lining and duct wrapping, direct application and installation of fire protection of grease ducts, exhaust systems, or any other ductwork for acoustical or thermal purposes; 7. Insulation of field joints on pre-insulated underground piping and the pouring of Gilsilite or its equivalent; 8. The application of material, including metal and PVC jacketing, on piping, fittings, valves, flanges, boilers, ducts, plenums, flues, tanks, vats, equipment and any other hot or cold surface for the purpose of thermal control; MILLWRIGHT, includes but is not limited to: 1. Installing machinery and equipment according to layout plans, blueprints and other drawings in industrial establishments by using hoists, lift trucks, hand tools and power tools; 2. Dismantling machines by using hammers, wrenches, crowbars and other hand tools; 3. Assembling and installing equipment, including, without limitation, shafting, conveyors, monorails and tram rails, by using hand tools and power tools; 4. Constructing foundations for machines by using hand tools and building materials, including, without limitation, wood, cement and steel; 5. Assembling machines and bolting, welding, riveting or otherwise fastening them to a foundation or other structure by using hand tools and power tools; and 6. Repairing and lubricating machines and equipment (at the site of the public work) assembled and used by millwrights. OPERATING ENGINEER, includes but is not limited to: Prevailing Wage Rates - Elko County 17

79 Operate one or several types of power construction equipment, such as motor graders, bulldozers, scrapers, compressors, pumps, derricks, shovels, tractors, or front-end loaders to excavate, move, and grade earth, erect structures, or pour concrete or other hard surface pavement. PAINTER, includes but is not limited to: 1. All painting of walls, equipment, buildings, bridges and other structural surfaces by using brushes, rollers and spray guns; 2. Application of wall coverings/wall paper; 3. Removing old paint to prepare surfaces before painting the surface; 4. Mixing colors or oils to obtain desired color or consistency; 5. Sanding surfaces between coats and polishing final coat to a specified finish; 6. Cutting stencils and brushing and spraying lettering and decorations on surfaces; 7. Washing and treating surfaces with oil, turpentine, mildew remover or other preparations; 8. Filling cracks, holes and joints with caulk, putty, plaster or other filler by using caulking gun or putty knife; PILEDRIVER, includes but is not limited to: 1. Operating pile drivers mounted on skids, barge, crawler, treads or locomotive crane to drive piling as foundations for structures including, without limitation, buildings, bridges and piers; 2. Barking, shoeing, splicing, form building, heading, centering, placing, driving, staying, framing, fastening, automatic pile threading, pulling and/or cutting off of piling; 3. Fabricating, forming, handling and setting of all such pre-cast, pre-stressed and post-stressed shapes that are an integral part of docks, piers, wharves, bulkheads, jetties, and similar structures; PIPEFITTER, includes but is not limited to: Assembling, installing, modifying and maintaining pipe systems, pipe supports and pneumatic equipment and related machines and equipment components for steam, hot water, heating, cooling, lubricating, sprinkling and industrial and processing systems which may require: a. Cutting, threading and hammering pipe to specifications using tools, including, without limitation, saws, cutting torches and pipe threaders and benders; b. Attaching pipes to walls, structures and fixtures, including without limitation, radiators or tanks, using brackets, clamps, tools, or welding equipment; c. Coating non-ferrous piping materials by dipping in mixture of molten tin and lead to prevent erosion, or galvanic and electrolytic action; PLASTERER, includes but is not limited to: 1. Applying coats of plaster onto interior or exterior walls, ceilings, or partitions of buildings to produce a finished surface according to blueprints, architects' drawings and oral instruction; 2. Creating decorative textures in finish coat by using sand, pebbles or stones; 3. Installing guide wires on exterior surfaces of buildings to indicate thickness of plaster or stucco; 4. Applying weatherproof, decorative covering to exterior surfaces of a building; 5. Molding and installing ornamental plaster pieces, panels and trim; 6. Directing workers to mix plaster to a desired consistency; 7. Assembly of EFIS panels; Prevailing Wage Rates - Elko County 18

80 8. Laying out, cutting, joining, fitting and installation of Architectural Foam Elements which are trowel applied or adhesive set; 9. Applying, shaping, cutting, and planing in preparation for netting done by hand or machine; 10. All plaster or synthetic finishes applied to Foam Architectural Elements PLUMBER, includes but is not limited to: Assembling, installing and repairing pipes, fittings and fixtures for heating, water and drainage systems inside of buildings and to a point 5 feet outside of buildings which may therein require: a. Repairing and maintaining plumbing by replacing defective washers, repairing or mending broken pipes, and opening clogged drains; b. Assembling pipe sections, tubing and fittings by using screws, bolts, solder, plastic solvent and caulking; c. Installing pipe assemblies, fittings, valves and fixtures, including, without limitation, sinks, toilets and tubs, by using hand tools and power tools; d. Cutting openings in structures, excluding concrete, to accommodate pipe and pipe fittings by using hand tools and power tools; e. Filling pipes and plumbing fixtures with water or air and observing pressure gauges to detect and locate leaks. REFRIGERATION MECHANIC, includes but is not limited to: 1. Installing and repairing industrial and commercial refrigeration systems; 2. Mounting compressors, condensers and other refrigeration components to the frame of a refrigerator by using hand tools and acetylene welding equipment; 3. Assembling structural and functional components needed for refrigeration, including, without limitation, controls, switches, gauges, wiring harnesses, valves, pumps, compressors, condensers, cores and pipes; 4. Installing expansion and control valves by using hand tools and acetylene welding equipment; 5. Cutting, bending, threading and connecting pipe from functional components to water, power or refrigeration systems; 6. Fabricating and assembling components and structural portions of a refrigeration system; ROOFER, includes but is not limited to: 1. Installing and covering roofs and structures with slate, asphalt, wood and other related materials, other than sheet metal, by using brushes, knives, punches, hammers and other tools; 2. Spraying roofs, sidings and walls with material to bind, seal, insulate or soundproof sections of a structure; 3. Installation of all plastic, slate, slag, gravel, asphalt and composition roofing, and rock asphalt mastic when used for damp and waterproofing; 4. Installation of all damp resisting preparations when applied on roofs with mop, three-knot brush, roller, swab or spray system; 5. All types of preformed panels used in waterproofing; 6. Handling, hoisting and storing of all roofing, damp and waterproofing materials; 7. The tear-off and/or removal of roofing and roofing materials; SHEET METAL WORKER, includes but is not limited to: Prevailing Wage Rates - Elko County 19

81 1. Fabricating, assembling, dismantling, installing or repairing: o Sheet metal roofs, including #30 felt roofing paper installed to form a metal roofing system; o Sheet metal parts or equipment, including, without limitation, duct work, metal lockers and kitchen equipment; o Air-veyor and air-handling systems, regardless of materials used; 2. Setting up and operating fabrication machines to cut, bend and straighten sheet metal; 3. Shaping metal over anvils, blocks or forms using a hammer; 4. Operating soldering and welding equipment to join sheet metal parts; 5. Inspecting, assembling and smoothing seams and joints of burred surfaces; 6. Welding, soldering, bolting, riveting, screwing, clipping, caulking or bonding component parts to assemble products by using hand tools, power tools and devices for lifting and handling; SPRINKLER FITTER, includes but is not limited to: Installing, dismantling, maintaining, repairing, adjusting and correcting all fire protection and fire control systems, including the installation of piping or tubing, appurtenances and equipment pertaining thereto, including both overhead and underground water mains, fire hydrants, and hydrant mains, standpipes and hose connection to sprinkler systems, sprinkler tank heaters, air lines and thermal systems used in connection with sprinkler and alarm systems. SURVEYOR, includes but is not limited to: 1. Planning ground surveys designed to establish base lines, elevation and other geodetic measurements; 2. Compiling data relevant to the shape, contour, gravitation, location, elevation and dimension of land and land features on or near the surface of the Earth for engineering, map making, mining, land evaluation, construction and other purposes; 3. Surveying bodies of water to determine navigable channels and to secure data for construction of breakwaters, piers and other marine structures; 4. Computing data necessary for driving and connecting underground passages, underground storage and volume of underground deposits. TAPER, includes but is not limited to: 1. Sealing joints between plasterboard or other wallboards to prepare a wall surface for painting or papering; 2. Mixing sealing compound by hand or with a portable electric mixer and spreading the compound over the joints between boards using a trowel, broad knife, or spatula; 3. Filling cracks and holes in walls and ceilings with sealing compound ; 4. Applying texturing compound and primer to walls and ceiling to prepare a surface for a final finish by using brushes, rollers and spray guns; 5. Coating of joint compound or taping mud; TERRAZZO WORKER, includes but is not limited to: 1. Applying cement, sand, pigment and marble chips to floors and stairways to attain durable and decorative surfacing according to specifications or drawings; 2. Spreading mixtures of sand, cement and water over surface with a trowel to form terrazzo; 3. Cutting metal division strips and pressing the metal division strips into a terrazzo base so that top edges form a desired design or pattern and define level of finished floor surface; Prevailing Wage Rates - Elko County 20

82 4. Spreading mixtures of marble chips, cement, pigment and water over a terrazzo base to form a finished surface by using a float and trowel; 5. Pre-casting terrazzo blocks in wooden forms TILE SETTER, includes but is not limited to: 1. Applying tile and materials made for tile in tile-like units to walls, floors, ceilings and promenade roof decks following design specification; 2. Applying glazed, unglazed, mosaic and other ceramic tiles, which are used as a surface on floors, walls, ceilings, and other surfaces and which must be set to specific grade; 3. Applying and floating all setting beds into which glazed, unglazed, mosaic, or other ceramic tiles are set; 4. Leveling and plumbing tiles to a specified grade TILE, TERRAZZO AND MARBLE FINISHER, includes but is not limited to: 1. Supplying and mixing construction materials for a tile setter, terrazzo worker or marble setter; 2. Applying grout and finishing the surface of installed tile, terrazzo and marble; 3. Cleaning installed tile, terrazzo and tile surfaces; 4. Renovation and filling chipped, cracked and broken pieces of tile, terrazzo and marble; 5. Grinding and polishing tile, terrazzo and marble; 6. Assisting a tile setter, terrazzo worker or marble setter; TRAFFIC BARRIER ERECTOR, includes but is not limited to: Erects or places instruments to provide directional assistance to traffic on or near the public works construction project. TRUCK DRIVER, includes but is not limited to: Driving a tractor trailer combination or a truck to transport goods or materials at the site of a public work or between sites of a public work. (Also, see descriptions listed with Truck Driver rates, if any.) WELL DRILLER, includes but is not limited to: 1. Setting, operating or tending to portable drilling rig machinery and related equipment to drill wells; 2. Extending stabilizing jackscrews to support and level a drilling rig; 3. Installing water well pumps; 4. Drillings wells for industrial water supplies, irrigation water supplies or water supplies for any other purpose; dewatering or other similar purposes; exploration; hole drilling for geologic and hydrologic information; and core drilling for geologic information Prevailing Wage Rates - Elko County 21

83 GROUP CLASSIFICATIONS LABORER, includes but is not limited to: Group 1 All cleanup work of debris, grounds, and building including windows and tile Dumpmen or Spotter (other than asphalt) Handling and Servicing of Flares, Watchmen General Laborer Guide Posts and Highway Signs Guardrail Erection and Dismantling Limber, Brushloader and Piler Pavement Marking and Highway Striping Traffic Control Supervisor Group 2 Choker setter or Rigger (clearing work only) Pittsburgh Chipper and similar type brush shredders Concrete worker (wet or dry) all concrete work not listed in Group 3 Crusher or Grizzly Tender Greasing Dowels Guinea Chaser (Stakemen) Panel Forms (wood or metal) handling, cleaning and stripping of Loading and unloading, (Carrying and handling of all rods and material for use in reinforcing concrete Railroad Trackmen (maintenance, repair or builders) Sloper Semi-Skilled Wrecker (salvaging of building materials other than those listed in Group 3) Group 3 Asphalt Workers (Ironers, Shovelers, Cutting Machine) Buggymobile Chainsaw, Faller, Logloader and Bucker Compactor (all types) Concrete Mixer under 1/2 yard Concrete Pan Work (Breadpan type), handling, cleaning\stripping Concrete Saw, Chipping, Grinding, Sanding, Vibrator Cribbing, Shoring, Lagging, Trench Jacking, Hand-Guided Lagging Hammer Curbing or Divider machine Curb Setter (precast or cut) Ditching Machine (hand-guided) Drillers Helper, Chuck Tender Form Raiser, Slip Forms Grouting of Concrete Walls, Windows and Door Jams Headerboardmen Jackhammer, Pavement Breaker, Air Spade Mastic Worker (wet or dry) Prevailing Wage Rates - Elko County 22

84 Pipewrapper, Kettlemen, Potmen, and men applying asphalt, creosote and similar type materials All Power Tools (air, gas, or electric), Post Driver Riprap-Stonepaver and RockSlinger, including placing of sack concrete wet or dry Rototiller Rigging and Signaling in connection with Laborers' work Sandblaster, Potmen, Gunmen or Nozzlemen Vibra-screed Skilled Wrecker (removing and salvaging of sash, windows, doors, plumbing and electrical fixtures) Group 4 Burning and Welding in connection with Laborers' work Joy Drill Model TWM-2A, Gardner Denver Model DN143 and similar type drills (in accordance with Memorandum of Understanding between Laborers and Operating Engineers dated at Miami, Florida, Feb. 3, 1954) and Track Drillers, Diamond Core Drillers, Wagon Drillers, Mechanical Drillers on Multiple Units High scalers Concrete pump operator Heavy Duty Vibrator with Stinger 5" diameter or over Pipelayer, Caulker and Bander Pipelayer-waterline, Sewerline, Gasoline, Conduit Cleaning of Utility Lines Slip Lining of Utility Lines (including operation of Equipment) TV Monitoring and Grouting of Utility Lines Asphalt Rakers Group 4A Foreman Group 5 Construction Specialists Blasters and Powdermen, all work of loading, placing, and blasting of all powder and explosives of any type, regardless of method used for such loading and placing Asbestos removal Lead abatement Hazardous waste Material removal Group 6 Gunite Foremen, Nozzlemen, Rodmen, Gunmen, Materialmen, Reboundmen OPERATING ENGINEER, includes but is not limited to: Group 1 Engineer Assistant Group 1A Heavy Duty Repairman Helper Oiler Parts man Prevailing Wage Rates - Elko County 23

85 Group 2 Compressor Operator Material Loader and/or Conveyor Operator (handling building materials) Pump Operator Group 3 Bobcat or similar loader, 1/4 cu. yd. or less Concrete Curing Machines (streets, highways, airports, canals) Conveyor Belt Operator (tunnel) Forklift (under 20 ) Engineer Generating Plant (500 K.W.) Mixer Box Operator (concrete plant) Motorman Rotomist Operator Oiler (truck crane) Group 4 Concrete Mixer Operator, Skip type Dinky Operator Forklift (20' or over) or Lumber Stacker Ross Carrier Skip Loader Operator (under one (1) cu. yd.) Tie Spacer Group 5 Concrete Mixers (over one (1) cu. yd.) Concrete Pumps or Pumpcrete Guns Elevator and Material Hoist ( one (1) drum) Groundman for Asphalt Milling and similar Group 6 Auger type drilling equipment up to and including 30 ft. depth digging capacity m.r.c. Boom Truck or Dual Purpose a-frame Truck B.L.H. Lima Road Pactor or similar Chip Box Spreader (Flaherty type or similar) Concrete Batch Plant (wet or dry) Concrete Saws (highways, streets, airports, canals) Locomotives (over thirty (30) tons) Maginnis International Full Slab Vibrator (airports, highways, canals and warehouses) Mechanical Finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types) Mechanical Burn, Curb and/or Curb and Gutter Machine (concrete or asphalt) Pavement Breaker, Truck Mounted, with compressor combination Pavement Breaker or Tamper (with or without compressor combination) Power Jumbo Operator (setting slip-forms, etc., in tunnels) Roller Operator (except asphalt) Self-Propelled Tape Machine Self-Propelled Compactor (single engine) Self-Propelled Power Sweeper Operator Slip-Form Pump (power-driven by hydraulic, electric, air, gas, etc. lifting device for concrete forms) Prevailing Wage Rates - Elko County 24

86 Small Rubber-Tired Tractors Snooper Crane, Paxton-Mitchell or similar Stationary Pipe Wrapping, Cleaning and Bending Machine Operator Group 7 Auger type drilling equipment over 30 ft. depth digging capacity m.r.c. Compressor (over 2) Concrete Conveyor or Concrete Pump, truck or equipment mounted (any assistance required shall be performed by an Assistant to Engineer) Boom length to apply Concrete Conveyor, Building Site Drilling and Boring Machine, vertical and horizontal (not to apply to waterliners, wagon drills or jack hammers) Crusher Plant Engineer Generators Kolman Loader Material Hoist (two (2) or more drums) Mechanical Finishers or Spreader Machine (asphalt, Barber-Greene or similar) Mine or Shaft Hoist Pipe Bending Machines (pipeline only) Pipe Cleaning Machines (tractor-propelled and supported) Pipe Wrapping Machines (tractor-propelled and supported) Portable Crushing and Screening Plants Post Driller And/Or Driver Pumps ( over 2) Roller Operator (asphalt) Screedman (except asphaltic or concrete paving) Screedman (Barber-Greene and similar) (asphaltic or concrete paving) Self-Propelled Boom-Type Lifting Device (center mount) (on ten (10) ton capacity or less) Slusher Operator Surface Heater and Planer Operator Trenching Machine (maximum digging capacity three (3) ft. depth) (Any assistance in the operation, if needed, shall be performed by an Assistant to Engineer) Truck-Type Loader Welding Machines (gasoline or diesel) Group 8 Asphalt Plant Engineer Asphalt Milling Machine Cast-In-Place Pipe-Laying Machine Combination Slusher and Motor Operator Concrete Batch Plant (multiple units) Dozer Operator Drill Doctor Elevating Grader Operator Grooving and Grinding Machine (highways) Ken Seal Operator Loader (up to and including two and one-half (2 1/2) cu. yds) Mechanical Trench Shield Mixermobile Push Cats Prevailing Wage Rates - Elko County 25

87 Road Oil Mixing Machine Operator Wood-Mixer (and other similar Pugmill equipment) Rubber-Tired Earthmoving Equipment (up to and including thirty-five (35) cu. yds. "struck " m.r.c., Euclids, T- Pulls, DW10, 20, 21 and similar) Self-Propelled Compactors with Dozer; Hyster 450, Cat 825 or similar Sheepfoot Small Tractor (with boom) Soil Stabilizer (P & H or equal) Timber Skidder (rubber-tired) or similar equipment Tractor-Drawn Scraper Tractor Operator Tractor-Mounted Compressor Drill Combination Trenching Machine Operator (over three (3) feet depth) Tri-Batch Paver Tunnel Badger or Tunnel Boring Machine Operator Tunnel Mole Boring Machine Vermeer T-600b Rock Cutter Group 9 Chicago Boom Combination Backhoe and Loader (up to and including 3/8 cu. yd.) Combination Mixer and Compressor (gunite) Heavy Duty Repairman and/or Welder Lull Hi-Lift (twenty (20) feet or over) Mucking Machine Sub-Grader (Gurries or other types) Tractor (with Boom) (D6 or larger) Track-Laying-Type Earthmoving Machine (single engine with tandem scrapers ) Group 10 Boom-Type Backfilling Machine Bridge Crane Cary-Lift or similar Chemical Grouting Machine Derricks (two (2) Group 10 Operators required when swing engine remote from hoist) Derrick Barges (except excavation work) Euclid Loader and similar types Gradesetter, Grade Checker Heavy Duty Rotary Drill Rigs Lift-Slab (Vagtborg and similar types) Loader (over two and one-half (2 1/2 cu. yds. up to and including four (4) cu. yds.) Locomotive (over one hundred (100) tons, single or multiple units) Multiple-Engine Earthmoving Machines (Euclid Dozers, etc.) Pre-Stress Wire Wrapping Machine Rubber-Tired Scraper, Self-Loading Single-Engine Scraper (over thirty-five (35) cu. yds.) Shuttle Car (Reclaim Station) Train Loading Station Trenching Machine multi-engine with sloping attachments (Jefco or similar) Prevailing Wage Rates - Elko County 26

88 Vacuum Cooling Plant Whirley Crane (up to and including twenty-five (25) tons) Group 10A Backhoe-Hydraulic (up to and including one (1) cu. yd.) Backhoe (up to and including one (1) cu. yd.) (Cable) CMI Dual Lane Auto-Grader SP30 or similar type Cranes (not over twenty-five (25) tons) (hammerhead and gantry) Finish Blade Gradalls (up to and including one (1) cu. yd.) Motor Patrol Operator Power Shovels, Clamshells, Draglines, Cranes (up to and including one (1) cu. yd.) Rubber-Tired Scraper, Self-Loading (twin engine) Self-Propelled Boom-Type Lifting Device, center mount (over 10 tons up to and including 25 tons) Group 11 Automatic Asphalt or Concrete Slip-Form Paver Automatic Railroad Car Dumper Canal Trimmer Cary Lift, Campbell or similar type Cranes (over twenty-five (25) tons) Euclid Loader when controlled from the Pullcat Highline Cableway Operator Loader (over four (4) cu. yds. up to and including twelve (12) cu. yds.) Multi-Engine Earthmoving Equipment (up to and including seventy-five (75) cu. yds. struck m.r.c.) Multi-Engine Scrapers (when used to Push Pull) Power Shovels, Clamshells, Draglines, Backhoes Gradalls (over one (1) cu. yd. and up to and including seven (7) cu. yds. m.r.c.) Self-Propelled Boom-Type Lifting Device (center mount) (over 25 tons m.r.c.) Self-Propelled Compactor (with multiple-propulsion power units) Single-Engine Rubber-Tired Earthmoving Machine, with Tandem Scraper Slip-Form Paver (concrete or asphalt) Tandem Cats and Scraper Tower Crane Mobile (including Rail Mount) Truck Mounted Hydraulic Crane when remote control equipped (over 10 tons up to and including 25 tons) Universal Liebher and Tower Cranes (and similar types) Wheel Excavator (up to and including seven hundred fifty (750) cu. yds. per hour) Whirley Cranes (over twenty-five (25) tons) Group 11A Band Wagons (in conjunction with Wheel Excavators) Operator of Helicopter )when used in construction work) Loader (over twelve (12) cu. yds.) Multi-Engine Earthmoving Equipment (over seventy-five (75) cu. yds. "struck" m.r.c.) Power Shovels. Clamshells, Draglines, Backhoes, and Gradalls (over seven 7 cu. yds. m.r.c.) Remote-Controlled Earth Moving Equipment Wheel Excavator (over seven hundred fifty (750) cu. yds. per hour) Prevailing Wage Rates - Elko County 27

89 Group 11B Holland Loader or similar or Loader (over 18 cu. yds.) OPERATING ENGINEERS - Steel Fabricator & Erector Group 1 Cranes over 100 tons Derrick over 100 tons Self-Propelled Boom Type Lifting Devices over 100 tons Group 2 Cranes over 45 tons up to and including 100 tons Derrick, 100 tons and under Self Propelled Boom Type Lifting Device, over 45 tons Tower Crane Group 3 Cranes, 45 tons and under Self Propelled Boom Type Lifting Device, 45 tons and under Group 4 Chicago Boom Forklift, 10 tons and over Heavy Duty Repairman/Welder Group 5 Boom Cat Prevailing Wage Rates - Elko County OPERATING ENGINEER -Piledriver Group 1 Derrick Barge Pedestal mounted over 100 tons Clamshells over 7 cu. yds. Self Propelled Boom Type Lifting Device, over 100 tons Truck Crane or Crawler, land or barge mounted over 100 tons Group 2 Derrick Barge Pedestal mounted 45 tons up to and including 100 tons Clamshells up to and including 7 cu. yds. Self Propelled Boom Type Lifting Device over 45 tons Truck Crane or Crawler, land or barge mounted, over 45 tons up to and including 100 tons Group 3 Derrick Barge Pedestal mounted under 45 tons Self Propelled Boom Type Lifting Device 45 tons and under Skid/Scow Piledriver, any tonnage Truck Crane or Crawler, land or barge mounted 45 tons and under 28

90 Group 4 Assistant Operator in lieu of Assistant to Engineer Forklift, 10 tons and over Heavy Duty Repairman/Welder Group 5 No current classification Group 6 Deck Engineer Group 7 No current classification Group 8 Deckhand Fireman Prevailing Wage Rates - Elko County 29

91 ZONE RATES BRICKLAYER In addition to BRICKLAYER rates add the applicable amounts per hour, calculated based on a radius of over fifty (35) miles from the Washoe County Courthouse in Reno, Nevada: Zone Miles $0.00 Zone Miles $1.25 Zone 3-Over 75 Miles $5.37 CARPENTER (Building and Heavy Highway and Dam Construction) In addition to CARPENTER rates add the applicable amounts per hour, calculated from the Washoe County Courthouse: Zone 1-0 to 50 miles $0.00 (road miles of either the Carson City Courthouse or the Washoe County Courthouse) Zone miles $3.00 Zone miles $4.00 Zone miles and over $5.00 CEMENT MASON In addition to CEMENT MASON rates add the applicable amounts per hour, calculated from the Reno Post Office, 50 So. Virginia St., Reno, Nevada: Zone miles $0.00 Zone 2-91 miles and over $6.00 ELECTRICIAN In addition to ELECTRICIAN rates add the applicable amounts per hour, calculated from the Washoe County Courthouse: Zone miles $0.00 Zone miles $8.00 Zone 3-91 miles and over $10.00 ELECTRICIAN-COMMUNICATION TECH In addition to Electrician Communication Tech rates add the applicable amounts per hour, calculated from the Washoe County Courthouse: Zone miles $0.00 Zone miles $5.00 Zone 3-91 miles and over $ Prevailing Wage Rates - Elko County 30

92 HOD CARRIER-BRICK MASON TENDER In addition to HOD CARRIER BRICK MASON TENDER rates add the applicable amounts per hour, calculated based on a radius from the Washoe County Courthouse: Zone 1-35 to 75 miles $1.25 Zone 2-76 miles and over $7.50 HOD CARRIER-PLASTERER In addition to HOD CARRIER PLASTERER rates add the applicable amounts per hour, calculated based on a radius from So. Virginia St., Reno, Nevada: Zone 1-70 miles $0.00 Zone 2-70 miles and over $8.00 LABORER (Highway and Dam Construction only) In addition to LABORER rates add the applicable amounts per hour, calculated based on road miles from either the Carson City Courthouse or the Washoe County Courthouse: Zone 1-0 to 50 miles $0.00 Zone 2-51 to 150 miles $3.00 Zone to 300 miles $4.00 Zone miles and over $5.00 LABORER (Building Construction) In addition to LABORER rates add the applicable amounts per hour, calculated based on road miles from either the Carson City Courthouse or the Washoe County Courthouse: Zone 1-0 to 50 miles $0.00 Zone 2-51 to 150 miles $3.00 Zone to 300 miles $4.00 Zone miles and over $5.00 MECHANICAL INSULATOR In addition to MECHANICAL INSULATOR rates add the applicable amounts per hour, calculated based on a radius figured from Reno City Hall: Zone miles- $1.25 Zone miles- $2.50 Over 40 miles- $10.63 MILLWRIGHT In addition to MILLWRIGHT rates add the applicable amounts per hour, calculated from Maryland Parkway and Charleston Boulevard, Las Vegas: Zone 1-0 to 20 miles $0.00 Zone 2-21 to 40 miles $1.50 Zone 3-41 miles and over $ Prevailing Wage Rates - Elko County 31

93 OPERATING ENGINEER In addition to: OPERATING ENGINEER; STEEL FABRICATOR and ERECTOR, PILEDRIVER, SURVEYOR and LUBRICATION AND SERVICE ENGINEER rates add the applicable amounts per hour calculated based on a radius from the Washoe County Courthouse: Zone 1-0 to 75 miles $0.00 Zone 2-75 to 150 miles $3.00 Zone to 300 miles $4.00 Zone miles and over $5.00 PLASTERER In addition to PLASTERER rates add the applicable amounts per hour, calculated from the City Hall of Las Vegas, Nevada: Zone 1-0 to 50 miles $0.00 Zone over 50 miles $3.25 SHEET METAL WORKER In addition to SHEET METAL WORKER and AIR BALANCE TECHNICIAN rates add the applicable amounts per hour, calculated based on a radius from the courthouse in Reno, Nevada: Zone 1-0 to 75 miles $0.00 (including the City of Fallon and the Fallon Naval Air Base) Zone 2-over 75 miles $8.12 TILE SETTER/TERRAZZO WORKER/MARBLE MASON In addition to TILE SETTER/TERRAZZO WORKER/MARBLE MASON rates add the applicable amounts per hour, calculated based on a radius of over thirty five (35) miles from the Washoe County Courthouse in Reno, Nevada: Zone Miles $0.00 Zone Miles $1.25 Zone 3-Over 75 Miles $ Prevailing Wage Rates - Elko County 32

94

95

96 CITY OF ELKO TECHNICAL SPECIFICATIONS EXIT 298 (Cattle Drive) WATERLINE PROJECT

97 CITY OF ELKO DIVISION 1 GENERAL REQUIREMENTS EXIT 298 (Cattle Drive) WATERLINE PROJECT

98 SECTION SUMMARY OF WORK PART 1 GENERAL 1.01 SUMMARY A. This project includes construction of approximately 6,900 lineal feet of access road, 30 feet in width and approximately 2,600 lineal feet of access road, 20 feet in width. Access road construction will include excavation cut and fill, road side V-ditch, culvert crossings for conveyance of existing drainage, modification of existing drainage channels with rock rip rap channel protection. Construction will also include approximately 7,326 lineal feet of 18 PVC waterline and 2,624 lineal feet of 12 PVC waterline including fittings, fire hydrants, flush valves, air release valves and hot tap connection to the existing 8 waterline at the intersection of Sundance Drive and Rio Bravo Road. B. Furnish tools, equipment, materials, supplies, and manufactured articles; furnish transportation and services including fuel, power, water, and essential communications; and perform labor, work, or other operations required in accordance with the Construction Documents. C. The Work shall be complete, and all work, materials, and services not expressly shown or called for in the Construction Documents which may be necessary for the complete and proper construction of the Work in good faith shall be performed, furnished, and installed by Contractor as though originally so specified or shown, at no increase in cost to Owner STREAMLINED SPECIFICATIONS A. These specifications are written in the streamlined or declarative style utilizing incomplete sentences. B. Omissions of such words and phrases as "The Contractor shall." "in conformity therewith," "shall be," "as shown on the Drawings, a, "an," "the," and "all" are intentional in streamlined sections. 1. Omitted words shall be supplied by inference in the same manner as when a note appears on the drawings. 2. The omission of such words shall not relieve the Contractor from providing all items and work described herein or indicated on the drawings CONTRACT METHOD A. The work hereunder will be constructed under a Line Item Contract WORK BY OTHERS A. Work may be conducted at or near the site by other contractors during the performance of the Work under this Contract Summary of Work

99 B. Conduct operations to cause a minimum of interference with work of other contractors and cooperate fully with other contractors. C. Interference with Work on Utilities: 1. Cooperate fully with utility forces of Owner or forces of public or private agencies engaged in relocating, altering, or otherwise rearranging of facilities which interfere with the progress of the Work. 2. Schedule the Work to minimize interference with relocating, altering, or other rearranging of facilities CONTRACTOR'S USE OF PROJECT SITE A. Contractor's use of project site shall be limited to construction operations, including onsite storage of materials, onsite fabrication facilities, and field offices. B. Limit use of site to areas defined by Owner and/or construction limits. 1. Limit use of premises for work and storage to allow for work of other contractors and subcontractors. 2. Notify Owner if any work necessary to complete the Work is outside the construction limits shown. C. Owner will have complete control over the use of the site by Contractor. Discuss intended use of site with Owner before starting work. D. Assume full responsibility for the protection and safe keeping of products stored on the site. E. Move stored products as directed by the Engineer which interfere with operations of Owner or separate contractors. F. Obtain and pay for the use of additional storage and work areas needed for operations PERMITS A. Obtain all permits required for construction, not already obtained by the Owner. B. Pay the required fees and acquire all permits required for the construction of the project WORK SEQUENCE A. Schedule activities to accommodate the overall construction schedule of Owner and coordinate the detailed schedule with Owner. B. Perform work in an expeditious manner to ensure completion at the earliest possible date, but in no case later than the completion dates to be made available to Contractor by Owner Summary of Work

100 C. A construction schedule will be developed by the contractor and will be submitted for review to the owner OWNER AUTHORIZED OVERTIME A. In the event that Owner orders Work to be done during overtime hours which are not caused by the fault of Contractor, daily time sheets will be required to substantiate Contractor's charges for premium pay COMPLETION OF THE WORK A. The completion date is the date of the final completion of the project. It is anticipated that the Contract will require approximately 120 calendar days for substantial completion. B. For Contract purposes, the completion date of the Contract will be deemed to be the date of final completion of the project, including specially scheduled items. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Summary of Work

101 SECTION MEASUREMENT AND PAYMENT PART 1 1. General Payment for each Bid Item shall include the following Work, and shall fully compensate for any necessary Work required to perform the construction operations specified and shall be considered to be included in the bid price for the items of Work and no additional compensation will be allowed therefore. This Work includes any necessary traffic control, surveying, construction staking and layout, storm water pollution prevention, potholing to verify data, dimensions and locations of subsurface facilities and service connections, sawcutting, removal and disposal of existing improvements, clearing, removal and disposal of vegetation, excavating, removal and disposal of excess material, de-watering, shoring, by pass pumping, coatings, connection to existing and proposed pipes, repairing, cutting and plugging abandoned pipes intercepted by the trench section, repairs to the irrigation system, removal and disposal of abandoned pipes and appurtenances within the trench section, compacting, disinfection, testing, temporary and final asphalt replacement, revegetation of disturbed areas, landscaping, irrigation piping, and as well as other incidentals, for completion of the Work in conformance with the Contract Documents. 2. Description of Bid Items and Basis for Payment The terms "construct, furnish, install, erect, perform, place, prepare, remove or replace" shall mean that the bid item is complete, in place, ready for use and recommended for payment by the Construction Manager. Items of work, either specified or inferred, but not included in the tabulation of bid items shall be considered as included in the price paid for other items of work. All Work under this Contract shall conform to the requirements of the 2012 edition of the Standard Specifications for Public Works Construction (SSPWC), except as modified by these Special Conditions or Technical Specification. 3. Mobilization, Demobilization and Cleanup (BF 1) A. Work under this bid item shall consist of CONTRACTOR mobilization, demobilization, clean-up, erosion and dust control, permit coordination, and any preparatory work and operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site before beginning construction. Work under this item shall also include any other item of work for which other bid items have not been established in this bid schedule. B. Measurement of this item will be on a lump sum basis. C. Payment for Mobilization/demobilization and Cleanup will be pro rata per the following schedule based on the lump sum price named in the Bid Form, which price shall constitute full compensation for preparatory Work and operations, including but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site, for the establishment of Contractor offices, buildings, and other facilities necessary for the Work, and any other incidentals necessary for doing all the work involved in mobilizing for the Work Measurement and Payment

102 Payment for demobilization and cleanup shall constitute full compensation for record drawings and removing all equipment, supplies, debris and offices from the project site. 4. Construction Facilities & Temporary Controls (BF 2) A. Work under these bid items shall consist of providing Traffic Control for all improvements. This work shall conform to the requirements this Contract, including American Traffic Safety Services Association (ATSSA) s Quality Guidelines for Temporary Traffic Control Devices and Features. The maximum time for traffic delays is 10 minutes in all areas of the project. All traffic control devices are subject to being rated by the Construction Manager for conformance to the current American Traffic Safety Services Association (ATSSA) publication "Quality Standards for Work Zone Traffic Control Devices". Any device determined by the Construction Manager to not meet these quality standards shall be replaced with an acceptable device. B. Measurement of this item will be on a lump sum basis. C. Payment for Traffic Control will be pro rata per the preceding schedule based on the lump sum price named in the Bid Form, which price shall constitute full compensation for providing, labor, materials, preparation of traffic control plans, luminares, signing, traffic drums, warning lights, sequential flashers, temporary striping, placement and moving changeable message signs, preparation of formal inspection reports by Traffic Control Supervisor, labor, tools, equipment, materials and incidentals required to perform the work. 5. Demolition and Site Preparation (BP 3) D. Work under this bid item shall consist of providing project clearing and site preparation. E. Work under this item also includes clearing the project work area of vegetation, large rocks and boulders. Preparing erosion control fencing, and drainage silt barriers, fiber roll check dams, rock check dams, and construction truck entrance and exit areas and any preparatory work and operations necessary for clearing the site for grading activities and water pipe placement. This includes equipment, supplies and incidentals to the project site before beginning construction. Work under this item shall also include any other item of work for which other bid items have not been established in this bid schedule. F. Measurement of this item will be on a lump sum basis. G. Payment for Demolition and Site Preparation will be pro rata per the following schedule based on the lump sum price named in the Bid Form, which price shall constitute full compensation for preparatory Work and operations, including but not limited to, those necessary for clearing the site of vegetation and/or debris, construction site entrances and exits, erosion control measures, silt fencing, and check dams. The movement of personnel, equipment, supplies, and incidentals to the project site and any other incidentals necessary for doing all the work involved in site clearing and erosion control preparation. 6. SWPPP and Dust Control (BP 4) A. Work under this bid item shall consist of providing project Storm Water Pollution Prevention Plan and Dust Control Measurement and Payment

103 B. Work under this item also includes SWPPP General Permit, Notice of Intent (NOI), revising SWPPP, and Notification of Termination to the NDEP. Monitoring project pollution control devices and recording storm discharge events on a daily basis. Watering for dust control. This includes equipment, supplies and incidentals to the project site before beginning construction. Work under this item shall also include any other item of work for which other bid items have not been established in this bid schedule. C. Measurement of this item will be on a lump sum basis. D. Payment for SWPPP and Dust Control will be pro rata per the following schedule based on the lump sum price named in the Bid Form, which price shall constitute full compensation for preparatory Work and operations, including but not limited to, those necessary for monitoring the site for storm water control and the construction site entrances and exits, erosion control measures, silt fencing, and check dams and incidentals to the project site and any other incidentals necessary for doing all the work involved in SWPPP and Dust Control preparation " PVC, DR-18, C900 Water Line (BF 5) 12 Elbow 45, 22.5, (BF 7, 8, 9) 12 x8 Reducer (BF 10) 8 Hot Tap (BF 11) A. Work under this bid item shall conform to the requirements of Section 02225, 02668, 02675, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per Lineal Foot through valves and fittings in place and per each for fittings in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for sawcutting, excavation, existing pavement and base removal, furnishing and placing the pipe including pipe, fittings, angle point markers, thrust blocks and restraining devices, pipe lowering/raising material and appurtenances, locating wire and tape, importing bedding, dewatering, subgrade stabilization and preparation, backfilling, furnishing and installing aggregate base, bituminous pavement and fog seal, and all other work, labor, equipment and materials necessary for a complete installation " Butterfly Valves (BF 6) A. Work under this bid item shall conform to the requirements of Section 02225, 02668, 02670, 02675, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each butterfly valve, FCA s, location riser in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for placing the butterfly valve, and for furnishing and placing the flanged coupling adapters, line location riser, thrust block and restraining devices, riser, valve box and cover, imported bedding, backfill, locating wire and tape, portland cement concrete collar, asphalt concrete, and all other work, labor, equipment and materials necessary for a complete installation " PVC, DR-18, C905 Water Line (BF 12) Measurement and Payment

104 18 Elbow 22.5 (BF 14) 18 End Cap (BF 15) A. Work under this bid item shall conform to the requirements of Section 02225, 02668, 02669, 02675, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per Lineal Foot through valves and fittings in place and per each for fittings in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for sawcutting, excavation, existing pavement and base removal, furnishing and placing the pipe including pipe, fittings, angle point markers, thrust blocks and restraining devices, pipe lowering/raising material and appurtenances, locating wire and tape, importing bedding, dewatering, subgrade stabilization and preparation, backfilling, furnishing and installing aggregate base, bituminous pavement and fog seal, and all other work, labor, equipment and materials necessary for a complete installation " Butterfly Valves (BF 13) A. Work under this bid item shall conform to the requirements of Section 02225, 02668, 02670, 02675, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each butterfly valve, FCA s, location riser in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for placing the butterfly valve, and for furnishing and placing the flanged coupling adapters, line location riser, thrust block and restraining devices, riser, valve box and cover, imported bedding, backfill, locating wire and tape, portland cement concrete collar, asphalt concrete, and all other work, labor, equipment and materials necessary for a complete installation x 12 Tee (including FCA s) (BF 16) A. Work under this bid item shall conform to the requirements of Sections 2001 through 2021, as applicable of the Carson City Technical Specifications, and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each Tee, FCA s, in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the tee including thrust block and restraining devices, riser, valve box and cover, imported bedding, backfill, locating wire and tape, portland cement concrete collar, asphalt concrete, and all other work, labor, equipment and materials necessary for a complete installation. 11. Install Fire Hydrant Assembly (BF 17) A. Work under this bid item shall conform to the requirements of Sections 02225, 02668, 02669, 02670, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each fire hydrant assembly complete in place, including pipe from main to fire hydrant Measurement and Payment

105 C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the fire hydrant assembly including hydrant, pipe, fittings, valve, valve box and cover, riser, thrust blocks and restraining devices, crushed gravel, imported bedding, backfill, locating wire and tape, portland cement concrete collar and all other work, labor, equipment and materials necessary for a complete installation. 12. Install Air Release Valve Assembly (BF 18) A. Work under this bid item shall conform to the requirements of Sections 02225, 02668, 02669, 02670, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each Air Release Valve assembly complete in place, including pipe from main to Air Release Valve. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the Air Release Valve assembly including valve, pipe, fittings, valve, valve box and cover, riser, thrust blocks and restraining devices, crushed gravel, imported bedding, backfill, locating wire and tape, portland cement concrete collar and all other work, labor, equipment and materials necessary for a complete installation. 13. Install Flush Valve Assembly - Modified (BF 19) A. Work under this bid item shall conform to the requirements of Sections 02225, 02668, 02669, 02670, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each Flush Valve assembly complete in place, including pipe from main to Flush Valve. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the Flush Valve assembly including valve, pipe, fittings, valve, valve box and cover, riser, thrust blocks and restraining devices, crushed gravel, imported bedding, backfill, locating wire and tape, portland cement concrete collar and all other work, labor, equipment and materials necessary for a complete installation. 14. Install Temporary Flush Valve Assembly (BF 20) A. Work under this bid item shall conform to the requirements of Sections 02225, 02668, 02669, 02670, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each Temporary Flush Valve assembly complete in place, including pipe from main to Flush Valve. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the Flush Valve assembly including valve, pipe, fittings, valve, valve box and cover, riser, thrust blocks and restraining devices, crushed gravel, imported bedding, backfill, locating wire and tape, portland cement concrete collar and all other work, labor, equipment and materials necessary for a complete installation. 15. Install 12 x 5 Reinforced Concrete Box Culvert (BF 21) Measurement and Payment

106 A. Work under this bid item shall conform to the requirements of Sections 02225, 02275, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per Lineal Foot in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the RCB Culvert including crushed gravel, imported bedding, backfill, portland cement concrete, rip rap, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 16. Install 60 HDPE Double Wall Storm Drain (BF 22) A. Work under this bid item shall conform to the requirements of Sections 02225, 02275, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per Lineal Foot in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the HDPE Culvert including crushed gravel, imported bedding, backfill, portland cement concrete, rip rap, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 17. Install 30 HDPE Double Wall Storm Drain (BF 23) A. Work under this bid item shall conform to the requirements of Sections 02225, 02275, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per Lineal Foot in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the HDPE Culvert including crushed gravel, imported bedding, backfill, portland cement concrete, rip rap, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 18. Install 24 HDPE Double Wall Storm Drain (BF 24) A. Work under this bid item shall conform to the requirements of Sections 02225, 02275, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per Lineal Foot in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the HDPE Culvert including crushed gravel, imported bedding, backfill, portland cement concrete, rip rap, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 19. Install 18 HDPE Double Wall Storm Drain (BF 25) Measurement and Payment

107 A. Work under this bid item shall conform to the requirements of Sections 02225, 02275, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per Lineal Foot in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the HDPE Culvert including crushed gravel, imported bedding, backfill, portland cement concrete, rip rap, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 20. Install 24 HDPE Flared End Section (BF 26) A. Work under this bid item shall conform to the requirements of Sections 02225, 02275, 02502, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be for each Flared End Section complete in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the Flared End Section including crushed gravel, imported bedding, backfill, portland cement concrete, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 21. Install 12 to 18 and 6 to 12 Rock Rip Rap (BF 27 & 28) A. Work under this bid item shall conform to the requirements of Sections 02200, 02275, 02502, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per ton of rock complete in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the Rock Rip Rap including imported bedding, backfill, portland cement concrete, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 22. Install 6 to 8 Rock Rip Rap, Embedded 12 Thick (BF 29) A. Work under this bid item shall conform to the requirements of Sections 02200, 02275, as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per square yard of rock complete in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for furnishing and placing the Rock Rip Rap including imported bedding, backfill, portland cement concrete, revegetation and all other work, labor, equipment and materials necessary for a complete installation. 23. Excavation, Cut and Fill - Export (BF 30 & 31) A. Work under this bid item shall conform to the requirements of Sections as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein Measurement and Payment

108 B. Measurement of this item will be per cubic yard of dirt complete in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for excavation including stripping of top soil vegetation, grinding vegetation stripping for reapplication use on newly graded areas, road bedding compaction, backfill, Hydroseed revegetation and all other work, labor, equipment and materials necessary for a complete installation Plantmix Bituminous Pavement (BF 32) PART 2 A. Work under this bid item shall conform to the requirements of Sections as applicable, of the Technical Specifications and other applicable Technical Specifications contained herein. B. Measurement of this item will be per square foot of pavement patch complete in place. C. Payment for installing this item will be made at the unit price named in the Bid Form, which price shall constitute full compensation for existing pavement removal, patching, saw cutting, aggregate base, backfill, compaction, tack coat, and all other work, labor, equipment and materials necessary for a complete installation AUTHORITY A. Take all measurements and compute quantities. Owner will verify measurement and quantities. B. Assist by providing necessary equipment, workers, and survey personnel as required UNIT QUANTITIES SPECIFIED A. Quantities indicated on the Plans are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the Owner determine basis for estimated monthly pay requests only and are not the basis for changes to the total lump sum price. B. If the actual Work requires more or fewer quantities than those quantities indicated on the Plans, provide the required quantities with no change in the lump sum price, unless those quantities change as a result of a change in the scope of work after award of the Contract. C. If the actual Work requires a 25 percent or greater change in quantity less than or more than any quantity indicated, Owner or Contractor may claim for a Contract Price adjustment MEASUREMENT OF QUANTITIES A. Measurement Devices: 1. Weight Scales: Inspected, tested, and certified by the applicable agency Weights and Measures department within the past year. 2. Platform Scales: Of sufficient size and capacity to accommodate the conveying vehicle Measurement and Payment

109 3. Metering Devices: Inspected tested and certified by the applicable agency department within the past year. B. Measurement by Volume: Measured by cubic dimension using mean length. Width, and height or thickness. C. Measurement by Area: Measured by square dimension using mean length and width or radius. D. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord. E. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work PROGRESS PAYMENTS A. Payments for materials, machinery or equipment not incorporated into the Work, but delivered and suitably stored at the site, shall only be made where permitted by, and in accordance with, the terms and conditions of the Contract Documents. 1. Title to materials, machinery, and equipment delivered and suitably stored at the site shall immediately vest in and become the sole property of the Owner upon delivery to the site. 2. Notwithstanding such transfer of title, the Contractor shall have the full continuing responsibility to install, protect, and maintain the products in proper condition and promptly repair, replace and make good damage thereto without cost to the Owner until the Work is fully accepted by the Owner. 3. Transfer of title shall in no way affect Contractor's obligations under the Contract. B. Where the Contract Documents permit payment for materials stored off the jobsite. Owner shall have discretion either to approve or disapprove payments for such materials, and Contractor shall, in addition to the other requisites of the Contract Documents, make any provisions necessary, including insurance covering loss or damage to the material, to insure and protect Owner's title and right of possession and access to any such materials for which payment is approved by Owner. C. Payments otherwise due, may be withheld by Owner because of defective work not remedied, claims filed, reasonable evidence indicating probability of filing of claims, failure of Contractor to make payments properly to its subcontractors or for materials, machinery, fuel or labor, or applicable taxes, fees and fringe benefits or reasonable doubt that the Contract can be completed for the balance then unpaid, or for any other breach of this Contract or for any other causes specified in the Contract Documents. 1. If the causes are not removed, on written notice, Owner may rectify the same at Contractor's expense. 2. Owner may offset against any sums due Contractor, the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether or not arising out of this Contract Measurement and Payment

110 D. No payment to Contractor shall operate as an approval of Contractor s work or material, or any part thereof, or to release Contractor from obligations under this Contract. E. Format of Payment Applications: 1. Contractor's electronic media driven form including continuation sheets when required. 2. For each item, provide a column for listing each of the following: a. Item Number. b. Description of Work c. Scheduled Values. d. Previous Applications. e. Work in Place and Stored Materials under this Application. f. Authorized Change Orders. g. Total Completed and Stored to Date of Application. h. Percentage of Completion. i. Balance to Finish. j. Retainage. F. Preparation of Applications: 1. Present required information on electronic media printout. 2. Execute certification by signature of authorized officer. 3. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored Products. 4. List each authorized Change Order, including number and dollar amount as for an original item of work. 5. Prepare Application for Final Payment. G. Submittal Procedures: 1. Submit three copies of each Application for Payment. 2. Submit an updated Construction schedule with each Application for Payment. 3. Payment Period: Submit at intervals stipulated in the Agreement. 4. Submit with transmittal letter as specified for Submittals in Section Submit Owner required waivers. H. Substantiating Data: 1. When Engineer requires substantiating information, submit data justifying dollar amounts in question Measurement and Payment

111 2.05 PAYMENT 2. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. A. Payment includes: Full compensation for all required labor, materials, tools, equipment, plant, transportation, services, and incidentals; excavation, removal, erection, application, or installation of an item of Work; overhead and profits. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Owner multiplied by the unit price for Work which is incorporated in or made necessary by the Work DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of Owner's Representative, it is not practical to remove and replace the Work, Owner will direct one of the following remedies: 1. The defective Work may remain, but the unit price will be adjusted to a new price at the discretion of the Owner. 2. The defective Work will be partially repaired to the instructions of the Owner's Representative and Owner, and the unit price will be adjusted to a new price at the discretion of the Owner. C. The authority of Owner to assess the defect and identify payment adjustment is final LUMP SUM BASE BID A. The Lump Sum Base Bid is the total lump sum cost for the base bid items, including all labor, materials, and equipment for the scope of work described in Section 01010, Summary of Work. B. Lump sum price also includes all bonds, insurance, and surety. C. Contractor agrees to meet all schedules set forth for in this project. PART 3 PRODUCTS Not used. PART 4 EXECUTION Not used. END OF SECTION Measurement and Payment

112 SECTION MODIFICATIONS PROCEDURE PART 1 GENERAL 1.01 SUMMARY A. The Work to be performed may be modified by changes required by Owner and the Contract Amount and/or the Contract Time set forth in the Agreement will be adjusted by written Change Order in accordance with this section. B. No alterations, increases or decreases shall be made in the Work as shown and specified except on the written order of Owner, and when so made, the value of the Work or materials added or omitted shall be computed and determined by Contractor, subject to the written approval and acceptance by Owner, and the Amount so determined shall be added to or deducted from the Contract Amount. 1. Contractor shall have no claim for additional Work or changed work unless such Work has been done in pursuance of a written order from Owner. 2. Extra Work performed without written order will be at Contractor's expense FIELD ORDERS A. Owner and Owner's Representative will have authority to order minor changes in the Work not involving an adjustment in the Contract Amount or Time and not inconsistent with the intent of the Construction Documents. 1. Changes shall be effected by written order and shall be binding on Contractor. 2. Contractor shall carry out written order promptly CHANGE ORDER PROCEDURES A. If a change in the Work is desired, Owner will notify Contractor and provide a written description, in the form of drawings or otherwise, of the desired change. B. Contractor shall submit to Owner, a firm proposal for any changes in the Contract Amount and/or Time resulting from the proposed change within five days after receipt of the proposed change and shall submit the actual Change Order Request within ten days. C. Owner shall have thirty days, or such other time as may be agreed upon, in which to accept or reject Contractor's proposal after its submission, and Contractor shall not modify or withdraw the proposal during this period. D. The cost or credit to Owner resulting from a change in Contractor's work shall be determined in one of the following ways: Modifications Procedure

113 1. By mutually agreed lump sum properly itemized and supported by sufficient substantiating data to permit evaluation in accordance with the Construction Documents (which may be evidenced by Owner's issuance to Contractor of a Change Order for Contractor's firm proposal as described above); 2. By unit prices stated in the Construction Documents or subsequently agreed upon; or 3. On the basis of reasonable costs and savings of those performing the Work attributable to the change; provided, however, that in no case shall contractor's firm proposal described above nor any other method for determining the amount of the change include any cost for: a. Materials, labor, machinery, fuel or other expenses not specifically reimbursable as identified in the article, Cost Limitations, below, or b. Allowance for overhead and profit in excess of ten percent. E. Contractor shall, provided a written order signed by Owner is received, promptly proceed with the Work involved. F. In the event Owner directs Contractor to perform change in the Work by a written order other than a signed Change Order and without agreeing to the Contractor's firm proposal, then Contractor shall proceed to perform the change and the amount of the change shall be determined either under D,2 above (to the extent unit prices may be applied to the Work involved) or under D,3 above, as Owner may elect in its sole discretion, unless a mutually acceptable lump Sum price is subsequently agreed upon. 1. To the extent Owner elects D,2, the unit price shall be as described in the Contract Documents. 2. To the extent that D,1 or D,3 is elected, the cost of the Work and any savings shall be determined in accordance with Cost Limitations article, below. G. In the event of additional Work ordered by Owner, Contractor shall submit labor and time card sheets, with description of the Work and materials supplied, to the Owner's Representative daily. This document shall govern in determining the workers' time and equipment usage involved in time-and-material-based charges, unless later found to be incorrect. H. If Owner or Engineers disputes the validity or amount of a Change Order Request submitted by Contractor but Owner nevertheless directs Contractor to proceed, Contractor shall promptly proceed with the Work under the Change Order pending resolution of the dispute and expeditiously complete such work. I. If Contractor wishes to make any other claim for an increase in the Contract Amount, Contractor shall give Owner written notice thereof within twenty days after the occurrence of the event giving rise to such claim, but nothing contained herein shall be deemed to permit Contractor to claim damages on account of delays in Contractor's performance of the Work or interference therewith, it being agreed that Contractor's sole remedy shall be to obtain an extension of time as provided in the Construction Documents Modifications Procedure

114 1.04 COST LIMITATIONS A. Cost shall be limited to the following: 1. Cost of materials, including sales tax and cost of delivery; 2. Cost of labor, including social security, old age and unemployment insurance, and fringe benefits required by agreement or custom; 3. Workers' compensation insurance; 4. Bond premiums; 5. Rental value of equipment and machinery; 6. Additional costs of supervision and field office personnel directly attributable to the change. B. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of the net increase, if any, with respect to such change CHANGE ORDER REQUEST A. Change Order Request shall consist of the detailed cost estimate outlining the changes in the Work and detailed documentation justifying proposed changes in time. 1. Compute estimate in accordance with accepted estimating procedures and in accordance with the terms of the Construction Documents. a. Costs for labor, machinery, fuel and materials shall be at prevailing rates or wage scales pertinent to the project. 2. Unless otherwise provided in the Construction Documents, labor costs shall mean wages paid for labor under prevailing wage rates, or under a salary and wage scale agreed upon by Owner and Contractor, and shall include welfare and other benefits, if any, as may be payable with respect thereto in accordance with any applicable salary and wage scale. PART 2 PART 2 - PRODUCTS Not used. PART 3 PART 3 EXECUTION Not used. END OF SECTION Modifications Procedure

115 SECTION PROJECT COORDINATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Coordination. B. Examination. C. Preparation COORDINATION A. Coordinate scheduling submittals, and Work of the various sections of the construction specifications to assure efficient and orderly sequence of interdependent construction elements. B. Coordinate space requirements and installations. Utilize spaces efficiently to maximize accessibility. C. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion. D. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Construction Documents, to minimize disruption of Owner's activities. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions are acceptable for subsequent Work. Beginning Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are correctly located. END OF SECTION Project Coordination

116 SECTION REFERENCE STANDARDS PART 1 GENERAL 1.01 TITLES OF SECTIONS A. Captions accompanying specification sections are for convenience or reference only and do not form a part of the Construction Documents APPLICABLE PUBLICATIONS A. When references are made to published specifications, codes, standards, or other requirements, and no date is specified. only the latest specifications standards, or requirements of the respective issuing agencies, which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. B. No requirements specified or shown on Drawings shall be waived because of any provision of, or omission from, standards or requirements SPECIALISTS ASSIGNMENTS A. Specification text may require (or imply) that specific work be assigned to specialists or expert entities who must be engaged to perform that work B. Such assignments are special requirements over which Contractor has no choice or option. C. These requirements shall not be interpreted so as to conflict with enforcement of building codes and similar regulations governing the Work nor to interfere with local union jurisdiction settlements and similar conventions. D. Such assignments are intended to establish which party or entity involved in specific unit of work is recognized as "expert" for the indicated construction processes or operations E. Final responsibility for fulfillment of Contract requirements remains with Contractor REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Work specified shall conform to or exceed requirements of applicable codes and applicable requirements of documents listed below to the extent that the provisions of such documents are not in conflict with requirements of these Specifications or applicable codes. B. "Building Code" or "UBC" shall mean the Uniform Building Code of the International Conference of Building Officials (ICBO). The latest edition of the code as approved and used by the local agency as of the date of award, as adopted by the agency having jurisdiction, shall apply to the Work herein, including all addenda, modifications, amendments, or other lawful changes thereto Reference Standards

117 C. In case of conflict between codes, reference standards, Drawings and other Construction Documents, the most stringent requirements shall govern. 1. Bring conflicts to the attention of Owner for clarification and directions prior to ordering or providing materials or labor. 2. Bid the most stringent requirements. D. Applicable Standard Specifications: 1. Construct the Work in accordance with requirements of the Construction Documents and the referenced portions of those referenced codes, standards, and specifications listed. 2. Wherever references to "Standard Specifications" are made, the contractual, measurement, and payment provisions therein shall not apply. E. "Standard Specifications" shall mean the most recent edition of the Standard Specifications for Public Works Construction, (Orange Book), including all current supplements, addenda, and revisions thereto. F. "Standard Drawings" shall mean the most recent edition of the Standard Details for Public Works Construction, City of Elko, Nevada, including all current supplements, addenda, and revisions thereto. G. OHSA Regulations for Construction" shall mean Title 29, Pan 1926, Construction Safety and Health Regulations. Code of Federal Regulations (OSHA), including changes and amendments thereto. H. "OHSA Standards" shall mean Title 29. Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OHSA), including changes and amendments thereto. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Reference Standards

118 SECTION PROJECT MEETINGS PART 1 GENERAL 1.01 PRECONSTRUCTION CONFERENCE A. Prior to commencement of Work at site, a preconstruction conference win be held at a mutually agreed time and place. The conference shall be attended by: 1. Contractor and its superintendent. 2. Principal subcontractors. 3. Engineer. 4. Representatives of owner. 5. Governmental representatives as appropriate. 6. Others as requested by Contractor, Owner, or Engineer. B. Unless previously submitted to Owner, bring to the conference a tentative schedule for each of the following: 1. Progress. 2. Procurement 3. Values for progress payment purposes. 4. Shop Drawings and other submittals. C. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. Contractor s tentative schedules. 2. Transmittal, review and distribution of Contractor's submittals. 3. Processing applications for payment. 4. Maintaining record documents. 5. Critical work sequencing. 6. Field decisions and Change Orders Project Meetings

119 7. Use of premises, office and storage areas, security, housekeeping, and Owner's needs. 8. Major equipment deliveries and priorities. 9. Contractor's assignments for safety and first aid. D. Engineer will preside at the pre construction conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance PROGRESS MEETINGS A. Schedule and administer regular onsite progress meetings at least weekly and at other times as required by Owner or as required by progress of the Work. B. Make arrangements for meetings, prepare agenda with copies for participants who preside at meetings. C. Contractor and all subcontractors active on the site shall be represented at each meeting. Contractor may request attendance by representatives of suppliers, manufacturers and other subcontractors as appropriate to agenda topics for each meeting. D. Owner's Representative will preside at the meetings, record minutes and distribute copies to participants and those affected by decisions made. E. Agenda 1. Review minutes of previous meetings. 2. Review of Work in progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Other business relating to Work Project Meetings

120 PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Project Meetings

121 SECTION CONTRACTOR SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedule. C. Schedule of Values. D. Shop Drawings. E. Inspection Certificates. F. Spare Parts. G. Mix Designs. H. Omissions or Errors in Submitted Data SUBMITTAL PROCEDURES A. Accompany submittals by transmittal using format bound with Construction Documents or substitute form approved by Engineer. Submittals not accompanied by a form, or where all applicable items on form are not completed, will be returned for resubmittal. 1. Use separate transmittal form for each specific item or class of material or equipment for which a submittal is required. 2. Transmittal of shop drawings for various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer s "package" or are so functionally related that expedience indicates review of the group or package as a whole. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic section number, as appropriate. C. Identify Project, Contractor, subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of Construction Documents. E. Schedule submittals to expedite the Project, and deliver to engineer. Coordinate submission of related items Contractor Submittals

122 F. For each submittal for review, allow 2 to 4 days excluding delivery time to and from Contractor. G. Identify variations from Construction Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and Engineer review stamps. I. Revise and resubmit, identify all changes made since previous submission. J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with provisions. K. Submittals not requested will not be recognized or processed CONSTRUCTION SCHEDULE A. Prepare and submit to Owner for approval, a Project Construction Schedule showing proposed sequence to carry out Work within the Contract Time and showing beginning times and completion times for major items of work B. Project Construction Schedule: 1. In the form of a time-scaled item-numbered network diagram. 2. Supplement diagram by activity listing used in its preparation and outline, in sufficient detail: a. Proposed operations. b. Interrelationships of the various operations. c. Order of performance so that progress of Work can be evaluated accurately at any time during performance of the Contract. C. Conform Project Construction Schedule to the following requirements: 1. Time of Completion: Adhere to time specified unless an earlier (advanced) time of completion is requested or agreed to by Owner. 2. Construction Schedule Submittal: Within ten working days after receiving notice of award, furnish to Owner a schedule showing general plan for orderly completion of Work, details of planned mobilization of plant and equipment, sequence of early operations and procurement of materials and equipment. 3. Accepted Construction Schedule: Within five working days after receiving notice of acceptance of schedule furnish to Owner one reproducible and three prints of approved schedule Contractor Submittals

123 4. Contractor's Responsibility: Failure of Construction Schedule to include any element of Work, or any inaccuracy in the Construction Schedule will not relieve Contractor from responsibility for accomplishing Work in accordance with the Contract. 5. Float (Slack) Time: a. Amount of time between earliest start date and latest start date or between earliest finish date and latest finish date of activities of Construction Schedule. b. No time extensions or delay costs will be allowed for delays on paths of activities containing float time, providing such delay does not exceed the float time, per the latest updated version of the accepted Construction Schedule. D. Format of Construction Schedule: 1. Time-scale arrow diagram of the Critical Path Method (CPM) type, or a time-scale precedence diagram. Include in Schedule of Values, itemized descriptions, quantities, and values of work included in each activity in the Construction Schedule. 2. Construction Schedule shall provide the following: a. Time-scaled cost loaded CPM diagram precedence (activity on node) of activities, coordinated with Owner. b. Activity Durations: 1) Total of actual days required to perform that activity including consideration of weather impact on completion of that activity. 2) No duration longer than 14 days, with exception of procurement activities, unless otherwise acceptable to Owner. c. Sufficient detail to show plan for completion of Work for each stage within time specified. d. Milestone activities showing point of completion for each stage of Work. e. Dependencies (or relationships) and logic between activities. f. Information for material or equipment to be provided as follows: 1) Material or equipment description. 2) Duration in days required for preparation and review of Submittals. 3) Duration in days required for fabrication and delivery 4) Restraints (ties) to activities which will be constrained by delivery date of materials or equipment item Contractor Submittals

124 5) Scheduled delivery dates. g. Total contract value to be earned from performing each activity shall be the total of labor, material and equipment, including overhead and profit. Any material value assigned shall be actual invoice value of material, without markup. Sum of the value of items in Construction Schedule and Schedule of Values shall equal total contract value. h. Assign a responsibility code/organization code for each activity, as approved by Owner. i. Assign at least seven days for development of punch list(s), completion of punch list items, and final cleanup. E. Acceptance of Construction Schedule will not relieve Contractor of responsibility for accomplishing Work in accordance with the Contract F. Monthly Updates: Submit an up-to-date Status Report each month to include: 1. Estimated physical percentage complete for each activity in progress. 2. Actual start/finish dates for all activities as appropriate. 3. List of materials and/or equipment delivered for which payment is requested and an original paid invoice verifying cost. 4. Identification of processing errors, if any, on previous update report. 5. Identification of activities which are affected by proposed Change Orders issued during the update period (Network Window). 6. Resolution of conflict between actual work progress and schedule logic. If out of sequence activities developed in schedule due to actual construction progress, submit revisions to schedule logic to conform to current job status and direction. 7. Owner will review updated information and meet with Contractor each month to ascertain status of Work. 8. Progress payments pursuant to the Agreement will be approved only after receipt of timely, accurately updated Schedule and Schedule of Values and will be based on the update of the Schedule of Values. Contractor and Owner will jointly review progress and agree upon quantity of work completed prior to Contractors submittal of revised Schedule of Values and invoice. G. Contract Schedule Revisions: 1. If there are significant changes in plan of construction from that shown in accepted Construction Schedule, as determined by Owner, Contractor shall, within ten working days after receiving notice, submit a revised schedule to Owner for approval Contractor Submittals

125 2. Submitting Project Construction Schedule and updates, if applicable, shall be considered as a necessary portion of Work; therefore, partial payments will not be made until requirement for acceptable schedules has been satisfied. 3. Acceptance of any schedule submitted shall not be construed to assign responsibility of performance or contingencies to Owner, or relieve Contractor of responsibility to adjust forces, equipment, and/or work schedule as may be necessary to ensure completion of Work within prescribed Contract Time period SCHEDULE OF VALUES SUBMITTAL A. Submit Schedule of Values to Owner for review within 10 days after Contract execution. 1. Finalize at least 10 days before the first application for a Progress Payment. 2. Provide cost breakdown of the various parts of the Work aggregating the total sum of the Contract. 3. Make out in required detail and support by evidence of correctness. 4. Owner will coordinate and approve Schedule of Values format. 5. Include itemized descriptions, quantities. and value of all work included in each activity in the Construction Schedule. B. Use Schedule of Values as a basis for applications for monthly Progress Payments, unless later found to be in error. C. When applying for each Progress Payment, submit a statement based upon this Schedule of Values SHOP DRAWING SUBMITTALS A. Furnish to Engineer for review, eight prints of each shop drawing. 1. The term "shop drawings shall include detail design calculations, fabrication and installation drawings, lists, graphs, and operating instructions 2. Unless otherwise required, submit shop drawings a time sufficiently early to allow review by Engineer and to accommodate rate of construction progress under the Contract. B. Within fifteen calendar days after receipt of prints Engineer will return prints of each drawing to Contractor with comments noted. 1. It is considered reasonable that Contractor shall make a complete and acceptable submittal by the second submission of drawings. 2. Owner reserves the right to withhold monies due Contractor to cover additional costs of Engineer s review beyond second submission Contractor Submittals

126 C. If three prints of drawing are returned to Contractor marked NO EXCEPTIONS TAKEN, a formal revision of drawing will not be required. D. If three prints of drawing are returned to Contractor marked MAKE CORRECTIONS NOTED, a formal revision of drawing will not be required. E. If one print of drawing is returned to Contractor marked AMEND-RESUBMIT or REJECTED-RESUBMIT, Contractor shall revise drawing and resubmit eight copies of revised drawing to Engineer for review. F. Fabrication of an item shall not be commenced before Engineer has reviewed pertinent shop drawings and returned copies to Contractor marked NO EXCEPTIONS TAKEN or MAKE CORRECTIONS NOTED. 1. Revisions indicated on shop drawings shall be changes necessary to meet requirements or Drawings and Specifications and shall not be taken as basis of claims for extra work. 2. Contractor shall have no claim for damages or extension of time due to delay resulting from Contractor's having to make required revisions to shop drawings (unless review by Engineer of drawings is delayed beyond a reasonable period of time and unless the Contractor can establish that Engineer's delay in review actually resulted in delay in Contractor's construction schedule). 3. Review of drawings by Engineer will be limited to checking for general agreement with Specifications and Drawings, and shall in no way relieve Contractor of responsibility for errors or omissions contained therein, nor shall such review operate to waive or modify any provision contained in Specifications or Drawings. G. Engineer's review of shop drawing Submittals shall not relieve Contractor of entire responsibility for correctness of details and dimensions. 1. Contractor shall assume all responsibility and risk for misfits due to errors in Contractor submittals. 2. Contractor shall be responsible for: a. Dimensions and design of adequate connections and details. b. Fabricating dimensions. c. Quantities of materials. d. Applicable code requirements. e. Other Contract requirements. H. Engineer shall have authority to reject any product upon completion of review of suppliers' Submittals in regard to proof of acceptability of the product Contractor Submittals

127 1.06 CERTIFICATES OF INSPECTION A. When specified in individual specification sections, submit inspection certification by appropriate entity to Owner in quantity specified. B. Certificates shall be acceptable to Owner. C. Indicate Work conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate SPARE PARTS LISTS SUBMITTAL A. Furnish to Owner eight identical sets of spare parts information for instrumentation, mechanical, and electrical equipment. B. Include current list price of each spare part. C. Limit list to those spare parts which each manufacturer recommends be maintained by Owner in inventory at the site. D. Each manufacturer or supplier shall indicate name, address, and telephone number of nearest outlet of spare parts to facilitate Owner in ordering. E. Cross-reference spare parts lists to equipment numbers designated in Construction Documents. F. Bind spare parts lists in standard size, 3-ring, loose leaf, vinyl plastic hard cover binders suitable for bookshelf storage. Binder ring size shall not exceed 2.5 inches MIX DESIGN SUBMITTALS A. Prepare Portland cement concrete and asphalt concrete mix designs. 1. Determine exact proportions of materials to be used for different parts of Work, in conformance with Drawings and Specifications. 2. Submit to Engineer for review prior to use in Work B. Samples for mix design shall represent existing stockpile. 1. Mix designs "copied from previous projects will not be accepted unless the existing stockpile aggregate is tested to assure conformity. 2. Any stockpile additive, binder or cement source location and/or type of material change will require a new mix design OMISSIONS OR ERRORS IN SUBMITTED DATA A. Pay costs involved in correcting omissions or errors in submitted data, including failure to make timely submittal Contractor Submittals

128 B. Pay costs involved in correcting omissions or errors in execution of correctly submitted information. C. Costs shall include additional compensation due to Owner and Engineer due to additional services necessitated by the change. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Contractor Submittals

129 SECTION QUALITY CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. Quality assurance - control of installation. B. Tolerances. C. Inspecting and testing laboratory services. D. Manufacturers' field services and reports. E. Inspection at place of manufacture QUALITY ASSURANCE - CONTROL OF INSTALLATION A. Monitor quality control over suppliers. manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturer's instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Construction Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devises designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. G. All water system components that come in contact with potable water must meet the compatibility and lead free requirements of NSF/ANSI 61 and NSF/ANSI TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Construction Documents, request clarification from Engineer before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place Quality Control

130 1.04 INSPECTING AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for specified services of an independent firm to perform inspecting and testing. B. The independent firm will perform inspections, tests, and other services specified in individual specification sections and as required by Engineer and Owner. C. Inspecting, testing and source quality control may occur on or off the project site. Perform offsite inspecting or testing as required by Engineer or Owner. D. Reports will be submitted by the independent firm to Engineer, in duplicate, indicating observations and results of tests and indicating compliance or noncompliance with Construction Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment tools, storage, safe access, and assistance by incidental labor as required. 1. Notify Engineer and independent firm 24 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractors use. F. Testing and inspecting does not relieve Contractor to perform Work to Contract requirements. G. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by Engineer. Payment for retesting will be charged to Contractor by deducting inspecting or testing charges from the Contract Price MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual specification sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions or surfaces and installation, quality of workmanship, start-up of equipment. and test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Engineer 30 days in advance of required observations. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers written instructions. D. Submit report in duplicate within 30 days of observation to Engineer for information INSPECTION AT PLACE OF MANUFACTURE A. Products, materials, and equipment shall be subject to inspection by Engineer at place of manufacture Quality Control

131 B. Presence of Engineer at place of manufacture shall not relieve Contractor of responsibility for finishing products, materials, and equipment which comply with requirements of the Construction Documents. C. Compliance is a duty of Contractor which shall not be avoided by any act or omission on the part of Engineer. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Quality Control

132 SECTION MOBILIZATION PART 1 GENERAL 1.01 DESCRIPTION A. Mobilization shall include obtaining permits; moving plant and equipment onto site; furnishing and erecting plants, temporary buildings, and other construction facilities, as required for the proper performance and completion of the Work B. Mobilization shall include the following principal items: 1. Moving onto the site of plant and equipment required for first month operations including field office for Owner. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Establishing fire protection system. 4. Developing construction water supply. 5. Providing onsite communication facilities. 6. Providing onsite sanitary facilities and potable water facilities as specified. 7. Arranging for and erection of work and storage yard. 8. Obtaining required permits. 9. Posting OSHA required notices and establishment of safety programs. 10. Having the superintendent at the jobsite full time. 11. Submitting Preliminary Construction Schedule. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Mobilization

133 SECTION PROTECTION OF EXISTING FACILITIES PART 1 GENERAL 1.01 SUMMARY A. Protect existing utilities and improvements not designated for removal. B. Restore damaged or temporary relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation. C. Verify exact locations and depths of utilities shown and make exploratory excavations of utilities that may interfere with Work. 1. Perform exploratory excavations as soon as practicable after award of Contract and in sufficient time in advance of construction to avoid possible delays to Work. 2. When exploratory excavations show utility location as shown to be in error, notify Engineer. D. The number of exploratory excavations required shall be sufficient to determine alignment and grade of existing utilities RIGHTS-OF-WAY A. Access to lands or rights-of-way, as stated in Article 4 of the General Conditions, for the Work will be provided by Owner as shown on the Drawings. 1. Nothing contained in the Construction Documents shall be interpreted as giving Contractor exclusive occupancy of the lands or rights-of-way provided. 2. Additional lands or rights-of-way required for construction operations shall be provided by Contractor at his own expense. B. Do not enter nor occupy with men, equipment, or materials, any lands outside the rights-ofway or easements shown without meeting the following requirements: 1. Furnish to Owner, prior to use of any other public or private properties by Contractor in performance of Work, written authorization by the property owner for use of such property by Contractor. 2. Prior to acceptance of Work by Owner, furnish Owner with written evidence, acceptable to Owner, releasing Contractor from liability to the property owner for the use of such property by Contractor. 3. Take precautions necessary to preserve private and public property in immediate area of work site Protection of Existing Utilities

134 4. Total liability shall be assumed by Contractor for damage to private and/or public property during the prosecution of Work. 5. Upon completion of Work all private and public property shall be, as a minimum, restored to its conditions existing prior to the commencement of work thereon PROTECTION OF STREET OR ROADWAY MARKERS A. Do not destroy, remove, or otherwise disturb existing survey markers or other existing street or roadway markers without proper authorization. B. Start no pavement breaking or excavation until survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced for easy and accurate restoration. C. Notify Engineer of the time and location that work will be done, sufficiently in advance of construction to avoid delay due to waiting for survey points to be satisfactory referenced for restoration. D. Survey markers or points disturbed by Contractor without proper authorization by Owner, will be restored by Owner at Contractor's expense after Work has been completed GENERAL RESTORATION OF PAVEMENT A. Replace paved areas, including asphaltic concrete berms cut or damaged during construction, with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. B. Temporary and permanent pavement shall conform to the requirements of the owner of the affected pavement. C. Pavements subject to partial removal shall be neatly saw-cut in straight lines CONSTRUCTION INTERFERENCES A. Contractor's responsibilities regarding existing utilities and construction interferences shall be in accordance with Standard Specifications for Public Works' Construction, and NDOT with the following additional provisions. B. Construction interferences include: 1. Utility or service connections within the limits of excavation or over-excavation required for the Work 2. Utility or service connections located in the space which will be required by the Work. 3. Utility or service connections required to be disturbed or removed to permit construction as specified under the Contract Protection of Existing Utilities

135 C. Disturb or remove connections only with approval of owner and following notification to owner of interfering utility or service connection. D. Promptly reconstruct utility or service connections removed or otherwise disturbed in original or other authorized location in a condition at least as good as prior to such removal or disturbance, subject to the inspection of utilities' owners. E. Contractor's responsibility to remove or replace shall apply even in if damage or destruction occurs after backfilling. F. Immediately notify owner of utility if service connection damage or destruction occurs or is discovered. G. During the performance of the Work, the owner of any utility affected by the Work shall have the right to enter when necessary upon any portion of the Work for the purpose of maintaining service and of making changes in or repairs to the utility. H. Contractor shall not be held responsible for failure to complete the Work on time to the extent that such delay was caused by failure of the owner or of the agency having jurisdiction over the utility or service connection to authorize or otherwise provide for its removal, relocation, protection, support, repair, maintenance, or replacement. I. Exercise extreme care not to damage existing utilities and/or new and existing facilities which do not physically constitute a construction interference. 1. Use equipment of such weights throughout construction operations so that existing buried utilities and/or new and existing facilities are not damaged by excessive loadings. 2. Contractor shall be responsible for costs of repair and/or replacement of new or existing facilities damaged by construction operations, as determined by Owner. J. Contact "CALL BEFORE YOU DIG" not less than 48 hours prior to starting any excavation. Notify by telephone and comply with all instructions received; the toll free number is All utility companies may not be members of the USA System and, therefore, not automatically contacted by the above referenced telephone number. 2. Contractor shall be responsible for making himself aware of utility company facilities not reported by the USA System, and shall bear any and all damages stemming from repair or delay costs or any other expenses resulting from the unanticipated discovery of underground utilities. 3. Notify the pertinent utilities at least two working days in advance of commencement of work at site, to examine the construction site and mark the location of the utilities' respective facilities. Verify that each utility has responsibly responded to the notification Protection of Existing Utilities

136 PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Protection of Existing Utilities

137 SECTION SAFETY PART 1 GENERAL 1.01 SUMMARY A. Nothing contained in this section is intended to limit the types and amounts of safety precautions required. B. No omission from this section will be recognized as an indication by the City that such safety precautions are not required for successful completion of the Work and compliance with requirements of Contract Documents SAFETY PROTECTION A. Prior to starting and during progress of the Work, prevent hazards to personnel and property, including that of the City, Engineer, subcontractors, separate contractors, the neighborhood, and the public. B. Provide for proper care, safety, and protection of materials, installed work, personnel, and equipment. C. Precautions taken for safety and protection shall not relieve Contractor from liability due to accidents or any other cause COMPLIANCE WITH SAFETY PROGRAM A. Implement and enforce a safety program consistent with the needs and objectives of the City. B. Comply with the requirements of federal, state, and local regulations governing safety. C. Provide personal protective equipment as defined by state and federal laws. Such equipment shall be worn by employees (hard hats, eye protection, etc.) D. Hold weekly safety meetings with subcontractors and report items discussed to the City on a weekly basis. E. Lower tier subcontractors shall conduct weekly toolbox meetings and weekly safety - inspections of its areas and equipment. Equipment so required by law (such as cranes and cables) shall be inspected daily. F. Thoroughly investigate accidents to the degree satisfactory to the City. G. Submit weekly written reports to the City for the following items: 1. Safety meetings. 2. Area and equipment inspection Safety

138 3. Accident investigations and statistics. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Safety

139 SECTION TEMPORARY ENVIRONMENTAL CONTROLS PART 1 GENERAL 1.01 SUMMARY A. Provide and maintain control over environmental conditions at the construction site and related areas under Contractor's control. B. Remove physical evidence of temporary facilities upon completion of the Work.. C. Section includes: 1. Dust Control. 2. SWPPP. 3. Debris Control. 4. Pollution Control. 5. Explosives and Blasting. 6. Barriers. 7. Protection of Installed Work. 8. Security. 9. Chemicals. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 DUST CONTROL A. The Contractor shall obtain a (NDEP) Bureau of Air Pollution Control, Surface Disturbance Permit (SAD) for areas being disturbed. B. The Contractor shall submit copies of all required permits to the Construction Manager prior to proceeding with the work Temporary Environmental Controls

140 C. Provide positive means to prevent airborne dust from disbursing into the atmosphere. See Article 3.05, this section STORM WATER POLLUTION PREVENTION PLAN (SWPPP) A. Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) and Notice of Intent (NOI) for this project, which he shall submit, to the State of Nevada, Division of Environmental Protection (NDEP). The SWPPP shall be prepared and submitted to NDEP regardless of any exemption this project may have due to overall disturbance area. The SWPPP shall incorporate the provisions of the Temporary Drainage Plan the Contractor is required to provide as identified as part of the Construction Plans included with the Drawings. The Contractor shall provide the Construction Manager a copy of the NDEP permit prior to the start of construction. B. Control surface water and prevent damage to the Project, the site, and adjoining properties. C. Furnish, place, and maintain supports and shoring required for the sides of the excavations. Protect D. Properly treat onsite storm drainage water and divert offsite drainage to prevent flooding, erosion, sediment transport or other damage to any portion of the site or to adjoining areas DEBRIS CONTROL A. Keep all areas under Contractor's control free from extraneous debris; at all times keep work area in a neat, clean, and safe condition. B. Initiate and maintain a specific program to prevent accumulation of debris at the site, in storage and parking areas, and along access roads and haul routes, as follows: 1. Provide containers for deposit of debris. 2. Prohibit overloading of trucks to prevent spillage on access and haul routes. 3. Perform periodic inspections to enforce these requirements. C. Schedule periodic collection and disposal of debris and provide additional collection and disposal of debris whenever the periodic schedule is inadequate to prevent accumulation. D. If Contractor fails to clean up as provided in Construction Documents, Owner may do so and cost thereof will be charged to Contractor POLLUTION CONTROL A. Prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations, including equipment personnel and emergency measures required to contain any spillage, and to remove contaminated soils or liquids. 1. After obtaining proper approvals, excavate and dispose of contaminated earth offsite, and replace with suitable compacted fill and topsoil Temporary Environmental Controls

141 B. Take special precautions to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals or other substances adjacent to washes, or in sanitary or storm sewers. C. Control atmospheric pollutants to prevent toxic concentrations of chemicals, and to prevent harmful dispersal of pollutants into the atmosphere. D. This project is located in Elko County, Nevada. 1. Contact the State Health Bureau (Air Pollution Control Division) regarding special considerations concerning air quality requirements in Elko County. 2. Compliance with all rules, regulations, special stipulations and laws pertaining to air quality shall be Contractor's responsibility and the cost thereof shall be considered in the Contract lump sum price. E. Applications for Operating Permits and for Authority to Construct facilities for extracting and processing of onsite materials shall be the Contractor's responsibility EXPLOSIVES AND BLASTING A. The use of explosives on the Work will not be permitted BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non-owned vehicular traffic, stored materials, site and structures from damage PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed Work Control activity in immediate work area to prevent damage. C. Prohibit traffic from landscaped areas SECURITY A. Protect work, existing premises, and Owner operations from theft, vandalism, and unauthorized entry Temporary Environmental Controls

142 B. Initiate security program in coordination with Owner's existing security system upon receipt of notice to proceed CHEMICALS A. All chemicals used during project construction or furnished for project operation (i.e., defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant or of other classification) shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture. 1. Use of chemicals and disposal of residues shall be in strict accordance with the printed instructions of the manufacturer. END OF SECTION Temporary Environmental Controls

143 SECTION MATERIALS AND EQUIPMENT PART 1 GENERAL 1.01 DEFINITIONS A. The word "Products" is defined to include purchased items for incorporation into the Work, regardless of whether specifically purchased for the project or taken from Contractor's stock of previously purchased products. B. The word Materials is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form units of work. C. The word Equipment is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). D. Definitions in this Article are not intended to negate the meaning of other terms used in Construction Documents, including specialties, Systems, Structure, accessories, special construction, and similar terms, which are self- explanatory and have recognized meanings in the construction industry QUALITY ASSURANCE A. Source limitations: To the greatest extent possible for each unit of work, provide products, materials or equipment of a singular generic kind from a single source. B. Compatibility of Options: 1. Where more than one choice is available as options for Contractor's selection of a product, material, or equipment, select an option which is compatible with other products, materials, or equipment already selected. 2. Compatibility is a basic general requirement of product/material selections. C. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Construction Documents. D. Provide interchangeable components of the same manufacturer, for similar components. E. All water system components that come in contact with potable water must meet the compatibility and lead free requirements of NSF/ANSI 61 and NSF/ANSI PRODUCT DELIVERY-STORAGE-HANDLING Materials and Equipment

144 A. Deliver, handle, and store products in accordance with supplier's written recommendations and by methods and means which will prevent damage, deterioration, and loss, including theft. 1. Control delivery schedules to minimize long- term storage of products at site and overcrowding of construction spaces. 2. Provide delivery/installation coordination to ensure minimum holding or storage times for products recognized to be flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other sources of loss TRANSPORTATION AND HANDLING A. Transport products to avoid product damage and delivery in undamaged condition in supplier's unopened containers or packing, dry. B. Provide equipment and personnel to handle products, materials, and equipment, including those provided by Owner, to prevent soiling and damage STORAGE AND PROTECTION A. Store products in accordance with suppliers written instructions, with seals and labels intact and legible. 1. Store sensitive products in weather- tight enclosures. 2. Maintain temperature and humidity ranges within tolerances required by supplier's written instructions. B. For exterior storage or fabricated products, place on sloped supports above ground. 1. Cover products subject to deterioration with impervious sheet covering. 2. Provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well-drained area and prevent from mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect products to assure that products are undamaged and maintained under required conditions. E. Arrange storage to provide access for maintenance of stored items MAINTENANCE OF STORAGE A. Periodically inspect stored products on scheduled basis. Maintain a log of inspections and make log available to Owner on request. B. Verify that storage facilities comply with supplier's product storage requirements. C. Verify that supplier required environmental conditions are maintained continually Materials and Equipment

145 D. Verify that surfaces of products exposed to elements are not adversely affected and that weathering of finishes is acceptable under requirements of Construction Documents. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Materials and Equipment

146 SECTION PRODUCT OPTIONS AND SUBSTITUTIONS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor's selection of products. B. Requests for substitution of products SELECTION OF PRODUCTS A. Base bid on products, materials, or systems specified to establish the standard of quality required and to provide a uniform basis for evaluating bids. B. Products Specified by Naming Only One Manufacturer: 1. Include that manufacturer in base bid. C. Products Specified by Naming One or More Manufacturers: 1. Include first one named in base bid unless a particular section states that any manufacturers listed in that Section may be used in base bid. D. When product or manufacturer's names are not specified, provide products, materials, or systems in accordance with performance requirements and install in accordance with material manufacturer's recommendations. E. "Or Equal": 1. Where phrases "or equal" or "or approved equal" occur in Construction Documents, do not assume that the products, materials, or system will be approved as equal (even if approved for use on previous projects) until the item has been specifically approved for this work by Engineer. 2. Decision of Engineer shall be final LIMITATIONS ON SUBSTITUTIONS A. Substitutions will be considered only when listed on the form provided at the end of this Section (Substitution Request Form). B. Only proposed substitutions of Successful Bidder will be reviewed, providing the following procedures have been adhered to: 1. List on Substitution Request Form as specified in Paragraph A Product Options and Substitutions

147 2. Completely execute Substitution Request Form for each product with substantiating data attached, and signed by authorized representative of Contractor. Submit in quadruplicate. 3. Deliver requests to Engineer's office within seven calendar days from date of Notice of Award. Late submittals will not be reviewed. C. Subsequent requests will be considered in case of product unavailability. 1. Submit a letter to this effect written by the manufacturer accompanied by the completed Substitution Request Form. If, in the opinion of the Engineer, any product specified: a. Cannot be delivered during progress of Work. b. Will no longer be available during progress of Work, or c. If quality of material, as specified, no longer meets Specifications, Engineer will specify a substitute. The material cost differential (credit or extra) between the specified material and the "substitute" will be reflected in a Change Order to Contractor. d. Request for subsequent substitutions may be submitted no later than 30 days after Notice to Proceed is issued. D. Substitutions will not be considered when indicated on shop drawings or product data submittals, when requested directly by subcontractor or supplier, or when acceptance will require substantial revisions of Construction Documents. E. Substitute products shall not be ordered or installed without written acceptance. F. Only one request for substitution for each specified product will be considered. When substitution is not accepted, provide specified product. G. Approval, or rejection, of a request for a Substitution will be based on Engineer's opinion, with concurrence by Owner, as to adaptability, durability, quality, aesthetics, and Contract Amount change, when compared to the specified or noted items REQUESTS FOR SUBSTITUTIONS A. Identify product by specification section and article numbers. Provide manufacturer's name and address, trade name of product, and model or catalog number. List fabricators and suppliers as appropriate. B. Attach product data as specified in Section C. List similar projects using product, dates of installation, and names of Engineers and Owners. D. Give itemized comparison of proposed substitution with specified product, listing variations. E. Give quality and performance comparison between proposed substitution and the specified product Product Options and Substitutions

148 F. Give cost data comparing proposed substitution with specified product, and amount of net change to Contract Amount. G. List availability of maintenance services and replacement materials. H. State effect of substitution on construction schedule, and changes required in other work or products CONTRACTOR REPRESENTATION A. Request for substitution constitutes a representation that Contractor has investigated proposed product and has determined that it is equal to or superior in all respects to specified product. In addition, Contractor: 1. Will provide same warranty for substitution as for specified product. 2. Will coordinate installation of accepted substitute, making such changes as may be required for Work to be complete in all respects. 3. Certifies that cost data presented is complete and includes all related costs under this Contract. 4. Waives claims for additional costs related to substitution which may later become apparent SUBMITTAL PROCEDURES A. Submit four copies of request for substitution. B. After award of Contract, Engineer will notify Contractor, in writing, of status of requested substitutions within 10 days. C. For accepted products, submit shop drawings, product data and samples under provisions of Section PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Product Options and Substitutions

149 SUBSTITUTION REQUEST FORM DATE: PROJECT TITLE: PROJECT NUMBER: LOCATION: NAME AND ADDRESS OF CONTRACTOR: SUBMITTED FOR REVIEW TO: GENTLEMEN: PLEASE CONSIDER FOR APPROVAL THE FOLLOWING PRODUCT OR SYSTEM AS AN "APPROVED EQUAL" SUBSTITUTION IN ACCORDANCE WITH THE PROVISIONS OF THE CONTRACT DOCUMENTS. * * * * * NAME AND DESCRIPTION OF SPECIFIED PRODUCT OR SYSTEM: SPECIFICATION DIVISION SECTION PAGE(S) DRAWINGS NO(S). DETAIL OR SECTION NO(S) NAME AND DESCRIPTION OF SUBMITTAL FOR SUBSTITUTION: NAME, ADDRESS, AND TELEPHONE NUMBER OF MANUFACTURER: Product Options and Substitutions

150 NAME, ADDRESS AND TELEPHONE NUMBER OF VENDOR: REASON(S) FOR NOT GIVING PRIORITY TO SPECIFIED ITEM: 1. SUBSTITUTION AFFECTS OTHER MATERIALS OR SYSTEMS: YES NO 2. SUBSTITUTION REQUIRES DIMENSIONAL REVISION OR REDESIGN OF STRUCTURE: YES NO (If YES, for 1 and/or 2 above, attach complete data) 3. SAVING OR CREDIT TO OWNER FOR ACCEPTING SUBSTITUTE (even dollar) $ (In words: dollars) 4. ATTACH DATA FURNISHED FOR EVALUATION OF SUBSTITUTION: CATALOG, DRAWINGS, SAMPLES, TESTS, REPORTS OTHER. 5. MANUFACTURER'S GUARANTEES OF THE SUBSTITUTE VS SPECIFIED ITEM IS: SAME DIFFERENT (Explain on Attachment) THE UNDERSIGNED HEREBY CERTIFIES THAT THIS SUBSTITUTION HAS BEEN FULLY CHECKED AND COORDINATED WITH THE CONTRACT DOCUMENTS. CONTRACTOR: ADDRESS: BY: TITLE: PHONE: ( ) ACCEPTED ACCEPTED AS NOTED NOT ACCEPTED RECEIVED TOO LATE DATE OF ACTION: DATE RECEIVED: BY: FOR ENGINEER OF RECORD Product Options and Substitutions

151 SECTION CLEANING PART 1 GENERAL 1.01 SECTION INCLUDES A. Cleaning during progress of the Work and at completion of the Work, as required by conditions of the Contract DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws CLEANING DURING CONSTRUCTION A. Contractor shall be responsible for Contractor s own waste, debris and cleanup on a regular basis and for maintaining a clean environment B. After due notice, Owner will clean up areas of Contractor s work not cleaned up and will charge Contractor the cost thereof, which charge will be deducted from payments due or to become due Contractor. C. Remove waste materials, debris and rubbish from the site periodically and dispose of it at legal disposal areas away from the site. D. Notwithstanding the conditions stated above, the Contractor shall be solely responsible for the collection and removal of all hazardous material. E. Contractor shall execute periodic cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and wind blown debris, resulting from Construction operations under Contractor s control. F. Should the Work involve flammable or combustible liquids, Contractor shall be responsible for removing and disposing of same from project site FINAL CLEANING A. Immediately prior to the inspection for substantial completion of the Work, the Contractor shall: 1. Remove Contractor s waste materials and rubbish from the site. 2. Remove all bafflers and other protective devices. 3. Thoroughly clean site to leave it in a rake clean condition, ready for use by Owner Cleaning

152 B. Immediately prior to the final inspection for completion of the project, Contractor shall: 1. Execute final cleaning prior to final inspection. 2. Prior to final completion, conduct an inspection of all work areas to verify that the entire work is clean. 3. Maintain work in a clean condition until the Owner determines the Work and the Project are complete. 4. Promptly remove from the vicinity of the completed work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. C. Final acceptance of the Work by Owner will be withheld until Contractor has satisfactorily complied with the foregoing requirements for final cleanup of the Project site. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Cleaning

153 SECTION OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 DESCRIPTION A. Compile product data and related information appropriate for City's maintenance and operation of products furnished under the Contract B. Prepare operation and maintenance data as specified in this section and as referenced in other pertinent sections. C. Instruct City's personnel in the maintenance of products and in the operation of equipment and systems. D. Deliver all transmittals to The City SUBMITTALS A. Prepare data in the form of an instructional manual for use by City s personnel. B. Format: 1. Size: 8-1/2-inch by 11-inch. 2. Paper 20 lb. minimum, white, for typed pages. 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings. a. Provide reinforced punched binder tab, bind in with text. b. Reduced to 6-1/2-inch by 11-inch or 11-inch by 17-inch and folded to 6-1/2-inch by 11-inch. c. Where reduction is impractical, folded and placed in 6-1/2-inch by 11-inch envelopes bound in text. d. Suitably identified on drawings and envelopes. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS. List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in manual Operation and Maintenance Data

154 7. As much as possible, assemble and bind material in the same order as specified. C. Binders: 1. Preliminary manuals: Heavy paper covers. 2. Final manuals: Commercial quality substantial, permanent, 3-ring or 3-post binder with durable, cleanable plastic covers QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of the described products. 2. Completely familiar with requirements of this section. 3. Skilled as a technical writer to the extent required to communicate essential data. 4. Skilled as a draftsman competent to prepare required drawings. B. Manuals for equipment and systems shall be prepared by the equipment manufacturer or system supplier CONTENT OF MANUALS A. Neatly typewritten table of contents for each volume, arranged in a systematic order: 1. Contractor, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to the content of the volume. 3. List, with each product, the name, address and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify the area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets, which are pertinent to the specific product. 2. Annotate each sheet to: C. Drawings: a. Clearly identify the specific product or part installed. b. Clearly identify the data applicable to the installation. c. Delete references to inapplicable information Operation and Maintenance Data

155 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 3. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation. 1. Organize in a consistent format under separate headings for different procedures. 2. Provide a logical sequence of instructions for each procedure. E. Copy of each Warranty, Bond and Service Contract Issued. 1. Provide information sheet for City's personnel, give: a. Proper procedures in the event of failure. b. Instances, which might affect the validity of warranties or bonds. F. Completed Maintenance Record Data on Form Exhibit B MANUALS FOR EQUIPMENT AND SYSTEMS A. Provide an operation and maintenance manual for each item of equipment or system listed in the schedule of manuals in the quantity listed in the submittal schedule. B. Content, for each unit of equipment and system, as appropriate. 1. Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Engineering data and tests. c. Complete nomenclature and commercial number of all replaceable parts. 2. Operating procedures. a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shutdown and emergency instructions. c. Summer and winter operating instructions, as applicable. d. Special operating instructions. 3. Maintenance procedures. a. Routing operations. b. Guide to "trouble-shooting." c. Disassembly, repair and reassembly. d. Alignment adjusting and checking Operation and Maintenance Data

156 4. Servicing and lubricating schedule. a. Use of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. 8. Each contractor's coordination drawings. a. As-installed color-coded piping diagrams. 9. Charts of valve tag numbers, with the location and function of each valve. 10. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 11. Other data as required under pertinent sections of specifications. C. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. D. Additional Requirements for Operating and Maintenance are given in the detailed equipment specifications SUBMITTAL SCHEDULE A. Manuals for Equipment and Systems: 1. Submit three preliminary copies prior to the date of shipment of the equipment or system. a. The City will review. b. If acceptable, one copy will be returned to Contractor, one copy sent to Resident Project Representative and one copy retained in City s File. c. If unacceptable, two copies will be returned to Contractor with City s comments for revision and one copy retained in City s file. Resubmit three revised preliminary copies for City s review. d. No partial payments will be made for equipment and systems on hand or installed until preliminary manuals are submitted. 2. Submit six final copies no less than 30 days prior to putting the equipment or system in service. If final manuals differ from accepted preliminary manuals, submit two copies of any necessary supplemental material, with instructions for insertion, for conforming City s and resident Project Representative's copies of preliminary manuals to final manuals. a. The City will compare with accepted preliminary manual Operation and Maintenance Data

157 b. If identical, or otherwise acceptable, Contractor will be so notified. One copy will be transmitted to City, five copies will be held for later transmittal to the City. c. If not acceptable, all six copies will be returned to Contractor for revision or retained by the City and the necessary revision data requested from Contractor, at the City s option. d. No portion of the Work is substantially complete until final equipment and system manuals relating to that portion of the Work are accepted by The City. e. Submit eight copies of any revisions found desirable during instruction of City's personnel, with instructions for insertion, for revising the City s and Resident Project Representatives copies of manual INSTRUCTION OF CITY S PERSONNEL A. Prior to final inspection or acceptance, fully instruct the City's designated operating and maintenance personnel in the start-up, operation, adjustment and maintenance of all products, equipment and Systems. B. Operation and Maintenance Manual shall constitute the basis of instruction: 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. C. Additional requirements for specialized instruction of City s personnel are given in the detailed equipment specifications. END OF SECTION Operation and Maintenance Data

158 SECTION WARRANTIES AND BONDS PART 1 GENERAL 1.01 SECTION INCLUDES A. Contractor's One Year warranty. B. Product and Service Warranties. C. Preparation and submittal. D. Time and schedule of submittals CONTRACTOR'S ONE YEAR WARRANTY A. Unless otherwise provided, materials and equipment incorporated into Work shall be new and, where not specified, of the most suitable grade of the respective kinds, for the intended use, and workmanship shall be in accordance with construction practices acceptable to Owner. B. Unless otherwise provided, warrant equipment, materials, and labor furnished or performed under this Contract against defects in design, materials and workmanship (unless furnished by Owner), for a period of twelve months (unless longer guarantees or warranties are provided for elsewhere in Construction Documents in which case the longer guarantees or warranties shall prevail) after final acceptance, regardless of whether furnished or performed by Contractor or subcontractors of any tier. 1. Upon receipt of written notice form Owner of any defect in equipment, materials, or labor during the applicable warranty period, due to defective design, materials or workmanship, the affected items or parts thereof shall be redesigned, repaired or replaced by Contractor at a time acceptable to Owner. C. Perform tests Owner may require to verify that redesign, repairs and replacements comply with requirements of Contract. 1. Costs incidental to such redesign, repair, replacement and testing, including the removal, necessary to gain access, shall be borne by Contractor. D. Warrant redesigned, repaired or replaced work against defective design, materials and workmanship for a period of twelve months from and after date of acceptance thereof. 1. Should Contractor fail to promptly make the necessary redesign. repair, replacement and test, Owner may perform or cause to be performed the same at Contractor's expense. 2. Contractor and its surety or sureties shall be liable for the satisfaction and run performance of the warranties as set forth herein Warranties and Bonds

159 1.03 PRODUCT AND SERVICE WARRANTIES A. Warrant to Owner: 1. That materials and equipment furnished will be of good quality and new unless otherwise required or permitted by Construction Document. 2. That Work will be free from defect not inherent in the quality required or permitted. 3. That Work will conform with requirements of Construction Documents. B. Work not conforming to requirement, including substitutions not properly approved and authorized, may be considered defective. C. Contractor's warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. D. If required by Owner, furnish satisfactory evidence as to the kind and quality of materials and equipment. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.01 FORM OF SUBMITTALS A. Bind in commercial quality 6-1/2 x 11-inch three D side ring binders with durable plastic covers. B. Cover: identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. C. Table of Contents: Neatly typed, in sequence of Table of Contents of Project Manual, identifying each item with number and title of specification section in which specified, and name of Product or work item. D. Separate each warranty of bond with index tab sheets keyed to the Table of Contents listing. 1. Provide full information, using separate typed sheets as necessary. 2. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal Warranties and Bonds

160 3.02 PREPARATION OF SUBMITTALS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors. manufacturers, and suppliers within 10 days after completion of the applicable item of work. 1. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain run information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal TIME OF SUBMITTALS A. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. B. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. C. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within ten days after acceptance, listing the date of acceptance as the beginning of the warranty period WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. D. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. END OF SECTION Warranties and Bonds

161 CITY OF ELKO DIVISION 2 SITE CONSTRUCTION EXIT 298 (Cattle Drive) WATERLINE PROJECT

162 SECTION EARTHWORK PART 1 GENERAL 1.01 SUMMARY A. Furnish all labor, equipment, materials and services for the performance of all earthwork required for completion of all Work specified. B. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the Work, which shall include, but not be limited to: 1. The finishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation. 2. All pumping, ditching, draining, and other required measures for the removal or exclusion of water from the excavation. 3. The supporting of structures above and below the ground. 4. All backfilling around structures and all backfilling of trenches and pits. 5. The disposal of excess excavated materials. 6. Borrow of materials to make up deficiencies for embankment and other fills. 7. All other incidental earthwork, all in accordance with the requirements of the Construction 8. Documents REFERENCES A. Terms "Standard Specifications" refers to Standard Specifications for Public Works Construction, (Orange Book), as currently in effect except that contractual, measurement, and payment provisions do not apply. 1. Applicable sections of the Standard Specifications are: a. Structure Backfill b. Trench Excavation and Backfill c. Aggregate Base B. American Society for Testing Materials (ASTM) Standards, most recent editions. 1. ASTM D 422 Method for Particle-Size Analysis of soils Earthwork

163 2. ASTM D 1556 Test Method for Density of Soil in Place by the Sand-Cone Method. 3. ASTM D 1557 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb. (4.5-kg) Rammer and 18-in. (457-mm) Drop. 4. ASTM D 1633 Test Method for Compressive Strength of Molded Soil-Cement Cylinders. 5. ASTM D 2167 Test Method for Density of Soil in Place by the Rubber Balloon Method. 6. ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate. 7. ASTM D 2487 classification of Soils for Engineering Purposes. 8. ASTM D 2901 Test Method for Cement Content of Freshly-Mixed Soil-Cement. 9. ASTM D 2922 Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 10. ASTM D 4253 Test Methods for Maximum Index Density of Soils Using A Vibratory Table. 11. ASTM D 4254 Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. PART 2 PRODUCTS 2.01 MATERIALS A. Granular Backfill as specified in the Orange Book, Latest Edition. B. Type 2 Aggregate Base as specified in Orange Book, Latest Edition. C. Selected Backfill as specified in Orange Book, Latest Edition. D. Slurry Cement Backfill as specified in Orange Book, Latest Edition. E. Drain Rock and Pea Gravel as specified in Orange Book, Latest Edition. F. Soluble sulfate content shall be less than 0.3 percent by dry soil weight for all backfill materials. G. Imported material shall comply with select backfill as specified in. Imported fill from off-site areas shall be approved by a Geotechnical Engineer prior to placement. PART 3 EXECUTION 3.01 PREPARATION Earthwork

164 A. Inspect and check site of excavation for correct alignment. B. Check location of concrete structures, curb and gutters and valley gutters, if any EXCAVATION A. Excavate pipeline location to true lines and grades as shown. Over excavate in areas under concrete structures as shown. B. Contractor may tunnel or bore under existing concrete curb and gutter and valley gutters, if adequate support is provided to ensure the long term integrity of the gutters. If damaged, replace a minimum of 10 linear feet of damaged curb and gutter and valley gutters. C. Excavate to pads, footings, road subgrade, ditches, slopes and other facilities to true lines and grades as shown. D. Excavation within building areas shall extend a minimum of 2 feet below the deepest footing and extend 5 feet beyond outer edges of exterior footing. Exposed soil should then be scarified minimum 8-inches and compacted to 90% RC per ASTM D1557. E. Trenches deeper than 5 feet shall incorporate shoring or be laid in accordance with OSHA requirements. F. Excess excavated material and excavated material unsuitable for backfill, as determined by Engineer, shall be removed from the site of the work and disposed of by the Contractor at his own expense, at offsite locations to be approved by the Engineer. G. Engineer will approve such locations only after the Contractor has made all arrangements for disposal of materials at the location and files with Engineer the written consent of the owner of the property upon which the Contractor intends to dispose of such material. H. The owner s consent shall contain an acknowledgment of the type of materials to be disposed of on his/her property, and required preparation of the property prior to disposal thereon, and the manner in which material is to be disposed of on the property. I. Arrangements for disposal of excess materials shall be the responsibility of Contractor EXPLOSIVES AND BLASTING A. Blasting will not be permitted BACKFILLING A. Before pipe installation or structure construction, bedding or base shall be placed from bottom of excavation to designed elevation. 1. The material shall be per City of Elko Detail. 2. Compact backfill to at least 90 percent maximum density per ASTM D Earthwork

165 B. No clay material and drain backfill, known locally as pea gravel, shall be used as backfill or embankment, except where groundwater conditions exist. C. Where compaction in excess of 90 percent of maximum density is required or for structural backfill the Contractor shall use mechanical compaction FLOODING AND JETTING A. Flooding and Jetting will not be permitted EMBANKMENT A. Where shown on the Drawings, use selected backfill material for constructing embankments to the dimensions and side slopes shown. B. Perform compaction in 8-inch layers by mechanical methods to 90 percent maximum density for all embankments except under pavements and buildings. C. For embankment areas under pavements or buildings, perform compaction in 8-inch layers by mechanical methods to 95 percent of maximum density RESTORATION OF STREET SURFACING A. Replace all street surfacing, base and subgrade aggregate removed in connection with performing the Work in streets or rights-of-way pursuant with Lyon County and the NDOT Permit requirements FIELD TESTING A. Sampling and testing of backfill material shall be done by a testing laboratory acceptable to the Engineer and all material testing shall be performed under the responsible charge of a Registered Professional Engineer. 1. All test data submitted shall unmistakably identify the name of the testing laboratory, the location of the source of stockpiled material, the date of the sampling, the date of the tests, and shall be signed by the Registered Professional Engineer in responsible charge. 2. All samples of the proposed backfill material shall be obtained directly at the source by the testing laboratory. 3. Engineer may determine how many and from where the test samples shall be obtained. 4. No test data for a proposed backfill material will be accepted by Engineer unless the proposed backfill material has been sampled and tested within one year from the date of submittal. 5. All test data required herein shall be provided at the sole cost and expense of the Contractor Earthwork

166 B. Allot sufficient time during construction operations for the performance of any control testing deemed necessary by the Engineer. 1. Permit Engineer to make field density tests of any compacted backfill layer prior to placing additional backfill material. 2. Any layer, or portion thereof, that does not meet density requirements shall be reworked and re-compacted until it does meet the specified density requirements. C. Tests made by Engineer for verifying compliance with backfill density requirements shall constitute the ultimate authority as to the acceptability of the backfill density. Contractor is not precluded from making or having made soil tests for his own information and satisfaction; however, except when specifically agreed to in writing by Engineer, tests made by Contractor or by any other party not authorized by Engineer shall not take precedence over test results obtained by Engineer PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS A. Protect all trees, plants and lawns that are not specified or shown on the Drawings to be removed for the performance of the Work, from injury or damage resulting from the construction operations. B. Signs, trees, plants and lawns which are removed, injured or damaged by the Contractor's operations shall be replaced or restored to their former state, or better, at the Contractor's expense. END OF SECTION Earthwork

167 SECTION TRENCH EXCAVATION AND BACKFILL PART 1 GENERAL 1.01 DESCRIPTION A. Description of Work The work covered by this Section includes the furnishing of all plant, labor, tools, equipment and materials and performing all operations in connection with the excavation, trenching, backfilling, moisture conditioning, and surface repair of all pipelines, accessories and lines connected thereto, complete including sheeting and shoring, dewatering, grading and cleanup and traffic control all in accordance with these Specifications and the applicable Drawings. Excavation for appurtenant structures such as manholes, inlets, transition structures, junction structures, vaults, valve boxes, catch basins, etc. shall be included in this Specification. B. Related Work Specified Elsewhere 1. Earthwork.Section Water Line Construction...Section C. Definitions 1. Trench An excavation in which the depth is greater than the width of the bottom of the trench. 2. Foundation Material on which pipe bedding or structure is to be directly placed. 3. Bedding Granular material that surrounds pipe or structure. Pipe bedding shall be per City of Elko detail. 4. Maximum Density The maximum density as determined by ASTM D1557 for the soil or aggregate under consideration. 5. Backfill Material from top of bedding to finish subgrade or finish grade QUALITY ASSURANCE A. Provisions of Testing 1. All testing for compaction will be provided by the Owner. The Contractor shall be responsible for the cost of any retests required due to failed tests. B. Testing Methods 1. ASTM C94, Standard Specification for Ready-Mixed Concrete Trench Excavation and Backfill

168 2. ASTM C117, Standard Test Method for Materials Finer than No. 200 Sieve by Washing. 3. ASTM C131, Standard Test Method for Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 4. ASTM C136, Standard Method for Sieve Analysis of Fine and Coarse Aggregate. 5. ASTM D 1556 Test Method for Density of Soil in Place by the Sand-Cone Method. 6. ASTM D 1557 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb. (4.5-kg) Rammer and 18-in. (457-mm) Drop. 7. ASTM D2922, Density of Soil and Soil-Aggregate in Place by Nuclear Methods. 8. ASTM D3017, Moisture Content of Soil and Soil-Aggregate in Place by Nuclear Methods FREQUENCY OF TESTING A. Maximum Dry Density and Optimum Moisture Content, ASTM Request one test for each different class or type of material, and 2. Request one test when previous test is suspect, due to subtle changes in the material, as determined by the Engineer. B. Density of Soil In-Place by Sand Cone or Nuclear Methods 1. Request a minimum of one test per lift per 500 linear feet of trench. 2. The Engineer may test more or less frequently as he deems appropriate 1.04 TESTING TOLERANCES A. Percent Compaction. 1. Not less than as specified on Plans or in these Specifications. B. Place Moisture Content as required to achieve minimum compaction requirements. C. Soft or Yielding Surfaces SUBMITTALS 1. Regardless of percent compaction obtained by test, areas that are soft and yield under the load of construction equipment ( pumping ) are to be removed and replaced at no additional cost. A. Test Results Trench Excavation and Backfill

169 1. Provide moisture-density corves and gradations for bedding material per ASTM D1557, ASTM C131 and ASTM C JOB CONDITIONS A. Soils Report 1. Appendix A contains a soils report for this Project. It is recommended that the Contractor carefully review this report prior to construction on the Project. PART 2 PRODUCTS 2.01 MATERIALS A. Unsuitable material not to be incorporated in the work include: 1. Organic matter such as peat, mulch, organic silt or sod 2. Expansive clays 3. Material containing excessive moisture 4. Poorly graded coarse material 5. Rock or particle size in excess of 6 inches 6. Material that will not achieve density and/or bearing requirements 7. Construction debris such as broken concrete or asphalt concrete. B. Bedding 1. Bedding shall be per City of Elko details and shall have graded material conforming to the following grading requirements: Class Class A Sieve Size ⅜ inch No. 4 No. 50 No. 100 No. 200 Percent by Weight Passing Sieve C. Class E Backfill Trench Excavation and Backfill

170 1. Class E Backfill shall be native excavated material or approved import material free from unsuitable materials defined herein. D. Portland Cement Concrete 1. ASTM C94, 4,000 psi yield strength minimum. E. Foundation 1. The Contractor may use any aggregate material that is free from unsuitable material for pipe foundation provided that a suitable foundation can be constructed with the material provided. F. Type 2 Class B Aggregate Base 1. Type 2, Class B Aggregate Base shall conform to the following: a. ASTM C136 Sieve Size Percent by Weight Passing Sieve 1 inch 100 ¾ inch No No No b. Plastic Limits according to ASTM D4318 Percentage by Weight Percent by Weight Passing Sieve Passing #200 Sieve 0.1 to to to to to c. Other Requirements: 1) Percentage of Wear, ASTM C Percent Max. 2) Liquid Limit, ASTM D Max. 3) Resistance R Value, Nev. T Min. PART 3 EXECUTION Trench Excavation and Backfill

171 3.01 INSPECTION BY CONTRACTOR A. Verify all preliminary work including construction staking has been performed in accordance with the Plans and these Specifications EXCAVATION A. General 1. Perform all excavations of every description and of whatever substances encountered to the depths indicated on the Plans, including excavation ordered by the Owner of compacted fill for the purpose of performing tests. Use open cut excavation methods unless otherwise shown on the Plans or approved by the Engineer. Remove all loose material after excavation or compact to 90% maximum density prior to placing bedding. B. Trench Widths 1. Excavate trenches for pipe to the dimensions indicated on the Plans. 2. Maintain trench walls as vertical as possible except as required by safety standards and for that required for sheeting and shoring. If the maximum trench width is exceeded at the top of the pipe, provide necessary additional load bearing capacity by means approved by the Owner at the Contractor s expense OVER-EXCAVATION A. Unauthorized Over-excavation. 1. Fill and compact unauthorized beyond the specified grade line, at the contractor s expense, with aggregate base or bedding material. 2. Compact to 95 percent of the maximum density. B. Rock 1. Over-excavate rock encountered in trench to provide a minimum of four inches of bedding below the pipe and the minimum width at the springline. C. Unsuitable Material. 1. Over-excavate unsuitable material to the depth required as determined by the Owner to provide required support. 2. Backfill the overexcavation with bedding and compact to at least 95% of the maximum density. 3. Foundation material may be used for stabilization below the bedding zone EXCAVATION FOR MANHOLES, VALVES AND OTHER ACCESSORIES Trench Excavation and Backfill

172 A. Provided excavated surfaces are firm and unyielding, the Contractor may elect to cast concrete for the structure directly against excavated surfaces. Over-excavate to provide foundation or bedding material where required or indicated on the Plans GRADING AND STOCKPILING A. Grading. 1. Grade in the vicinity of the trench to prevent surface water from flowing into the trench. 2. Remove any water accumulated in the trench by pumping or other approved methods. 3. Stockpile excavated material in an orderly manner a sufficient distance back from the edges of the trench to avoid overloading and to prevent slides or cave-ins. B. Topsoil. 1. Excavate topsoil and stockpile separately. 2. Replace topsoil upon completion of backfill to the elevation and grade indicated on the Plans 3.06 SHORING AND SHEETING A. Shore, sheet and brace excavations as set forth in the rules, orders and regulations of the United States Department of Labor Occupational Health and Safety Administration (OSHA). B. Provide detailed plans and calculations prepared by a Nevada-registered professional engineer for excavations twenty feet (20 ) in depth or greater or when shoring, sheeting or bracing deviates from OSHA standards. C. Place and remove shoring, sheeting and bracing so as no to damage adjacent improvements, utilities or utility being placed. D. Costs for shoring, sheeting and bracing shall be incidental to the pipe items OPEN TRENCH A. Maximum Length. 1. The maximum length of open trench in the aggregate at any one location is not to exceed 500 feet. 2. The trench is open until fill is completed to adjacent finish grade elevation. B. Temporary Provisions. 1. Furnish and install trench bracing and steel plating required to provide safe and convenient vehicular and pedestrian passage across trenches where required Trench Excavation and Backfill

173 2. Maintain access to emergency facilities at all times AGGREGATE BASE A. Place the aggregate base upon backfill and embankments as indicated on the Plans. B. Grade the base to provide the depth and dimensions shown on the Plans. C. Compact the aggregate base to 95% of the maximum value determined by ASTM D FOUNDATION, BEDDING, BACKFILLING AND COMPACTION A. Foundation. 1. Place foundation when soils in the trench bottom are soft or yielding. 2. It is anticipated that foundation could be necessary in areas where groundwater is present or near the trench bottom. 3. Costs associated with dewatering and foundation shall be considered incidental to the pipe item. B. Fine Grading. 1. Accurately grade the bottom of the trench to provide uniform bearing and support for each section of pipe at every point along its entire length MOISTURE CONDITIONING A. Moisture condition all bedding and backfill materials by aerating or wetting to achieve the moisture content required to obtain the minimum percent compaction. B. Mix until the moisture content is uniform throughout the lift. C. No additional payment will be made for moisture conditioning, import or native materials LIFT THICKNESS Lift Description Maximum Loose Lift Thickness, Inches Bedding 6 Backfill 8 Aggregate Base Surfacing 6 A. Lift thickness may be increased if Contractor can demonstrate through a series of density tests that minimum density is achieved throughout the lift thickness Trench Excavation and Backfill

174 3.012 COMPACTION A. Compaction Methods. 1. Water consolidation, water jetting or rubber tired tractor wheel rolling will not be allowed. B. Pipe Haunch. 1. Hand compact initial backfill in pipe haunch with a hand compactor (J-bar) or a mechanical vibratory compactor sized to fit the narrow width between the trench wall and pipe. 2. Give special attention to provide proper compactive effort in the important pipe haunch zone. C. Compaction Densities. 1. Thoroughly compact trench bedding and backfill to not less than the percent compaction indicated on the Plans. 2. Where not indicated on the Plans, compact bedding to 95% and backfill to 90% BACKFILL FOR MANHOLES, VALVES, MINOR STRUCTURES AND OTHER A. Backfill appurtenances and structures as shown on the Plans. B. Where not clearly indicated, the backfill, including bedding, backfill lift, lift thickness, and compaction, shall be identical to the adjacent trench detail SURFACE RESTORATION A. Grading. 1. Perform all grading adjacent to backfilled trenches and structures as necessary. 2. Leave the area in a neat and satisfactory condition. 3. Grade area to provide proper drainage and to ensure that the existing drainage has not bee changed. B. Surface Restoration. 1. Resurface as specified or to match all existing surfaces broken or damaged by the installation of the new work. C. Clean up remove all excess soil, concrete, etc. from the premises. Leave job site in a neat and clean conditions PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Trench Excavation and Backfill

175 A. Protect all trees, plants and lawns that are not specified or shown on the Drawings to be removed for the performance of the Work, from injury or damage resulting from the construction operations. B. Signs, trees, plants and lawns which are removed, injured or damaged by the Contractor's operations shall be replaced or restored to their former state, or better, at the Contractor's expense. END OF SECTION Trench Excavation and Backfill

176 SECTION ROCK RIP-RAP PART 1 GENERAL 1.01 DRAINAGE CHANNEL LINING A. Drainage Channel Lining shall be placed as designated on the Plans and as specified herein. This section of Work shall include all labor, geotextile fabric; rock developed on-site, materials, equipment and incidentals for performing all Drainage Channel Lining work. B. All rock developed on-site which meets the grading requirements specified herein shall be placed on the cut and fill slopes as directed by the Engineer. The placement of the rock shall be in accordance with the Plans GEOTEXTILE FABRIC A. The geotextile fabric shall be furnished and installed at all rip-rap locations and to the extent shown on the Plans. PART 2 PRODUCTS 2.01 DRAINAGE CHANNEL LINING A. Rock rip-rap used for channel lining shall have a D 50 value of 15 inches. Rock shall be durable material not subject to fracturing when placed in the drainage channel and comply with section of the Standard Specifications. B. Rock shall be clean and free of fine or deleterious materials. The Contractor shall remove all such undesirable materials before placing rock rip-rap GEOTEXTILE FABRIC A. The fabric shall consist of a needle-punched, non-woven polypropylene geotextile staple fiber utilized for soil stabilization. The fabric shall be inert such that it will not react (degrade) with biological and chemical environments. The fabric shall have a grab strength of 250 lbs., a grab elongation of 50%, puncture strength of 160 lbs., Mullen burst of 510 psi, and trapezoidal tear of 100 lbs. The fabric shall be UV resistant and have an apparent opening size equivalent to the Standard U.S. Sieve 100. PART 3 EXECUTION 3.01 DRAINAGE CHANNEL LINING A. Rocks shall be placed with their longitudinal axis normal to the embankment face and arranged so that each rock above the foundation course has a 3-point bearing on the underlying rocks. Foundation course is the course placed on the slope in contact with the Rock Rip-Rap

177 ground surface. Bearing on smaller rocks, which may be used for chinking voids, will not be acceptable. Placing of rocks by dumping will not be permitted GEOTEXTILE FABRIC A. The fabric shall be installed pursuant with manufacturer's recommendations. The geotextile fabric shall be GEOTEX 1001, as manufactured by Synthetic Industries, or approved equal. END OF SECTION Rock Rip-Rap

178 SECTION GEOTEXTILE FABRIC PART 1 GENERAL 1.01 SECTION INCLUDES: A. Use of geotextile fabric in subsurface drainage applications in which fabric serves as a filter/separator. Fabric shall provide a permeable barrier between pea gravel and clay soils allowing water to pass while retaining soil DEFINITION OF TERMS A. Geotextile Separator: Fabric barrier placed between dissimilar materials so that the integrity of both materials can remain intact or be improved. B. Geotextile Filter: Movement of liquid through fabric while retaining drainage material on the upstream side of the fabric. C. Planar Flow (Transmissivity): Movement of liquid in plane of fabric. D. Polymer: Plastic materials composed of numerous cross-linked molecules. E. Polypropylene: Polymeric compound used to make some geotextile fabrics. F. Polyester: Polymeric compound used to make some geotextile fabrics. Polyester fabrics are stronger and more stable than polypropylene fabrics of the same unit weight. G. Nonwoven Fabric: Fabrics made by extruding and spraying fibers onto a moving conveyor belt to form a continuous web. Fabrics are then bonded by melt-bonding, resin-bonding, or needle punching. Nonwoven fabrics are nondirectional and have equal properties in all directions. H. Woven Fabrics: Fabrics made by weaving polymeric threads on a loom. Properties of woven fabrics vary with direction. I. UV: UV light, a component of sunlight, breaks down polymeric materials over time. Some polymers are stabilized against UV degradation QUALITY ASSURANCE A. Manufacturer's Material Certification 1. Maintain a competent laboratory by producer of fabric at point of manufacture to ensure quality control in accordance with ASTM testing procedures. That laboratory shall maintain records of its quality control results and provide, prior to shipment, a manufacturer's certificate. The certificate shall include the name of manufacturer, Geotextile Fabric

179 1.04 REFERENCES chemical composition, product description, statement of compliance to specification requirements, and signature of authorized official attesting to the information required. A. ASTM D , Standard Test Method for Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics - Diaphragm Bursting Strength Tester Method. B. ASTM D , Standard Method for Bursting Strength of Knitted Goods - Constant-Rate-of-Traverse (CRT) Ball Burst Test. C. ASTM D , Standard Test Method for Deterioration of Geotextiles From Exposure to Ultraviolet Light and Water (Xenon-Arc Type Apparatus). D. ASTM D , Standard Test Methods for Water Permeability of Geotextiles by Permittivity. E. ASTM D , Standard Test Method for Trapezoidal Tearing Strength of Geotextiles. F. ASTM D , Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. G. ASTM D , Standard Test Method for Determining Apparent Opening Size of a Geotextile SUBMITTALS A. Submit Manufacturer's Material Certification for approval as described in Article DELIVERY, STORAGE, AND HANDLING A. Provide geotechnical fabric in rolls wrapped with protective covering to protect fabric from mud, dirt, dust, and debris. Free fabric of defects or flaws that significantly affect its physical properties. B. Number rolls of fabric in shipments with a number or symbol to identify that production run. PART 2 PRODUCTS 2.01 MATERIALS A. Fabric 1. Nonwoven fabric consisting of polypropylene filaments or fibers. 2. Fabric shall be inert to commonly encountered chemicals and hydrocarbons, mildew and rot resistant, insect and rodent resistant, and shall conform to the following properties: Geotextile Fabric

180 Property Physical properties Test method Reference Grab strength lb 120 ASTM D4632 Puncture strength 65 ASTM D3787 Burst strength 240 ASTM D3786 Trapezoidal tear 50 ASTM D4533 Permeability k fabric > k soil ASTM D4491 UV resistance 70% strength retained ASTM D4355 Apparent opening size, US sieve [AOS <0.6 mm (greater than No. 30 sieve] ASTM D4751 [AOS <0.927 mm (greater than No. 50 sieve] [Soil with 50% or less passing a No. 200 sieve, AOS less than 0.6 mm (greater than No. 30 sieve).] [Soil with more than 50% passing a No. 200 sieve, AOS less than mm (greater than No. 50 sieve).] 3. Minimum average roll value for strength properties of individual rolls tested from manufacturing lot or lots of a particular shipment shall be in excess of minimum average roll value stipulated in this specification. B. Securing Pins 1. 3/16-inch steel bars pointed on one end and fabricated with a head to retain a steel washer having an outside diameter of not less than 1.5 inches. Pin length shall be not less than 18 inches. U-shaped pins are acceptable. PART 3 EXECUTION 3.01 PREPARATION A. Verify that grades and elevations are correct. B. Verify that subgrade does not contain unsuitable, unstable, or soft material. Free subgrade from mud or soft soil materials that would clog fabric openings. If unstable materials are encountered, notify Owner or Owner s representative immediately INSTALLATION/APPLICATION/ERECTION A. Install geotextile fabric to limits and grades indicated on plans. B. Field joins geotextile fabric by a minimum of 18-inch overlap. C. Use sand bags or other weight for temporary anchoring Geotextile Fabric

181 D. Free backfill material placed directly on fabric from mud or soft soil material that would clog fabric openings. Place backfill soil on geotextile fabric carefully to avoid damage to fabric by heavy equipment blades, buckets, or tracks. Initial lift of soil upon fabric shall be a minimum of 6 inches uncompacted and shall be compacted with equipment that will not penetrate soil layer and damage fabric. E. Exposure of geotextiles to elements between lay down and cover shall be a maximum of 14 days to minimize damage potential. END OF SECTION Geotextile Fabric

182 ED SECTION HIGH DENSITY POLYETHYLENE (HDPE) DOUBLE WALL CORRUGATED AND SMOOTH LINED THERMOPLASTIC PIPE SPECIFICATION: (FOR GRAVITY FLOW DRAINAGE PIPE APPLICATIONS) 1. Description: For the furnishing and installing of all High Density Polyethylene (HDPE) Double Wall Corrugated and Smooth- Lined Pipe and / or materials for constructing of culverts, side road pipes, storm sewers, stubs, and all related connections and fittings, all of which shall conform to ASTM F 2306, latest edition. The pipes shall be of the sizes, types, and dimensions shown on the plans, and contained in this specification. In addition, it shall include all connections and joints to new or existing pipes, storm sewer manholes, inlets, headwalls, and other appurtenances as may be required to complete the work. 2. Materials: Unless otherwise specified on the plans or herein, thermoplastic pipe and joint fittings shall conform to the following: A. High Density Polyethylene (HDPE) double wall Corrugated and Smooth Lined Pipe & Fittings shall be manufactured in accordance with requirements of ASTM F 2306, latest edition. Type S: This pipe shall have a full circular cross section, with an outer corrugated pipe wall and a smooth inner wall. B. High Density Polyethylene (HDPE) double wall Corrugated and Smooth Lined Pipe shall be manufactured from virgin PE compounds which conform with the requirements of cell class C as defined and described in ASTM D C. Minimum Pipe Stiffness (PS) at five percent deflection shall be as described in ASTM F 2306, Section 6.3 when tested in accordance with ASTM D D. All HDPE Corrugated and Smooth Lined Pipe shall be certified through the AASHTO National Transportation Product Evaluation Program (NTPEP) 3 rd Party Certification program. 3. Installation: Installation shall be in accordance with ASTM D 2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications. Gravity Flow Pipe Drainage Specification 1

183 All contractors and inspectors shall be trained and certified by the manufacturer prior to installing HDPE pipe. A copy of the training certification and proof of insurance shall be provided to the City Engineer before any work shall commence. Upon completion of these requirements the contractor will be considered for the City s Approved HDPE Installers List. Figure 1: Definitions of Terms for Backfill in Trench Condition: Street Paving and Subgrade To be determined by Pavement Design Engineer A. General Installation Requirements: Thermoplastic pipe shall be unloaded and handled with reasonable care. Pipe shall be placed in the bed starting at the downstream end. Trenches shall be excavated in such a manner as to insure that the trench sidewalls will be stable under all working conditions. Trench walls shall be sloped or supported in conformance with generally accepted standards of safety, including Standard Specifications for Public Works (Orange Book). Only as much trench as can be safely maintained shall be opened. Trenches with thermoplastic pipe in place shall be backfilled as soon as practicable, but no later than the end of each working day. Trench details, including foundation, bedding, haunching, initial backfill, final backfill, pipe zone, and trench width are shown in Figure 1. Gravity Flow Pipe Drainage Specification 2

RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE RENOVATION PROJECT PWP#EL

RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE RENOVATION PROJECT PWP#EL RUBY VIEW GOLF COURSE IRRIGATION AND GOLF COURSE RENOVATION PROJECT PWP#EL 2016 083 PREPARED FOR: CITY OF ELKO 1751 COLLEGE AVENUE ELKO, NV 89801 CONSISTING OF: BIDDING REQUIREMENTS PROPOSAL FORMS CONTRACT

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Depot Park Gazebo Project

Depot Park Gazebo Project BID SET Contract Documents & Specifications Depot Park Gazebo Project Whitefish, Montana Prepared for City of Whitefish, Montana Prepared by: Robert Peccia & Associates Kalispell, Montana April, 2016 Set

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

More information

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING Bid Document Specifications, Proposal and Contract Documents July 2013 CITY OF LAKE FOREST PARK Exterior Painting of City Hall Building

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Pavement Rehabilitation Project

Pavement Rehabilitation Project Pavement Rehabilitation Project PROJECT MANUAL Project #18-007 December 7, 2017 DOCUMENT 00 01 10 TABLE OF CONTENTS Division 00 - Procurement and Contracting Requirements 00 10 00 Solicitation 00 01 01

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 City of River Falls Utilities Department 222 Lewis Street, River Falls. WI 54022 Phone: 715-425-0900 PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 Directional Boring Project Title Page

More information

Horticulture Modular Building Foundation and Site Work Project

Horticulture Modular Building Foundation and Site Work Project Horticulture Modular Building Foundation and Site Work Project PROJECT MANUAL Project #18-008 December 21, 2017 333 1ST Street, Suite C I San Francisco I CA 94105 303 Potrero Street, Suite 7B I Santa Cruz

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

OHIO CITY TOWN HALL OHIO CITY, COLORADO

OHIO CITY TOWN HALL OHIO CITY, COLORADO OHIO CITY TOWN HALL OHIO CITY, COLORADO PROJECT MANUAL PHASE 1 FOUNDATION STABILIZATION AND ELECTRICAL UPGRADES MAY 20, 2014 - BID DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK ISSUE LOG * Items in Italics

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

HORTICULTURE SITE IMPROVEMENTS PROJECT

HORTICULTURE SITE IMPROVEMENTS PROJECT HORTICULTURE SITE IMPROVEMENTS PROJECT PROJECT NUMBER: 16-007A June 9, 2016 TITLE PAGE DOCUMENT 00 01 01-1 TABLE OF CONTENTS 00 00 00 Procurement and Contracting Requirements 00 10 00 Solicitation 00 01

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone

SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR. The Town of Tyrone SPECIFICATIONS & CONTRACT DOCUMENTS Sanitary Sewer Manhole Replacement and Bypass Contract 2013 FOR The Town of Tyrone March 2013 Map of Approximate Vicinity Where Sewer Manhole Replacement and By Pass

More information

TECHNOLOGY SPECIFICATIONS

TECHNOLOGY SPECIFICATIONS TECHNOLOGY SPECIFICATIONS 2012 ST. CROIX RIVER EDUCATION DISTRICT VOICE-OVER-INTERNET-PROTOCOL (VOIP) SYSTEM FOR ST. CROIX RIVER EDUCATION DISTRICT (SCRED) RUSH CITY, MINNESOTA February 15, 2012 Project

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018 JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO. 77030 March 16, 2018 Engineer: Joseph B. Callaghan, Inc. 1655 Suburban Station Building 1617 John F. Kennedy Blvd. Philadelphia, PA 19103 jbciengineers.com

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

More information

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual

Aurora Public Schools. Modular Placement at Crawford Elementary & CDC Laredo. Project Manual Aurora Public Schools Modular Placement at Crawford Elementary & CDC Laredo Project Manual Bid Number 2447-13 April 30, 2013 Table of Contents Section Document Title 00020 00100 Invitation to Bid Instructions

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES This Agreement, approved on January 20 th, 2009 by and between the Monroe County Community School Corporation, 315 North Drive, Bloomington, Indiana (hereinafter

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION

CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION Addendum No. 1 Wheeler, Roberts, Moran and Stewart Water Main Replacements PWP Bid No.: WA-2018-029 TMWA Capital Project No.: 10-0001.0048 November 22, 2017 The following information, clarifications, changes

More information

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT. VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING

PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT. VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING AT BEVERLY VISTA SCHOOL 200 SOUTH ELM, BEVERLY HILLS, CA 90212 In the

More information

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

More information

H:\0WATER\ HIDDENBROOKE ANODE\SPECIFICATIONS\BOILERPLATE 7085.DOC. i-2

H:\0WATER\ HIDDENBROOKE ANODE\SPECIFICATIONS\BOILERPLATE 7085.DOC. i-2 H:\0WATER\7085 - HIDDENBROOKE ANODE\SPECIFICATIONS\BOILERPLATE 7085.DOC i-2 TABLE OF CONTENTS NOTICE TO CONTRACTORS... 1 * PROPOSAL... 5 * BID SHEET... 7 * NON-COLLUSION AFFIDAVIT... 9 * BIDDERS BOND...

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

CONSIGNMENT AGREEMENT

CONSIGNMENT AGREEMENT CONSIGNMENT AGREEMENT This Consignment Agreement, hereinafter referred to as this Agreement, states the terms of the parties agreement with respect to personal property, hereinafter referred to as Consigned

More information

Roosevelt Water Association

Roosevelt Water Association Roosevelt Water Association August 2011 Prepared for: Roosevelt Water Association P.O. Box 345 Snohomish, WA 98291-0345 Prepared by: BHC Consultants, LLC 1601 Fifth Avenue, Suite 500 Seattle, WA 98101

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents.

Project Manual. Arriba Flagler Consolidated School District 20. Flagler School. MEP Renovations. 100% Construction Documents. Project Manual Arriba Flagler Consolidated School District 20 Flagler School MEP Renovations 100% Construction Documents Prepared By: Leffingwell Consulting Engineers, Inc. 1315 North El Paso Street Colorado

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

Commonwealth of Virginia

Commonwealth of Virginia Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...

More information

DESIGN ARCHITECTS, INC.

DESIGN ARCHITECTS, INC. DESIGN ARCHITECTS, INC. ROOF REPLACEMENT WOOD RIVER PUBLIC LIBRARY DAi # 270-0325 Wood River Public Library 326 E. Ferguson Ave. Wood River, Madison County, Illinois Kate Kite, Director April 21, 2015

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps»

EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps» EXECUTIVE DESIGN PROFESSIONAL AGREEMENT between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA «DepartmentinCaps» and «FirmNameinCaps» PROJECT TITLE: PROJECT NO.: DATE: «ProjectTitle» «ProjectNo» «AgreementStartDate»

More information

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford Seymour Road Replacement Bridge Addendum #1 April 27, 2015 To: From: Cc: All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford RE: Construction Bid Information

More information

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809 Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 PRA Project No. 00-0 SWTC Project No. -0 July 0 00-0 TITLE PAGE 00

More information

Parking Structure Arts & Architecture Installation - AV. PPA No

Parking Structure Arts & Architecture Installation - AV. PPA No PROJECT MANUAL FOR: Parking Structure Arts & Architecture Installation - AV MONTANA STATE UNIVERSITY BOZEMAN, MONTANA JANUARY 3, 2018 PPA No. 17-0017 SET NO.: CAMPUS PLANNING, DESIGN AND CONSTRUCTION BOZEMAN,

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

SPECIFICATIONS AND PROJECT MANUAL

SPECIFICATIONS AND PROJECT MANUAL SPECIFICATIONS AND PROJECT MANUAL ITB#: 2016-015-FAC PROJECT#: 083050-15-001 (Bid Opening Date: 5/2/2016 Time: 2pm ) FURNISHING OF ALL LABOR AND MATERIALS FOR THE COLINAS DEL NORTE ELEMENTARY SCHOOL MECHANICAL

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) REQUEST FOR QUALIFICATIONS (RFQ) AGENCY STRATEGIC PLANNING CONSULTANT April 15, 2016 Fresno Economic Opportunities Commission (Fresno EOC) seeks a qualified, experienced, professional consultant or consultant

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 PROJECT MANUAL Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 Kohler Elementary School 4004 Bruce Way, North Highlands, CA 95660 Roofing Project Bidding and Contract

More information

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION Page 1 of 4 Table of Contents TENDER DOCUMENTS NO. OF PAGES MWSB PART 1 Instructions

More information

TRAFFIC SIGNAL IMPROVEMENT PROJECT

TRAFFIC SIGNAL IMPROVEMENT PROJECT TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS TRAFFIC SIGNAL IMPROVEMENT PROJECT BEDFORD ST (ROUTE 62) AT MIDDLESEX TURNPIKE EXT. Contract #18C-411-0015 This is an unofficial Bid Spec. If this document

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY 67-A1. Definitions. 67-A2. City of Toronto Council references. 67-A3. Purpose and history of Fair Wage Policy. 67-A4. Intent of Fair Wage Policy. 67-A5. Application. 67-A6.

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive

More information

BID FORM - LUMP SUM BID

BID FORM - LUMP SUM BID BID FORM - LUMP SUM BID PROJECT: Livingston Northside Park and Soccer Fields Phase 1 Construction LOCATION: Livingston, Montana Ladies & Gentlemen: Pursuant to and in compliance with the Advertisement

More information