Loading...
HomeMy WebLinkAboutBlair Rasmussen Construction; 2006-09-19; PWS06-32FAC\f VCon DOC# 2007-0456436 RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 Hill II III! ill JUL 09, 2007 9:51 AM OFFICIAL RECORDS !:.AN DIEGO COUNTY RECORDER'S OFFICE ij Fi E G 0 R Y j SMITH. CO LI N T Y R E CO R D E R FEES 000 PAGES 1 Space above this line for Recorders use. PARCEL NO: 205-111-27-00 207-241-02-00 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on May 30, 2007. 6. The name of the contractor for such work or improvement is Blair Rasmussen Construction. 7. The property on which said work or improvement was completed is in the Qity of Carlsbad, County of San Diego, State of California, and is described as follows: PKS06-02 Two Park" Restroom* Remodels and Re- Roof of Maintenance Building. 8. The street address of said property is various locations in the City of Carlsbad. CITY OF CARLSBAD Greg Clavier Public Works Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on AIIIYUL £(o _ , 20CQ . accepted the above described work as completed and ordered mat a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on \luJfru_ £~\ . 20CT). at Carlsbad, California. CITY OF CARLSBAD AB #19,050 Reso #2007-151 LORRAINE M. City Clerk Word\Masters\Forms\Notice of Completion (City)3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 BID NO. PWS06-32FAC Revised 10/08/03 Contract No. PKS 06-02 Page 1 of 181 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 5 Contractor's Proposal 9 Bid Security Form 13 Bidder's Bond To Accompany Proposal 14 Guide For Completing the "Designation Of Subcontractor and Amount Of Subcontractor's Bid Items" 16 Designation Of Subcontractor and Amount Of Subcontractor's Bid Items 18 Bidder's Statement Of Financial Responsibility 19 Bidder's Statement Of Technical Ability And Experience 20 Bidder's Certificate Of Insurance For General Liability, Employers' Liability, Automotive Liability And Workers' Compensation 21 Bidder's Statement Of Re Debarment 22 Bidder's Disclosure Of Discipline Record 23 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid 25 Contract Public Works 26 Labor And Materials Bond 32 Faithful Performance/Warranty Bond 34 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention 36 Supplemental Provisions to Standard Specifications for Public Works Construction 39 Revised 10/08/03 Contract No. PKS 06-02 Page 2 of 181 Pages SUPPLEMENTAL PROVISIONS Parti General Provisions Section 1 Terms, Definitions Abbreviations And Symbols 1-1 Terms 39 1-2 Definitions 40 1-3 Abbreviations 40 Section 2 Scope And Control Of The Work 2-3 Subcontracts 41 2-4 Contract Bonds 41 2-5 Plans And Specifications 42 2-9 Surveying 44 2-10 Authority Of Board And Engineer 47 Section 3 Changes In Work 3-2 Changes Initiated by the Agency 47 3-3 Extra Work 48 3-4 Changed Conditions 48 3-5 Disputed Work 49 Section 4 Control Of Materials 4-1 Materials And Workmanship 52 4-2 Materials Transportation, Handling and Storage 53 Section 5 Utilities 5-1 Location 53 5-4 Relocation 53 5-6 Cooperation 54 Section 6 Prosecution, Progress And Acceptance Of The Work 6-1 Construction Schedule And Commencement Of Work 54 6-2 Prosecution Of Work 57 6-6 Delays And Extensions Of Time 58 6-7 Time of Completion 58 6-8 Completion And Acceptance 58 6-9 Liquidated Damages 59 Section 7 Responsibilities Of The Contractor 7-3 Liability Insurance 59 7-4 Workers' Compensation Insurance 59 7-5 Permits 59 7-7 Cooperation and Collateral Work 59 7-8 Project Site Maintenance 60 7-10 Public Convenience And Safety 60 7-13 Laws To Be Observed 62 Section 8 Facilities For Agency Personnel 8-2 Field Office Facilities 62 Revised 10/08/03 Contract No. PKS 06-02 Page 3 of 181 Pages Section 9 Measurement and Payment 9-1 Measurement Of Quantities For Unit Price Work 62 9-3 Payment 62 Part 2 Construction Materials Section 201 Concrete, Mortar And Related Maten'als 201-1 Portland Cement Concrete 65 Section 207 Pipe 207-25 Underground Utility Marking Tape 65 Section 213 Engineering Fabrics 213-3 Erosion Control Specialties 66 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing And Grubbing 67 300-3 Structure Excavation And Backfill 67 300-9 Geotextiles For Erosion Control And Water Pollution Control 68 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 68 306-5 Abandonment Of Conduits And Structures 69 Appendix A Special Construction Provisions 70 Appendix B Technical Specifications 78 Appendix C Basic Specifications 97 Appendix D Standard Drawings 175 Revised 10/08/03 Contract No. PKS 06-02 Page 4 of 181 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 2:00 pm on July 19 2006, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Demolish an remove the existing restroom and storage facility and replace with a facility as detailed in these plans and specifications. This project shall be known as the Holiday Park Restroom Replacement Project. TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 BID NO. PWS06-32FAC This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the General Services Department. The specifications for the work include the Standard Specifications for Public Works Construction, 2006 Edition, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. Revised 10/08/03 Contract No. PKS 06-02 Page 5 of 181 Pages The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 7. Acknowledgement of Addendum(a) 2. Bidder's Bond 8. Certificate of Insurance. The riders covering 3. Non-Collusion Affidavit the City, its officials, employees and volunteers 4. Designation of Subcontractors may be omitted at the time of bid submittal but and Amount of Subcontractor Bid shall be provided by the Bidder prior to award of 5. Bidder's Statement of Financial Responsibility this contract. 6. Bidder's Statement of Technical Ability and 9. Bidder' s Statement Re Debarment Experience 10. Bidder's Disclosure Of Discipline Record 11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $325,000. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: B General Building Contractors If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of forty dollars ($40.00) per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Revised 10/08/03 Contract No. PKS 06-02 Page 6 of 181 Pages The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will be held at 11:00 am, on June 29, 2006, at Holiday Park, (corner of Pio Pico Drive and Pine Avenue). This meeting is not mandatory. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. A•^ Revised 10/08/03 Contract No. PKS 06-02 Page 7 of 181 Pages Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2006-139, adopted on the 6th day of June, 2006. June 8, 2006 Date KAREN R. KUNBTZ, As^tftant City Clerk Publish Date: June 13, 2006 Revised 10/08/03 Contract No. PKS 06-02 Page 8 of 181 Pages CITY OF CARLSBAD TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1 200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. PKS 03-07 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: SCHEDULE "A" RESTROOM REMODELS AND MAINTENANCE BUILDING RE-ROOFING Item No. Description A-1 Remodel of Holiday Park Restroorn at Dollars (Lump Sum) Approximate Quantity and Unit LS Dollars (Lump Sum) A-2 Remodel of Laguna Riviera Park Restroorn at LS Dollars (Lump Sum) A-3 Re-roofing of Holiday Park Maintenance Building at LS Unit Price Total $ J*/$ &70 — $ i/3/;9co ,/3/, $//?< OCJO — $ /0(. BLAIR RASMUSSEN CONSTRUCTION 1 521 0 SEGOVIA CT SAN DIEGO, CA 92129 CALIC* 670528 Total ampunt of bid in words for Schedule "A": Revised 10/08/03 Contract No. PKS 06-02 Page 9 of 181 Pages ^O_- Total amount of bid in numbers for Schedule "A": $ (^(^~7^, C&ehtf\f\<tT\b-^' p AND RECORDED: The basis of award will be the sum of Schedule "A". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) Note), j 4- ^ _ has/have been recavib and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number bl Q *59- ^ _ , classification "JB) _ which expires on llj 3t>/ 07 _ , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028. 15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 201 04. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Qi' t>n< _ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO, CA 92129 CALIC* 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 10 of 181 Pages License Detail Page 1 of3 Caiifornia Home Thursday, Julv 20, 2006 License Detail Contractor License # 670528 CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. • Per B&P 7071.17. only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 07/20/2006 * * * Business Information * * * BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA COURT SAN DIEGO, CA 92129 Business Phone Number: (858) 672-7550 Entity: Sole Ownership Issue Date: 05/04/1993 Expire Date: 11/30/2007 * * *License Status * * * http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 07/20/2006 License Detail Page 2 of 3 This license is current and active. All information below should be reviewed. * * * Classifications * * * Class j Description B (^NERy^^ * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 142868 in the amount of $10,000 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2004 Contractor's Bonding History * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 1689883 Effective Date: 09/07/2002 Expire Date: 09/01/2006 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses License Contractor Personnel Number Name Name http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 07/20/2006 License Detail Page 3 of 3 Request Request Request Request— -.Request 2006 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 07/20/2006 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business /£~2-/n : City and State ,S# (4) Zip Code ^" Cot)SJ~ru-C.~iid ^ (Street and Number) Telephone No. IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code _Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (2). (Signature) (Title) Impress Corporate Seal here BLAIR RASMUSSEN CONSTRUCTION 15210SEGOVIACT SAN DIEGO, CA 92129 CALIC# 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 11 of 181 Pages (3) Incorporated under the laws of the State of. (4) Place of Business (Street and Number) City and State (5) Zip Code _Telephone No. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: OFFICIAL SEAL CARRIE MAZZOLA _ ROTARY PUBLIC-CALIFORNlAg COMM. NO. 1634759 *• SAN DIEGO COUNTY f MY COMM. EXP. JAN. 3,2010 | STATE OF CALIFORNIA COUNTY OF SAN DIEGO Subscribed or sworn to (or affirmed) before me on this_L5 _ day of JuL-V .2QQfe .by .ersonally know to me ^proven to me on the basis of satisfactory evidence to be the person who appeared before me. WITNESS BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO, CA 92129 CALIC* 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 12 of 181 Pages BID SECURITY FORM (Check to Accompany Bid) TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a "Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ; ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 10/08/03 Contract No. PKS 06-02 Page 13 of 181 Pages 06/20/2006 10:15 8586727551 BLAIR RASMUSSEN PAGE 07 BIDDER'S BOND TO ACCOMPANY PROPOSAL TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 0642 KNOW ALL PERSONS BY THESE PRESENTS: *COMPANY That we, BLAIR RASMUSSEN CONSTRUCTION^ as Principal, and FINANCIAL PACIFIC INSURANCE * as Surety are held and firmly bound unto the City of Carisbad, California, in an amount as follows; {must be at least ten percent (10%) of the bid amount) 10% for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that ff the proposal of the above- bounden Principal for TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City, Revised 10/08/03 Contract No. PKS 06-02 p8ge 14 Of 181 Pages 06/20/2006 10:15 8586727551 BLAIR RASMUSSEN PAGE 08 In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 17TH day of _, 20 06 . PRINCIPAL: RT.ATP SKN rOWSTBTTrTTON (print name here) (Title and Organization of Signatory) By: (sign here) (print name here) (title and organization of signatory) dayExecuted by SURETY this 17TH of JULY , 20 06. SURETY: TJ-TWANCTAL PACIFIC INSURANCE COMPANY (name of Surety) 3850 ANTHERTON ROAD, ROCKLIN, CA 85765 (address of Surety) (800) 371-8067 (sighaiire of Attomey-in-Fact) rTYNDT BETTJtAW (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney Revised 10/06/03 Contract No. PKS 06-02 Page 15 of 181 Pages State of California County of San Diego On 7/17/06 before me, Jessica Diaz De Leon. Notary Public personally appeared CYNDIBEILMAN personally known to me -OR- proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. (Signature of N JESSICA DIAZ DE LEON | COMM. #1633781 „ \NOTARY PUBLIC-CALIFORNIA g SAN DIEQO COUNTY OMy Commteaton ExpiresDECEMBER 3i 72608 (Seal) LIMITED POWER OF ATTORNEY Financial Pacific Insurance Company '' MND NUMBER B817056 POWER NUMBER 817056 PRINCIPAL BLAIR RASMUSSEN CONSTRUCTION PENAL SUM A u ALL M.EN BY THESE PRESENTS, that Financial Pacific Insurance Company, a California corporation (the "Company"),does hereby make, constitute and appoint: Jeffrey R. Davis, Cyndi Beilman, Rachel G. Holbrook its true and lawful Attorneys-in-Fact, with limited power and authority for and on behalf of the Company as, surety, to execute deliver and affix the seal ot the Company thereto if a seal is required on bonds, undertakings, recognizances or ofl»er written obligations in the nature thereof as Bid, Performance, Payment, Subdivision and Miscellaneous Bonds up to $1,500,000.00 and to bind the Company thereby. This Power of Attprney is Signed and seated %y facsimile Wider and by the authority of the following resolutions adopted by the Board of Directors of Financial Pacific Insurance Company at the meeting duly held July 6, 1995, which are now infull force and effect: .. • ° J J RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appointattorneys-m-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, unbdertahngs, recognizances, and suretyship obligations of allkinds; and said officers may remove any such attorney-in-fact or agent and revoke any power of attorney previously granted such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon theCompany when signed and sealed (if a seal be required) by one or more attorneys-in-fact pursuant to and within the limits of the authorityevidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and tfie seal or* the Company may be affixed by facsimile to anypower ot attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyshipobligations of the Company; any such signature and seal when so used shall have the same force and effect as though manually affixed. corporate IN WITNESS WHEREOF, Financial Pacific Insurance Company has caused these presents to be signed by its proper officers, and itsseal to be hereunto affixed this ISA ofMarch, 2004. • n R. Hollingshead, SecretaryRobert T. Kingsley, Presiden STATE OF CALIFORNIA, COUNTY OF SACRAMENTO On this 15th day of March, 2004, personally came before me Robert T. Kingsley and 'John R. Hollingshead, to me known to be the individuals and officers of Financial Pacific Insurance Company, who executed the above instrument, and they have acknowledged the execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said corporation. SgE^ REBEKAH MOEU.ER I i COMM. #1471389 „ } Notary Public-California G> ——=f PLACER COUNTY S Rebekah Moeller, Notary Public ^_MyComm.Exp.F«b21>2008 | CERTIFICATE I, the undersigned Secretary of Financial Pacific Insurance Company, a California corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board ojf Directors setforth, and that the relevant provisions of the By-Laws of the Company, are now in full force and effect. Signed and sealed at Sacramento, this 17TH day of .jTT|f.Y , 20 Q6 r Financial Pacific Insurance Company seal must be affixed Company Profile Page 1 of 2 Company Profile FINANCIAL PACIFIC INSURANCE COMPANY PO BOX 292220 SACRAMENTO, CA 95829-2220 800-371-8067 Former Names for Company Old Name: M. L. GATES INSURANCE COMPANY Effective Date: 12-30-1993 Agent for Service of Process ROBERT T. KINGSLEY, 3850 ATHERTON ROAD ROCKLIN, CA 95765 Unable to Locate the Agent for Service of Process? Reference Information NAIC#: 31453 NAIC Group #: 1114 California Company ID #: 3132-8 Date authorized in ^ , 01 Irior7^ 1vr . December 31, 1987California: T. _ , UNLIMITED-License Status: XT™™/TATNORMAL Company Type: Property & Casualty State of Domicile: CALIFORNIA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY http://cdinswww.insurance.ca.gov/pls/wu_co_lines/idb_co_prof_utl.get_co... 07/20/2006 Company Profile Page 2 of 2 COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - June 20, 2006 08:23 AM Copyright © California Department of Insurance http://cdinswww.insurance.ca.gov/pls/wu_co_lines/idb_co_prof_utl.get_co... 07/20/2006 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC ("Greenbook") and in the Supplemental Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in section 1-2 of the Supplemental Provisions especially "Own Organization." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 40 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (40%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. Revised 10/08/03 Contract No. PKS 06-02 Page 16 of 181 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. BLAIR RASMU8S6N CONSTRUC i k. 15210 SEGOVIA CT SAN DIEGO, CA 92129 CA LIC# 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 17 of 181 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work* Subcontractor Name and Location of Business Contractor License No. and Classification * Amount of Work by Subcontractor in Dollars* orvvt C /9 , /* f A- rx o. /?/4 C 59 Page of pages of this Subcontractor Designation form_ •Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO, CA 92129 CALIC* 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 18 of 181 Pages BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 Copies of the latest Annual Report, audited financial statements d Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO. CA 92129 CALIC* 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 19 of 181 Pages BLAIR RASMUSSEN CONSTRUCTION (A SOLE PROPRIETORSHIP) FINANCIAL STATEMENTS DECEMBER 31,2005 BLAIR RASMUSSEN CONSTRUCTION TABLE OF CONTENTS DECEMBER 31,2005 Independent Accountants' Review Report 1 Balance Sheet 2 Statement of Income and Proprietor's Capital 3 Statement of Cash Flows 4 Notes to Financial Statements 5 Schedule I - Cost of Revenue 11 Schedule II- General and Administrative Expenses 12 Schedule III - Earnings From Contracts 13 Schedule IV - Contracts in Process 14 Schedule V - Contracts Completed 15 Covell&Ho£anLu Mr. Blair Rasmussen, Owner Blair Rasmussen Construction San Diego, California Independent Accountants' Review Report We have reviewed the accompanying balance sheet of Blair Rasmussen Construction (a Sole Proprietorship), as of December 31, 2005, and the related statements of income and proprietor's capital and cash flows for the year then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of Blair Rasmussen Construction. A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. Our review was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the financial statements in order for them to be in conformity with generally accepted accounting principles. The information included in the accompanying Schedules I through V is presented only for supplementary analysis purposes. Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements, and we are not aware of any material modifications that should be made thereto. February 20, 2006 345 WEST NINTH AVENUE, SUITE 100 » t S CON L> ; D 0 , C A 92025 *..,-•••• www.covellhogancpas.com * 760-741-2897 BLAIR RASMUSSEN CONSTRUCTION BALANCE SHEET DECEMBER 31,2005 ASSETS CURRENT ASSETS Cash Receivables Costs and estimated earnings in excess of billings TOTAL CURRENT ASSETS S 4,093 158.985 32.148 195,226 PROPERTY AND EQUIPMENT, net 59,020 TOTAL ASSETS S 254,246 LIABILITIES AND PROPRIETOR'S CAPITAL CURRENT LIABILITIES Accounts payable Lines of credit Billings in excess of costs and estimated earnings Accrued expenses Current portion of long-term debt TOTAL CURRENT LIABILITIES LONG-TERM DEBT S 42,785 38,807 38,465 7,141 2,757 129,955 14,232 TOTAL LIABILITIES PROPRIETOR'S CAPITAL 144.187 110.059 TOTAL LIABILITIES AND PROPRIETOR'S CAPITAL S 254,246 See accountants' review report and notes to financial statements -2- BLAIR RASMUSSEN CONSTRUCTION STATEMENT OF INCOME AND PROPRIETOR'S CAPITAL FOR THE YEAR ENDED DECEMBER 31, 2005 CONSTRUCTION REVENUE COST OF REVENUE GROSS PROFIT GENERAL AND ADMINISTRATIVE EXPENSES OPERATING INCOME OTHER INCOME (EXPENSE) Gain on sale of assets Interest expense TOTAL OTHER INCOME (EXPENSE) NET INCOME PROPRIETOR'S CAPITAL, BEGINNING PROPRIETOR'S DRAWS PROPRIETOR'S CAPITAL, ENDING S 1,766,710 1,341,356 425,354 254,841 170,513 1,306 (9,606) (8,300) 162,213 43,231 (95.385) S 110,059 See accountants' review report and notes to financial statements -3- BLAIR RASMUSSEN CONSTRUCTION STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2005 CASH FLOWS FROM OPERATING ACTIVITIES Net Income S 162,213 ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES Depreciation and amortization 1 5.386 (Gain) loss on disposal of property (1.306) (Increase) decrease in accounts receivable (55.468) (Increase) decrease in costs and estimated earnings in excess of billings (32.148) Increase (decrease) in accounts payable 22.783 Increase (decrease) in billings in excess of costs and estimated earnings 38.465 Increase (decrease) in accrued liabilities 995 Total adjustments (11.293) NET CASH PROVIDED BY OPERATING ACTIVITIES 150.920 CASH FLOWS FROM INVESTING ACTIVITIES Cash payments for the purchase of property (49,650) Cash proceeds from the sale of property 5.000 NET CASH USED BY INVESTING ACTIVITIES (44,650) CASH FLOWS FROM FINANCING ACTIVITIES Net borrowings on line of credit (57.957) Proprietor's draws (95.385) NET CASH USED BY FINANCING ACTIVITIES (153,342) NET DECREASE IN CASH EQUIVALENTS (47,072) CASH AND EQUIVALENTS, BEGINNING OF YEAR 51,165 CASH AND EQUIVALENTS, END OF YEAR S 4,093 SUPPLEMENTAL DISCLOSURES OF CASH FLOW INFORMATION CASH PAID DURING THE YEAR FOR: Interest expense S 9,606 See accountants' review report and notes to financial statements -4- BLAIR RASMUSSEN CONSTRUCTION NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2005 A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Business Activity Blair Rasmussen Construction (the "Company") is engaged as a general contractor concentrating on construction of schools, light commercial and building construction in Southern California. Revenue and Cost Recognition The Company recognizes revenues from fixed price and modified fixed price construction contracts on the percentage-of-completion method, measured by the percentage of cost incurred to date to estimated total cost for each contract. That method is used because management considers total cost to be the best available measure of progress on the contracts. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as equipment rental, insurance, and repairs. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability, including those arising from contract penalty provisions, and final contract settlements may result in revisions to costs and income and are recognized in the period in which the revisions are determined. The asset, "costs and estimated earnings in excess of billings" represents revenues recognized in excess of amounts billed on uncompleted contracts. The liability, "billings in excess of costs and estimated earnings", represents billings in excess of revenues recognized. Cash and Equivalents The Company considers all short-term debt and equity securities with a maturity date of three months or less to be cash equivalents. Contracts Receivable Contracts receivable from performing construction of industrial and commercial buildings are based on contracted prices. Normal contracts receivable are due 30 days after the issuance of the invoice. Contract retentions are due 30 days after completion of the project and acceptance by the owner. Receivables past due more than 180 days are considered delinquent. Delinquent receivables are written off based on individual credit evaluation and specific circumstances of the customer. - 5 - BLAIR RASMUSSEN CONSTRUCTION NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2005 A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) Income Taxes The proprietorship itself is not a tax paying entity for purposes of federal and state income taxes. Federal and state income taxes of the proprietor are computed on his total income from all sources. Accordingly, no provision for income taxes is made in these statements. The proprietor customarily makes estimated tax payments toward his personal income tax liability from the proprietorship bank account. These payments are treated as withdrawal of capital. Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates. The Company has numerous contracts that are in various stages of completion. Such contracts require estimates to determine the appropriate cost and revenue recognition. However, current estimates may be revised as additional information becomes available. If estimates of costs to complete long-term contracts indicate a loss provisions are made currently for the total loss anticipated. Advertising Advertising costs are charged to operations when incurred. Advertising expense charged to operations was $9,664 for the year ended December 31, 2005. B. RECEIVABLES Receivables consist of the following at December 31: Contracts in process $ 23,933 Completed contracts 135,052 Total receivables S 158.985 No allowance for uncollectible accounts receivable has been reflected in the financial statements as management believes all accounts to be collectible. -6- BLAIR RASMUSSEN CONSTRUCTION NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2005 C. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Costs incurred on uncompleted contracts $ 797,246 Estimated earnings 153,825 951,071 Less: Billings to date 957,388 Included in accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings $ 32, 1 48 Billings in excess of costs and estimated earnings (38,465) L., 16017) D. PROPERTY AND EQUIPMENT The following is a summary of property and equipment at cost at December 3 1 : Vehicles S 57,734 Machinery and equipment 26,224 Furniture and fixtures 3,774 Office equipment 8,187 Total property and equipment 95,919 Less accumulated depreciation (36,899) Property and equipment, net S._J,9.Q2Q Depreciation expense for the year ended December 31, 2005 was S15,386. Property and equipment are stated at cost and depreciation is provided by the straight-line method based on the estimated useful lives of the related assets as follows: Asset Life Vehicles 5 Years Machinery and equipment 5-7 Years Furniture and fixtures 5 Years Office equipment 5 Years - 7- BLAIR RASMUSSEN CONSTRUCTION NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2005 E. LONG-TERM DEBT Long-term debt consists of the following note: Note payable, collateralized by equipment, payable in monthly installments of $361 plus interest of 9.99%, final payment due in December 2010. S 16.989 Total long-term debt 16,989 Less current portion 2,757 Noncurrent portion 3M4.232 Annual maturities of long-term debt outstanding at December 31, are as follows: Year Ending December 31: 2006 $ 2,757 2007 3,046 2008 3,364 2009 3,716 2010 4,106 2011 and thereafter - Total annual maturities S_ 16.989 F. LINE OF CREDIT The Company has an unsecured revolving line of credit with Bank of America in the amount of $40,000. Interest is calculated on outstanding balances at a rate of 13.75%. At December 31,2005 the Company had a balance due of $25,000. The Company has an unsecured line of credit with Wells Fargo Bank in the amount of $25,000. Interest is calculated on outstanding balances at a rate of 12%. At December 31,2005, the Company had a balance due of $13,807. Total line of credit outstanding at December 31, 2005 was $38,807. G. COMPENSATED ABSENCES The Company does not accrue for compensated absences as the amount is considered immaterial. -8- BLAIR RASMUSSEN CONSTRUCTION NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2005 H. OPERATING LEASE COMMITMENTS The Company leases a storage yard from an unrelated party. The monthly rent was SI,080 and expired February 28, 2006. Rent expense for the lease totaled $11,880 for the year ended December 31, 2005. At the end of the lease term, the lease became month-to-month. I. BACKLOG The Company's backlog of work represents the amount of revenue the Company expects to realize from work to be performed on uncompleted contracts in progress at year-end and from contractual agreements on which work has not begun. The Company's backlog totaled $136,305 at December 31, 2005. J. CASH FLOW INFORMATION The company had $16,989 of non-cash investing and financing transactions during the year ended December 31, 2005. K CONCENTRATIONS OF CREDIT RISK Financial instruments that potentially subject the Company to concentrations of credit risk consist principally of cash deposits in banks and other financial institutions, investment securities and accounts receivable. The Company maintains cash and cash equivalents and short and long-term investments with major banks. Accounts at banks are insured by the Federal Deposit Insurance Corporation (FDIC) up to $100,000 at each institution. At December 31, 2005 the Company did have cash balances with banks in excess of the FDIC coverage in the amount of$0. Concentrations of credit risk with respect to accounts receivable are limited because of the large number of customers, which make up the Company's customer base, thus spreading the credit risk. The Company performs on-going credit evaluations of its customers' financial condition and, if necessary, maintains allowances for potential losses. -9- BLAIR RASMUSSEN CONSTRUCTION NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2005 M. SALES TO MAJOR CUSTOMERS For the year ended December 31, 2005 there were sales to major customers that exceeded 10% of total net sales. Sales to these customers and their accounts receivable balances at December 31, were as follows: Accounts Sales Receivable Customer A $522,832 $ 77,678 Customers $520,777 $ 53,651 While revenues from certain contracts represent more than 10% of total revenues, the non- repetitive nature of the Company's business preclude an economic dependence or an individual customer. N. VULNERABILITY DUE TO CERTAIN CONCENTRATIONS Consistent with industry practice, the Company is dependent on one subcontractor for most of its primary services. The Company purchased approximately 25% of its services from one subcontractor. There are periodic shortages in the availability of these services that could disrupt the Company's operations. - 10- BLAIR RASMUSSEN CONSTRUCTION COST OF REVENUE FOR THE YEAR ENDED DECEMBER 31, 2005 SCHEDULE I COST OF REVENUE Subcontractors S 575,062 Materials 343.755 Direct labor 307.527 Casual labor 51.907 Surety bonds 30.272 Equipment rental 29.51 5 Dump fees 3.318 TOTAL COST OF REVENUE S 1,341.3 56 See accountants' review report and notes to financial statements - 11 - BLAIR RASMUSSEN CONSTRUCTION GENERAL AND ADMINISTRATIVE EXPENSES FOR THE YEAR ENDED DECEMBER 31, 2005 SCHEDULE II GENERAL AND ADMINISTRATIVE EXPENSES Insurance S 106,235 Payroll taxes 27.447 Automobile expenses 21.634 Depreciation 15.386 Office supplies 14.356 Rent 12.960 Advertising and promotions 11.981 Entertainment and meals 9.664 Telephone 8.309 Shop labor 4,543 Accounting and legal fees 3.365 Travel and lodging 3.33 6 Drawings and bid documents 2,393 Shop supplies 1.974 Internet service 1,899 Utilities 1.856 Licenses, permits and fees 1.852 Dues and subscriptions 1.810 Office expenses 1.637 Printing 1.304 Contributions 900 TOTAL GENERAL AND ADMINISTRATIVE EXPENSES S 254,841 See accountants' review report and notes to financial statements - 12- BLAIR RASMUSSEN CONSTRUCTION EARNINGS FROM CONTRACTS FOR THE YEAR ENDED DECEMBER 31, 2005 SCHEDULE III REVENUE COSTS OF GROSS EARNED REVENUE PROFIT Contracts in process S 806,433 S 681,014 S 125,419 Contracts completed 960,277 660,342 299,935 Gross profit S 1,766,710 S 1,341,356 S 425,354 See accountants' review report and notes to financial statements -13- IsS 11A u u III•5 M ,-r u 2 -3 « £ w SV) O W 5T 35 OO ft. gO 7_ O z — Qa ->3 uj S f- Q s s s W5 -* C«1 O O« OH ~« a:O ~ t**o 3 aU S P II i "S )> — o c? m ~r-- r-rs —oc fN '— — «/% CN 'O — i™. T—• cs— o o a o o o>r, oc m ^f -o r-a csC O O C O —• —•* ^f v~t »o 1/1 ^ w-jo o o c o o o BLAIR RASMUSSEN CONSTRUCTION CONTRACTS COMPLETED FOR THE YEAR ENDED DECEMBER 31. 2005 SCHEDULE V Contract Totals Before January 1,2005 tndccl December .U. 2005 Total Job Revenues Cost of No. earned revenues 040801 S 041104 041201 050101 050103 050504 050602 1)50603 050604 050701 Jobs under SI 0.000 253,091 $ 87.036 85.420 1 14.977 75.129 14,202 1 10,898 388.007 20,930 13.063 60.476 170,588 69,796 65,104 76,047 (846) 7.3 19 66,081 322,609 14,430 9,042 37,163 Gross Gross profit Revenues Cost of profit Revenues t (loss) earned revenues (loss) earned u 82,503 $ 17.240 20.3 16 38,930 75,975 6,883 44,817 65.398 6,500 4,021 23,31.3 251,468 $ 169,494 $ 81,974 $ 1,347 1.080 267 6,908 5,265 1.643 . . . . . . . 3,229 1,152 2,077 1,623 S 85,689 78,512 1 14,977 75,129 14,202 110.898 3XX.007 20,930 13,063 57.247 L'ost nl" 1 .094 S 6S.716 59,839 76.047 (846) 7.319 66.081 <22.hii9 14.430 9.042 36.0] 1 C "miss profit 529 16.973 18.673 38,930 75.975 6.8X3 44.S17 i,< I'iS 6.50U 4.021 2 1 .236 S 1,223.229 S 837,333 S 385,896 S 262,952 S 176,991 S 85.961 S ''6IU77 S 6611.342 S See accountants' review report and notes to financial statements. -15- &-BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract BLAIR RASMUSSEN CONSTRUCTION 15210SEGOVIACT SAN DIEGO, CA 92129 CALIC# 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 20 of 181 Pages Blair Rasmussen Construction General Contractors Professional References for Blair Rasmussen Construction Commercial: San Diego County Water Authority 4677 Overland Avenue San Diego, CA 92123 Michael Vialpando (858) 522-6922 Value of Contract: $23,000 Description of Work: Construction of Hard Wall Offices in Water Resources Dept Completion Date: (6/21/06) City of Carlsbad 405 Oak Avenue Carlsbad, CA 92008 Dale Schuck 760-434-2949 Value of Contract: $256,698 Description of Work: Holiday Park Restroom Replacement Completion Date: 10/05 Port of San Diego Cesar Chavez Parkway Pier Sherman Cotham, Construction Inspector (619) 994-7607 Value of Contract: $110,000 Description of Work: Modify Guardrail Connections Completion Date: 06/05 Olivenhain Municipal Water District 1966 Olivenhain Rd Encinitas, CA 92024 George Briest, Eng. Mgr. 760-753-6466 Value of Contract: 286,000 Description of Work: 4S Ranch WRFOB Remodel Completion Date: 09/05 15210 Segovia Court, San Diego, CA 92129. Lie. # 670528 Email: brasmus2(o)san.rr.com Phone: 858-672-7550 Fax: 858-672-7551 Blair Rasmussen Construction General Contractors Vista Unified School District 4680 North Avenue Oceanside, CA 92056 Donna Caperton, Director of Purchasing 760-726-2170 ext 2965 Value of Contract: $250,000 Description of Work: Classroom Conversion Completion Date: 01/05 San Dieguito Union High School District Jim Mitroff, Mtce Dept. Inspector 760-753-0179 Value of Contract: $386,942 Description of Work: Torrey Pines High School - Science Lab Classrooms Completion Date: 09/05 Poway Unified School District 13626 Twin Peaks Road Poway, CA 92064 Carl Rossi, Facilities Coordinator 619 586-7500 xt. 2108 Value of Contract: $50,000 Description of Work: Ongoing projects - HVAC, Building Modifications, Interior Finishes OGECAL 5280 Carroll Canyon Rd., Suite 330 San Diego, CA 92121 Nabil £1 Naggar, Financial Mgr/Officer 858-713-0533 Value of Contract: $20-50,000 Description of Work: Ongoing projects - Interior Tenant Improvements to Owners Commercial Business Malls 15210 Segovia Court, San Diego, CA 92129. Lie. # 670528 Email: brasmus2@san.rr.com Phone: 858-672-7550 Fax: 858-672-7551 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS5 LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: 1. Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. BLAIR RASMUSSEN CONSTRUCTION 15210SEGOVIACT SAN DIEGO, CA 92129 CALIC* 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 21 of 181 Pages ACORD CERTIFICATE OF LIABILITY INSURANCE „»&$* PRODUCER Murria C Frick Insurance 380 Stevens Ave. , First Floor Solana Beach CA 92075 Phone: 858-259-5800 Fax:858-259-6069 INSURED Blair Rasmus sen Construction15210 Segovia CtSan DiegS CA 92129 DATE(MWDD/YYYY) OB/30/06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE USURER A gmt tauleui AHUMM Co. USURERS: USURER C: NSURERD: USURER E NAIC* COVERAGES POLICIES. AGGREGATE UMTS SHOWN MAY HAVE BEEN REDUCED BY PAD CLAIMS. INSRLTR A «nnNSRI TYPE OF INSURANCE OBIERAL LIABILITY COMMERCIAL GENERAL LIABILITY ~^j CUUMSMADE [x^ OCCUR GEN-L AGGREGATE LIMIT APPLIES PER. ^] POLICY] IjT^F FlLOC ALTrOMOBILI LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS QARAOC LJABBJTY EXC I] ANY AUTO •EBB/UMBRELLA UABUTY OCCUR | | CLAIMS MADE DEDUCTIBLE RETENTION > WOMURS COMPENSATION ANDEMPLOYERS' UABIUTY ANY PROPRKTORVPARTNEWEXECUTIV6OFFICEIUMEMBER EXCLUDED? V wi, dMcribi underSPECIAL PROVISIONS Mow OTHER POLICY NUMBBH | 'oATEflSS^YY^ 1 "^AT^SSSKm" i LMITS 6LP9251732 05/04/06 05/04/07 EACH OCCURRENCE PREMISES (El occunm) MED EXP (Any ont pwion) PERSONAL 4ADV INJURY GENERAL AGGREGATE PRODUCTS - COMPJOP AGG COMBINED SINGLE LIMIT(ElMcMtnt) BODILY INJURY (PWfMIKHl) BODH.Y INJURY(Pcncckfcnl) PROPERTY DAMAGE(PcrKcUmO AUTO ONLY - EA ACCIDENT rtt««THAM EAACC AUTO ONLY: ^5 EACH OCCURRENCE AGGREGATE 1 WC5TA1U- I 1^1^*TORY LIMITS 1 \ ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE -POLICY LilIT (1,000,000 $50,000 t * 1,000, 000 12,000,000 $1,000,000 $ . $ » $ $ $ DESCRIPTION OP OPERATIONS ( LOCATIONS * VEHICLE* / EXCLUSION* ADDED BY ENDORSEMENT / SPECIAL PROVISION! *A LO-day notice will be sent for nonpay. Job: Two park restzoon ramodel £ re-roof of maintenance building. Project^ : PKS06-02 , Bid# PWS06-32FAC. The certificate holder is named as an additional insured. CERTIFICATE HOLDER CANCELLATION City Of Carlsbad it's officials, employees Cvolunteers Attn: Kevin Davis 1635 Faraday Ave. Carlsbad CA 92008 SHOULD ANY OF TW ABOVE DESCRIBED POUCIM iS CANCELLED •EFOffE THE EXPIRATION DATE THBMOP, THE ISSUMO INSURER WKL MODnOinKMAIL 30* DAY8WHTTCN NOnei TO THE CERTinCATB HOLDER NAHID TO THE LEFT, BUT FALURE TO DO SO SHALL MFO8I NO OMJOATION OR UABUTY OP AMY KMD UPON THE INSURIH, IT« AOBNTS OR REMUSMTATIVn. umyamen f^mnntru* j ACORD 25 (2001W8)® ACORD CORPORATION 1988 GLP9251732 BLAIR RASMUSSEN CONSTRUCTION COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed hi writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with re- sped to liability tor "bodily Injury", •property damage" or "personal and advertising injury" caused, In whole or In part by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. The additional insured reads as: The City of Carlsbad, it's officials, employees & volunteers 1635 Faraday Ave. Carlsbad, CA 92008 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This Insurance does not apply to: 1. "BodUy Injury*, "property damage11 or "personal and advertising Injury" arising out of the render- Ing of, or the failure to render, any professional architectural, engineering or surveying ser- vices, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occurring after a. All work, Including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs} to be per- formed by or on behalf of the additional In- sured(8) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the Injury or damage arises has been put to its Intended use by any parson or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project CG 20 33 07 04 O ISO Properties, Inc., 2004 Panel of 1 D CERTIFICATE OF INSURANCE SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that El STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois D STATE FARM FIRE AND CASUALTY COMPANY of Bloomington. Illinois D STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas , or D STATE FARM INDEMNITY COMPANY of Bloomington, Illinois has coverage in force for the following Named Insured as shown below: NAMED INSURED: RASMUSSEN, BLAIR R. dba BLAIR RASMUSSEN CONSTRUCTION ADDRESS OF NAMED INSURED: 15210 SECOVIA COURT, SAN DIEGO, CA 92129 POLICY NUMBER EFFECTIVE DATE OF POLICY DESCRIPTION OF VEHICLE (Including VIM) LIABILITY COVERAGE LIMITS OF LIABILITY a. Bodily Injury Each Person Each Accident b. Property Damage Each Accident c. Bodily Injury & Property Damage Single Limit Each Accident PHYSICAL DAMAGE COVERAGES a. Comprehensive b. Collision EMPLOYERS NON-OWNED CAR LIABILITY COVERAGE HIRED CAR LIABILITY COVERAGE FLEET - COVERAGE FOR ALL OWNED AND LICENSED MOTOR VEHICLES 115 5300-E02-55 05/02/06-11/02/06 1999 Chevrolet C3500 Stake Bed El YES D NO 1,000,000 CSL El YES D NO $ 250 Deductible El YES D NO $ 500 Deductible El YES D NO El YES D NO n YES n NO 123 3613-C12-55 08/24/06-03/12/07 2003 Ford Expedition El YES D NO 1,000,000 CSL El YES D NO $ 250 Deductible El YES D NO $ 500 Deductible El YES D NO El YES D NO D YES D NO 115 0811-E02-55 05/02/06-11/02/06 1998 Chevrolet C3500 pickup El YES D NO 1,000,000 CSL El YES D NO $ 250 Deductible El YES D NO $ 500 Deductible El YES D NO El YES D NO D YES D NO D YES D NO D YES n NO $ Deductible D YES D NO $ Deductible D YES D NO D YES D NO D YES D NO Signature*!*/ Name and Address of Certificate Holder Agent 8481 08/24/2006 Title Agent's Code Number Name and Address of Agent Date ADDITIONAL INSURED: CITY OF CARLSBAD 1635 FARADAY AVENUE. CARLSBAD, CA 92008-7314 PROJECT NO. PKS06-02 ROBERT E. LEWIS, AGENT 275 E. DOUGLAS AVENUE, STE 101 EL CAJON, CA 92020 PH: 619-579-2263 FAX: 619-593-4672 INTERNAL STATE FARM USE ONLY: Q Request permanent Certificate of Insurance for liability coverage. 122429.2 Rev. 06-10-2004 & Request Certificate Holder to be added as an Additional Insured. POLiCYHOLDER COPY 5D COMPENSATION INSURANCE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 08-23-2008 GROUP: POLICY NUMBER: 1689883-2005 CERTIFICATE ID: 27 CERTIFICATE EXPIRES: 09-01-2006 09-01-2005/09-01-2006 THE CITY OF CARLSBAD PUBLIC WORKS 1635 FARADAY AVE CARLSBAD CA 92008-7314 SD JOB:TWO PARK RESTROOM REMODELS & RE-ROOF OF MAINTENANCE BUILDING This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period that will expire or did expire as indicated above. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other documentwith respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. PRESIDENT UNLESS INDICATED OTHERWISE BY ENDORSEMENT, COVERAGE UNDER THIS POLICY EXCLUDES THE FOLLOWING: THOSE NAMED IN THE POLICY DECLARATIONS AS AN INDIVIDUAL EMPLOYER OR A HUSBAND AND WIFE EMPLOYER; EMPLOYEES COVERED ON A COMPREHENSIVE PERSONAL LIABILITY INSURANCE POLICY ALSO AFFORDING CALIFORNIA WORKERS' COMPENSATION BENEFITS; EMPLOYEES EXCLUDED UNDER CALIFORNIA WORKERS' COMPENSATION LAW. m EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 09-01-2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER RASMUSSEN, BLAIR AND RASMUSSEN, JAIME DBA: BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO CA 92129 (REV.2-05)PRINTED [PAR.CS] 08-23-2006 Best's Rating Center - Company Information for State Farm Mutual Autom... Page 1 of 1 State Farm Mutual Automobile Ins Co (a member of State Farm Group) A.M.Best #: 02479 NAIC #: 25178 FEIN #: Address: One State Farm Plaza Phone: 309-766-2311 Bloomington, IL 61710 Fax: 309-766-4655 Print this page Assigned to 370533100 companies that have, Financial Strength' Web: www.statefarm.com in our opinion, a superior ability to meet their ongoing obligations to policyholders. Best's Ratings Financial Strength Ratings View Definitions Rating: A++ (Superior) Affiliation Code: g (Group) Financial Size Category: XV ($2 billion or more) Outlook: Stable Action: Affirmed Effective Date: June 15, 2006 http://www3.ambest.com/ratings/FullProfile.asp?Bl=0&AMBNum=2479&... 09/13/2006 Company Profile Page 1 of 2 Company Profile STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY ONE STATE FARM PLAZA BLOOMINGTON, IL 61710-0001 Agent for Service of Process DANA SILVER, 3345 MICHELSON DRIVE 4TH FLOOR IRVINE, CA 92612 Unable to Locate the Agent for Service of Process? Reference Information NAIC#: 25178 NAIC Group #: 0176 California Company ID #: 0948-0 Date authorized in California: June 18, 1928 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: ILLINOIS Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AUTOMOBILE COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 09/13/2006 Company Profile Page 2 of 2 ~ Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - September 01, 2006 01:31 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 09/13/2006 Best's Rating Center - Company Information for Great American Assuranc... Page 1 of 1 Great American Assurance Company (a member of Great American P & C Insurance Grp) (view securities for related issuers) A.M.Best #: 02004 NAIC #: 26344 FEIN #: 156020948 Parent Stock Ticker: New York Stock Exchange NYSE AFG The Nasdaq Stock Market NASDAQ AFG Address: 580 Walnut Street, 12th Floor Phone: 513-369-5000 ^ Cincinnati, OH 45202 Fax:513-369-3600 h. Web: www.greatamericaninsurance.com e> to or ok PC Best's Ratings Financial Strength Ratings View Definitions Issuer Credit Ratings View Definitions Rating: A (Excellent) Long-Term: a Affiliation Code: r (Reinsured) Outlook: Stable Financial Size Category: XIV ($1.5 billion to $2 billion) Action: Assigned Outlook: Stable Date: June 17, 2005 Action: Affirmed Effective Date: June 17, 2005 http://www3.ambest.com/ratings/FullProfile.asp?Bl=0&AMBNum=2004&... 09/13/2006 Company Profile Page 1 of 2 Company Profile GREAT AMERICAN ASSURANCE COMPANY 580 WALNUT STREET CINCINNATI, OH 45202 800-972-3008 Former Names for Company Old Name: AGRICULTURAL INSURANCE COMPANY Effective Date: 12-04-2000 Old Name: AMERICAN EMPIRE INSURANCE COMPANY OF SOUTH DAKOTA Effective Date: 08-11-1972 Old Name: QUEEN CITY INSURANCE COMPANY Effective Date: 06-23-1960 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 26344 NAIC Group #: 0084 California Company ID #: 1472-0 Date authorized in California: March 01, 1955 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: OHIO Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY FIRE LIABILITY MARINE MISCELLANEOUS _ PLATE GLASS SPRINKLER SURETY http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 09/13/2006 Company Profile Page 2 of 2 TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - September 01, 2006 01:31 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 09/13/2006 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: ~i( By, (sign here) (print name/title) BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO. CA 92129 CALIC* 670528 Page.of pages of this Re Debarment form Revised 10/08/03 Contract No. PKS 06-02 Page 22 of 181 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractors license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no 5) If the answer to either of 1 . or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) ' of Cr~ — , €5^W Page ' of Cr~ pages of this Disclosure of Discipline form - - BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO, CA 92129 CALIC* 670528 Revised 10/08/03 Contract No. PKS 06-02 Page 23 of 181 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Consfru cr/0/7 BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO, CA 92129 CALIC* 670528 of Contractor) (sign here) (print name/title) Page (7^ of gy pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. PKS 06-02 Page 24 of 181 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 State of California County of j) M...J.. ^r being first duly sworn, deposes (Name of Bidder) and says that he or she is flidlne~r (Title) of <&\a.(C Rasmuccfn Construct!oK. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the l^ day of rTuUi , 20 0 (*. BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT _^, „,___- x SAN DIEGO, CA92129 Signature^ddef^ CALIC#670528 ,* Subscribed and sworn to before me on the 12- Jw\ day of o!fl|lf , 20 Ob. (NOTARY SEAL) Revised 10/08/03 Contract No. PKS 06-02 City of Carlsbad Public Works June 28, 2006 ADDENDUM NO. 1 RE: TWO PARK RESTROOM REMODELS & RE-ROOF OF MAINTENANCE BUILDING BID NO. PWS06-32FAC, CONTRACT NO. PKS06-02 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Buyer Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature . CA 92129 CALIC* 670528 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-2730 • FAX (760) 602-8562 June 22, 2006 TO: Buyer FROM: Public Works Supervisor, Contracts and Agreements CONTRACT NO. PKS 06-02 / BID NO. PWS06-32FAC TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING REQUEST FOR ADDENDUM #01 Please prepare Addendum #01 to the contract covering the following issues: ITEM NO. 1 NOTICE INVITING BIDS, PAGE 5, PARAGRAPH ONE Delete the following: Until 2:00 pm on July 19 2006. the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Demolish an remove the existing restroom and storage facility and replace with a facility as detailed in these plans and specifications. This project shall be known as the Holiday Park Restroom Replacement Project. ITEM NO. 2 NOTICE INVITING BIDS, PAGE 5, PARAGRAPH ONE Add the following: Until 2:00 pm on July 192006. the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Perform remodels of two park restrooms and re-roof of maintenance building as detailed in these plans and specifications. This project shall be known as the Remodel of Two Park Restrooms and Re-roof of Maintenance Building Project. DALE A. SCHUCK Public Works Supervisor, Contracts and Agreements c: Public Works Manager Parks Superintendent File Addendum #1 PKS 06-02 Two Park Restroom Remodels and Re-roof of Maintenance Building City of Carlsbad Public Works June 29, 2006 ADDENDUM NO. 2 RE: TWO PARK RESTROOM REMODELS & RE-ROOF OF MAINTENANCE BUILDING BID NO. PWS06-32FAC, CONTRACT NO. PKS06-02 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Buyer Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Biddcr'^S'iQnature BLAIR RASMUSSEN CONSTRUCTION 15210 SEGOVIA CT SAN DIEGO, CA 92129 CALIC* 670528 1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 • (76O) 6O2-273O • FAX (76O) 6O2-8562 June 29, 2006 TO: Buyer FROM: Public Works Supervisor, Contracts and Agreements CONTRACT NO. PKS 06-02 / BID NO. PWS06-32FAC TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING REQUEST FOR ADDENDUM #02 Please prepare Addendum #02 to the contract covering the following issues: ITEM NO. 1 The bidders are hereby notified that the subterranean concrete footings of the wing walls noted to be removed at the Holiday Park Restroom and the Laguna Riviera Restroom are estimated to measure 24-inches by 36-inches x the length of the wall to be removed and replaced. The contractor shall remove the footing in its entirety, and shall place concrete footings to the depth and width of the excavation required for the removal of the existing concrete footings. This work is included in the Lump Sum bid item for the remodel of each restroom and no additional compensation shall be provided. DALE A. SCHUCK Public Works Supervisor, Contracts and Agreements c: Public Works Manager Parks Superintendent Project Inspector File Addendum #1 PKS 06-02 Two Park Restroom Remodels and Re roof of Maintenance Building CONTRACT PUBLIC WORKS This agreement is made this ^Jj$__ day of <^AL JP^^-J^ A ±JL} , 20<26>, by and between the City of Carlsbad, California, a municipal cefrporafion, (hereinafter called "City"), and BLAIR RASMUSSEN CONSTRUCTION whose principal place of business is 15210 SEGOVIA COURT SAN DIEGO CA 92129 (hereinafter called "Contractor). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsi- bility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition, and the most recent supplements thereto, designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. Revised 10/08/03 Contract No. PKS 06-02 Page 26 of 181 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Revised 10/08/03 Contract No. PKS 06-02 Page 27 of 181 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. Revised 10/08/03 Contract No. PKS 06-02 Page 28 of 181 Pages a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the in- surer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (6) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. Revised 10/08/03 Contract No. PKS 06-02 Page 29 of 181 Pages (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. <.—-y/n I have read and understand all provisions of Section 11 above. init xjg^^ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. Revised 10/08/03 Contract No. PKS 06-02 Page 30 of 181 Pages 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR:loration of LORR/lNE M. WOOD(print name and title) By: (sign here) (print name and title) /o^-"i'*>^^ ^<*>^ President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorne Revised 10/08/03 Contract No. PKS 06-02 Page 31 of 181 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of County of Name and Title ol Oflicer (e.g., "Jane Doe, Notary Public")Date personally appeared Name(s) of Signer(s) D personally known to me - OR -Improved to me on the basis of satisfactory evidence to be the person(sf whose name(^)js/are subscribed to the within instrument and acknowledged to me that _he/sj?e/they executed the same in his/hef/their authorized capacity (leg), and that by/ jTis/h^r/trieir signature(s)/6n the instrument the person(s); or the entity upon behalf of which the person^acted, executed the instrument. GREGG MILl£R Commission # 1526435 Notary Public - California f San Diego County WITNESS m OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: C Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: n , j- -^ ,D Individual D Corporate Officer Title(s): f-^/A' ' D Partner — D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator IVO Signer Is Representing: Top of thumb here Signer's Name: D Individual D Corporate Officer Title(s): D Partner — D Limited D General D Attorney-in-Fact D Trustee n Guardian or Conservator I | Other: T°P of thumb here RIGHT THUMBPRINT OF SIGNER Signer Is Representing: O 1995 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 Bond No: C817473 Premium: $5,350.00 BOND PREMIUM BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2006-43, adopted Auqu6t15.200e. has awarded to... BLAIR RASMJSSEN CONSTRUCTION (hereinafter designated as the "Principal"), a Contract for: TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City clerk of the City of Carlsbad, all of whidi are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute sairi Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE BLAIR RASMUSSEN CONSTRUCTION , ys Principal, (hereinafter designated as the "Contractor), and Financial Pacific Insurance .Company as Surety, are'held firmly uuund unly the City of Carlsbad in the sum of TWO HUNDRED NINETY Tl IQUSAND Dollars ($290,000), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made wo bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGAI ION )S SUCH that if the above bounripn Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnity and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise It shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in suwessfully enforcing such obligation, .-ill In he taxed as costs and included in any judgment rendered Surety stipulates and aflrees that no change, extension of tima, alteration nr addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect Its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised KWOB/03 Contract No PKS 06-02 Pago 34 of 1il1 Pages C817473 In the event that Contractor is an individual, it is agreed that (he fleam of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by SURETY this 29 day of August _ , 20 06. SURETY: Financial Pacific Insurance Company (name of Surety) 3850 Atherton Road Rocklin, CA 95765 ____ (address of Surety) (916) 630-5000 _ _____ Executed by CONTRACTOR this_ day of ..< CONTRACTOR: Blair Rasmussen Construction (name of Contractor) (sign here) (print name I ieie) (telephone number of Sumty) (Title and Organization of Signatory) By: (sign here) ' Melanie J. Huff (printed name of Attorney-in-Nct) (print name here) (Title and Organization of signatory) (Attach coiporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretory must sign for corporations. If only one officer signs, the corporation must attach a resolution teilified by the secretary or assistant secretary under corporate seal empowering that officer to bind Ihc corporation.) APPROVED AS TO FORM: RONALD R.5ALL City Attorney Dftputy'City Attorney Revised 10/09/03 Contract No. PKS 06 02 Cage 35 of 181 Pagw Bond No.: C817473 STATE OF CALIFORNIA ) )ss. COUNTY OF PLACER ) 29th AugustOn this _ day of _ _ _ , 20 06 a before me Rebekah MaKieve. a Notary Public in and for the State of California, personally appeared Melanie J. Huff personally known to me to be the person(s) whose name(s)j£/kre subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity(ies), and that by her signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature REBEKAH MAKIEVE COMM #1471389 Notary PubM&CaWomta PLACER COUNTY MyComtn.Exp.Feb21,2008 NOTARY ACKNOWLEDGEMENT Attention Notary - The infomation requested below is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. his certificate must be attached to the document described below. Title or Type of document Number of pages Date of document Signer(s) other than named below Individual STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS. On this Before me Q JJ/V day of in the year &OC)Jn Terri L Jennette above said County and State, personally appeared , a Notary Public, duly commissioned and qualified in (UtL- personally known to me or proved to me on this basis of satisfactory evidence consisting of an identifying document or the oath of to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacityQes), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the same. WITNESS my hand and official seal (Seal) LIMITED POWER OF ATTORNEY Financial Pacific Insurance Company JOND NUMBER C817473 POWER NUMBER 817473 PRINCIPAL glair Rasmussen Construction PENAL SUM $290,000.00 KNOW ALL MEN BY THESE PRESENTS, that Financial Pacific Insurance Company, a California corporation (the "Company"),does hereby make, constitute and appoint: Melanie J. Huff, Elizabeth A. Juarez its true and lawful Attorneys-in-Fact, with limited power and authority for and on behalf of tiethe seal of the Company thereto if a seal is required on bonds, undertakings, recognizaiBj»@rmfte|'ittEjitea* Bid, Performance, Payment, Subdivision and Miscellaneous Bonds up to $3,000,000.00 •1*1 follows: and to bind the Company thereby. This Power of Attoiresolutions adopted by the Board of Directors of Financjsfull force and effect: rety, to execute, deliver and affix"'gations in the nature thereof as JSfiWfc ffllEfcr and by the authority of the following >jft#'aM6ttBg,duly held July 6, 1995, which are now in J>~ * ''I i tfce"Secretary" of ay Assistant Secretary, may appoint nctBjf'jthe appointment" IB each case, for and on behalf of^_t ^ recognizances, sad-iSBietysriip obligations of all, --- ^«»«o, m^^.^r^,,^, i^.jgii.iaii^v.a, .pwoiwtu^iiiij ^unganvjuc kinds; and said officers may remove any ^uch attdfBJjyriiwIief oragfent'aild apagilsf flay jftwer of attorney previously plaited such person. RESOLVED, tbpi-ltae KMdttit or _,,attorneys-in-fact or agents wi^ij«lWj% as defined? jr BBBlited%the Company, to execute and *" " * "*" "" RESOLVED FURTHER, that any bohS, ta&jaJEing, feeognis^ite, *«P Suretyship obligation «haH be valid and toiading upon theCompany when signed and sealed (if a seal be. requited),' ta? one or-i&att ipaztasys-te-fact pursuant to and -within the Unfits of the authority evidenced by the power of attorney issued by the Company Is) $ucli$mse&or'$fe(BaBfc!-,'' , ' ' " * '" " RESOLVED FURTHfiR, .that the signature of anypower of attorney or certification thereof authorizing the executionobligations of the Company; any such signature and seal when so used ' facsimile to any<rf aa^beijd»-jte4fiftiMtuig, recognizance, or other suretyship mae> force' iM.'^fect as thtmgh.maoaally affixed. IN ^corporate seal to • -ic Insurance Company ha& caused these presents folNfiigned by its twoper officers, and its Robert T. Kingsley, Presideni STATE OF CALIFORNIA; ODUNTY On this 15th day 'of March, 2004t~ personify -carn^ b^ore-me Robert .f. Klfgiey an^Jobi R. Holliagshead, to me known to be the individuals and officers of Financial Pacific Insuranefe Cofrfpany,"who executetfthe Sbeve jristrtment,- and they have acknowledged the execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said corporation. REBEKAH MOEUERf COMM.*147138» 1 Notary Pub«e-C«lifornJa & PUCER COUNTY S MyComm.Ex|».M)2l,2008 g Rebekah Moeller, Notary Public CERTIFICATE I, the undersigned Secretary of Financial Pacific Insurance Company, a California corporation, DO HEREBY CERTIFY that thisPower of Attorney remains in full force and effect and has not been revokea and furthermore, that the resolutions of the Board o/ Directors setforth, and that the relevant provisions of the By-Laws of the Company, are now in full force and effect. s~\ Signed and sealed at Sacramento, this Financial Pacific Insurance Company seal must be affixed day of _August _,20.06 Bond No: C817473 Premium: Included in Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad. State Of California, by Resolution No. 2006-43. adopted Auoust 15. 2006. has awarded to BLAIR RASMJSSEN CONSTRUCTION (hereinafter designated as trie "Principal"), a Contract for. TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 0642 in the City of Carlsbad, In strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference, Wl IEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their siihrnntrartors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon Of any kind, the Surety on this bond will pay the same to the ejdent hereinafter set forth. NOW, THEREFORE. WE BLAIR RASMUSSEN CONSTRUCTION , as Principal, (hereinafter designated as the 'Contractor1), and Financial Pacific Insurance Company as Surety, are held tirmiy bound unto the Cily of Carlsbad in the sum of. TWO HUNDRED NINETYTl IOUSAND Dollars ($290,000), said sum being an amount equal to- On« hundred percent (100%) of the total amount payable undei (he terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF-THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the wort; contracted to be don*-, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed uridta this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from (he wages of employees of the contractor and subcontractors pursuant tn sentinn 13020 of tne Unemployment Insurance Code with tespecl to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code sect/on 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3161, so as iu yive a fight Of action to triuat? persons or 'heir designs i" srsy suit brought iipnrvtlrt^ bond. Surety stipulates and agrees that no change, extension uf time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder 0'' the specifications accompanying Ihe same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to Ihe terms of the contract or to the work or to the Revised 10/08/03 Contract N0 PKS 06-01: Page 32 ot 181 Pages C817473 In the event that Contractor is an individual, it is agreed thai ihe death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by SURETY this 29 day of August .2006 . Executed by CONTRACTOR thie day of ^TfflTW&tj^ . 20oC CONTRACTOR: Blair Rasmussen Construction(name of Cc By:_ - n (sign here) (print name here) (title end organization of signatory) (sign here) (print name here) SURETY Financial Pacific Insurance Company (name of Surety)3850 Atherton RoadRpcklin, CA 95765 (address of Surety) (916) 630-5000 _______ (telephone number of Su (sgnature ofAttom^Fad) // Melanie J. Huff _ (printed name of Attorney-hvFact) (attach corporate resolution Showing wirrwil power of attorney) (tide and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR end SURETY must be attached,) or vice-president and secretary « assistant secretary must sign tor corporations. If only one officer signs, the corporation must attach a resolution certified by the secrete ry or assistant secreiwy under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney oRevised 10/08/03 Contract No. PKS 06-02 Page 33nf181 Bond No.: C817473 STATE OF CALIFORNIA ) )ss. COUNTY OF PLACER ) 29th August On this _ day of _ , 20 06 a before me Rebekah MaKieve. a Notary Public in and for the State of California, personally appeared Melanie J. Huff personally known to me to be the person(s) whose name(s/is)are subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity(ies), and that by her signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature REBEKAHMAKIEVE COMM #1471389 S~ W**^l!f» Notary PuWic-CaHfomte PLACERCOONTY Comm.Exp.Feb21.2008 NOTARY ACKNOWLEDGEMENT Attention Notary - The infomation requested below is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. his certificate must be attached to the document described below. Title or Type of document Number of pages Date of document Signer(s) other than named below Individual STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS. On this Ip 4-V\ Before me day of in the year Jerri L Jennette a Notary Public, duly commissioned and qualified in above said County and State, personally appeared ft personally known to me or proved to me on this basis of satisfactory evidence consisting of an identifying document or the oath of to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the same. WITNESS my hand and official seal juHuuuuui/uuuuinnnnnrofliwgjggfi*^TERRJLJENNEnE f (Seal) LIMITED POWER OF ATTORNEY Financial Pacific Insurance Company JOND NUMBER C817473 POWER NUMBER 817474 PRINCIPAL Blair Rasmussen Construction PENAL SUM $290,000.00 KNOW ALL MEN BY THESE PRESENTS, that Financial Pacific Insurance Company, a California corporation (the "Company"),does hereby make, constitute and appoint: Melanie J. Huff, Elizabeth A. Juarez its true and lawful Attorneys-in-Fact, with limited power and authority for and on behalf of &a1 the seal of the Company thereto if a seal is required on bonds, undertakings, recognizail&fts <Jf^follows: ' Bid, Performance, Payment, Subdivision and to bind the Company thereby. This Power of Attorresolutions adopted by the Board of Directors of Financfull force and effect: RESOLVED..tfcat:*rllii(iiimt or an. r,attorneys-in-fact or ageftts with wti|0dty as definbdtW Ifniifedlfy the the Company, to execute and deliver and affix tfte.seM.OfflifCcHttpan;.kinds; and said officers may remove any suck atttknBjHS'Iaet ok' a gent, and aer1 • a§>swrety, to execute, deliver and affixItea ewfgations in the nature thereof as to $3,000,000.00 :r and by the authority of the following'uly held July 6, 1995, which are now in -Hie'lSa^retary of. My Assistant Secretary, may appointe appointment vasach case, for and on behalf of , recognizances, flnd'Sttietyship obligations of all e att£ power 6f attorney previously "granted such person. obligation shall- fee valid and binding upon the pursuant to antf within the Hfflits of the authority""--' RESOLVED FURTHER, that any fcpn*, %nCompany when signed and sealed (if a seal. Be reau»e<fjrbf ,Offle,«Eevidenced by the power of attorney issued by the Company fc $nc$i jjfetsofi or RESOLVED FURTHER, -thai the stgoature of any auth'dffe^f affieeriW 1ifee^lit*ie &nip^ta^/fee-aflx€«dH>y facsimile to anypower of attorney or certification thereof authorizing the execution amd^Jtoeejry of my h»i4t,|Kteimjng, fe^plziance, or other suretyshipobligations of the Company; any such signature and seal when so used srrtH hawe the saBje/oree Snfl«ffect as though manually affixed. IN W, - corporate seal pacific Insurance Company has,,caused these presents to M Signed by its proper officers, and its i _«}(tt8^2Qp4. _^ ' , _ .-, • . ,v. V ~ J986 Robert T. Kingsley, Presiden R. Hollingshead, Secretary STATfi OF CALIFORNIA^'COUNTf Ol*%ACRA||lEJiT0 ;- '* ; i •- •' On tfijs 15th flay of March, ^04j'jiersprtily «arri| before me Robert f. Kftgllley anil Johii R. Hollicigshe&d, to me known to be the individuals and officers of Financial Pacific Insurant* Company; who executed the above-irfstrameirf, and they have acknowledged the execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said corporation. REBEKAH MOEU.ER COMM.*147138* Notary Public-CaliforniaPLACBt COUNTY MyComm.Exp.F*b21,20M Rebekah Moeller, Notary Public CERTIFICATE I, the undersigned Secretary of Financial Pacific Insurance Company, a California corporation, DO HEREBY CERTIFY that thisPower of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors setforth, and that the relevant provisions of the By-Laws of the Company, are now in full force and effect. Signed and sealed at Sacramento, this Financial Pacific Insurance Company seal must be affixed day of _August _, 20.06 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02, in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 10/08/03 Contract No. PKS 06-02 Page 36 of 181 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address _ For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 10/08/03 Contract No. PKS 06-02 Page 37 of 181 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title Name Signature Address MAYOR For Contractor: For Escrow Agent: Title Name Signature Address Title Name Signature Address Revised 10/08/03 Contract No. PKS 06-02 Page 38 of 181 Pages SUPPLEMENTAL PROVISIONS FOR TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 10/08/03 Contract No. PKS 06-02 Page 39 of 181 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Public Works Manager - The Public Works Supervisor's immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Public Works Supervisor - the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts Apartment and Apartments Bldg Building band Buildings CMWD Carlsbad Municipal Water District CSSD Carlsbad Supplemental Standard Drawings cfs Cubic Feet per Second Revised 10/08/03 Contract No. PKS 06-02 Page 40 of 181 Pages Comm Commercial DR Dimension Ratio E Electric G Gas gal Gallon and Gallons Gar Garage and Garages GNV Ground Not Visible gpm gallons per minute IE Invert Elevation LCWD Leucadia County Water District MSL Mean Sea Level (see Regional Standard Drawing M-12) MTBM Microtunneling Boring Machine NCTD North County Transit District OHE Overhead Electric OMWD Olivenhain Municipal Water District ROW Right-of-Way S Sewer or Slope, as applicable SDNR San Diego Northern Railway SDRSD San Diego Regional Standard Drawing SFM Sewer Force Main T Telephone UE Underground Electric W Water, Wider or Width, as applicable VWD Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/ warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). Revised 10/08/03 Contract No. PKS 06-02 Page 41 of 181 Pages 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the most recent supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one (1) set. The set is designated as City of Carlsbad Drawing No. 416-6 and consists of 13 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. Revised 10/08/03 Contract No. PKS 06-02 Page 42 of 181 Pages 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Plans. 3) Supplemental Provisions. 4) Technical and Basic Specifications. 5) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 6) Standard Specifications for Public Works Construction. 7) Reference Specifications. 8). Manufacturer's Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: o Revised 10/08/03 Contract No. PKS 06-02 Page 43 of 181 Pages Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as- built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. Revised 10/08/03 Contract No. PKS 06-02 Page 44 of 181 Pages 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. Revised 10/08/03 Contract No. PKS 06-02 Page 45 of 181 Pages The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Public Works Supervisor 3. Public Works Manager 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. Revised 10/08/03 Contract No. PKS 06-02 Page 46 of 181 Pages The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. Revised 10/08/03 Contract No. PKS 06-02 Page 47 of 181 Pages (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. Revised 10/08/03 Contract No. PKS 06-02 Page 48 of 181 Pages 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Revised 10/08/03 Contract No. PKS 06-02 Page 49 of 181 Pages Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefor or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. Revised 10/08/03 Contract No. PKS 06-02 Page 50 of 181 Pages SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 20 calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3 and shall be on hard (paper) copy. Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes demolition and remodel of the existing restroom facilities, demolition and re-roofing of the maintenance building, earthwork, utility connections and providing portable toilets for the duration of the restroom remodels. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under section 7-6, "The Contractor's Representative", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. Revised 10/08/03 Contract No. PKS 06-02 Page 51 of 181 Pages 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 110 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. Revised 10/08/03 Contract No. PKS 06-02 Page 52 of 181 Pages 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred dollars ($500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. Note to Contractor: The City of Carlsbad has obtained Building Permits for this project. The Building Permit Numbers are CB061254 (Holiday Park) and CB061255 (Laguna Riviera Park). 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. Revised 10/08/03 Contract No. PKS 06-02 Page 53 of 181 Pages 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. ..Add the following The Contractor shall comply with all requirements of the storm water pollution and monitoring plan prepared for this project in accordance with the California State Water Resources Control Board order number 92-08-DWQ, NPDES General Permit number CAS000002 (Confirm that number is current and the "Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity" Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access, add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1999 edition and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Revised 10/08/03 Contract No. PKS 06-02 Page 54 of 181 Pages Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.Let seq. All temporary reflective channelizers shall conform to the provisions of section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6for materials and section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non- existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 180 mm (7") long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m (25') intervals to a point not less than 7.6 m (25') past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.7 Payment The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefor. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and property maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. Note to Contractor: Temporary construction fencing will be required. The Contractor shall erect temporary construction fencing (chain link) around the building construction site and the Contractor's storage area. This temporary fencing is included in the bid item prices for remodel of the restrooms and re-roofing of the maintenance building and no additional payment will be made therefore. Revised 10/08/03 Contract No. PKS 06-02 Page 55 of 181 Pages Utility trenches and excavations shall be protected by the Contractor from unauthorized entrance or access by members of the public. Temporary construction fencing shall be installed protecting all open trench work and separating open trenches from public access at all times. Orange plastic fencing is acceptable for delineation during the Contractors working hours. Note that no utility trench may be left open or uncovered overnight. The Contractor is responsible for providing a safe site and is advised that the project is in public park areas with heavy use. Payment for protection of utility trenches and excavations is included in the Lump Sum bid item price for remodel of each restroom and no additional payment will be made therefore. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES. Add the following: An agency field office is not required for this project SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion" 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If Revised 10/08/03 Contract No. PKS 06-02 Page 56 of 181 Pages payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Revised 10/08/03 Contract No. PKS 06-02 Page 57 of 181 Pages Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Revised 10/08/03 Contract No. PKS 06-02 Page 58 of 181 Pages Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. Revised 10/08/03 Contract No. PKS 06-02 Page 59 of 181 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1.2.4 Chemical Admixtures, (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. SECTION 207 - PIPE Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Thickness Tensile strength Elongation Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives Bond strength Colors Method ASTMD2103 ASTM D882 ASTM D882-88 ASTM D2578 ASTM D671-81 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Boiling H2O at 100 degrees Celsius APWA Code Value 01 14 mm (0.0056") 4500g/cm (25 Ibs/inch) (5,500 PSI) <50 percent at break >50 dynes/square centimeter Pliable hand Heat-set Mylex Every 500 mm(20") Dead soft/annealed Virgin PET Virgin LDPE >30 percent, solid 1.5#/R Five hours without peel See Table 207-25.1 (B) Revised 10/08/03 Contract No. PKS 06-02 Page 60 of 181 Pages TABLE 207-25.1(8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7,1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 213 - ENGINEERING FABRICS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. Revised 10/08/03 Contract No. PKS 06-02 Page 61 of 181 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General, add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for Restroom Remodels within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Restroom Remodels, and no additional payment will be made. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage Revised 10/08/03 Contract No. PKS 06-02 Page 62 of 181 Pages flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practice Handbook, Construction", January 2003 as published by the California Stormwater Quality Association,. The Contractor shall maintain a copy of the " Stormwater Best Management Practice Handbook, Construction ", January 2003 edition the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for Restroom Remodels, and no additional compensation will be allowed therefor. Revised 10/08/03 Contract No. PKS 06-02 Page 63 of 181 Pages SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306.1.2.2 Pipe Laying, add the following: The Contractor shall place electrical conduit per the City Plans. 306-1.3.4 Compaction Requirements, delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. Areas above trenches to receive plant materials shall have the soils amended and sod shall be installed matching the existing grass in the area. 306-1.6 Basis of Payment for Open Trench Installation, add the following: Payment for utilities undergrounding shall be made on the basis of contract lump sum price for Restroom Remoedels and no other payments will be made. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. Revised 10/08/03 Contract No. PKS 06-02 Page 64 of 181 Pages APPENDIX A SUPPLEMENTAL PROVISIONS FOR TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 SPECIAL CONSTRUCTION PROVISIONS 1. The Work The Contract work to be performed hereunder includes the furnishing of all labor and equipment and furnishing and installing all materials, unless herein specifically excepted, necessary for the complete and satisfactory remodel of a restroom at Holiday Park, the re-roofing of a maintenance building at Holiday Park and the remodel of a restroom at Laguna Riviera Park. The work shall consist of installing temporary fencing; all utility location and verification (excavating, exposing, and verifying top, bottom, and side of utility facilities); all pavement removal including concrete and reinforcing steel and disposal; all demolition work indicated on the plans: all earthwork (including trenching, shoring, bedding, backfilling including select imported material or select native material); dewatering; furnishing and installing all sewer and appurtenances; testing all gravity sewer and other plumbing; connecting to existing sewers; including providing and installing all equipment, piping, and appurtenances; remodeling two restroom buildings and re-roofing a maintenance building; protecting in place or removing and replacing all existing utilities and public and private improvements; removing and replacing all Portland Cement concrete; re-vegetation; testing all equipment, pipe, and appurtenances; disposing of excess demolished building materials, soil, and rock material and restoring all adjacent areas and improvements to pre-construction conditions. Contractor shall, upon completion of all work required herein, initially operate all components of the Contract Work installed or furnished and installed by him, and make any additional, adjustments, corrections, repairs, replacements, and reconstruction's necessary to provide Owner with complete, correctly operating restroom and appurtenances. 2. Work Site The Contract work site is located in the City of Carlsbad as shown on the Construction Drawings. The Holiday Park Restroom and Holiday Park Maintenance Building site is located in Holiday Park near the intersection of Pio Pico Avenue and Pine Avenue. The Laguna Riviera Park Restroom is located in Laguna Riviera Park near the intersection of Kelly Drive and Park Drive. Revised 10/08/03 Contract No. PKS 06-02 Page 65 of 181 Pages Bidders shall review the project sites prior to submitting a bid. Revised 10/08/03 Contract No. PKS 06-02 Page 66 of 181 Pages 3. Construction Plans (Drawings) The following Construction Plans are made a part of these Contract Documents: CONSTRUCTION PLANS (24" X 36") DRAWING NO. 441-1 TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING CONTRACT NO. PKS 06-02 Title Sheet No. Master Title Sheet TT1 Title Sheet, General Notes and Site Plan 1-T1 Handicap Parking and Details 1-T1.1 Floor Plan 1-A1 Foundation & Roof Plan 1-A2 Exterior Elevations 1-A3 Interior Elevations 1-A4 Details 1-D1 Details 1-D2 Utility Service Plan and Power Single Line Diagram 1-E1 Power and Lighting Plans 1-E2 Plumbing Plans 1-P1 Site Plan 2-T1 Floor Plan 2-A1 Foundation & Hardscape Plan 2-A1.1 Roof Plan 2-A2 Exterior Elevations 2-A3 Interior Elevations 2-A4 Details 2-D1 Details 2-D2 Electrical Service Plan and Power Single Line Diagram 2-E1 Power and Lighting Plans 2-E2 Plumbing Plans 2-P1 Title Sheet, General Notes and Site Plan 3-T1 Floor and Roof Plans 3-A1 Exterior Elevations 3-A2 Details 3-D1 4. Notice of Award and Notice to Proceed Upon Notice of Award, Contractor is hereby authorized to execute Contract and secure Performance and Payment Bonds and Certificates of Insurance. Upon execution of Contract by Owner, Contractor is authorized to begin document submission, material ordering, and construction scheduling. 5. Data to be Submitted by Contractor Revised 10/08/03 Contract No. PKS 06-02 Page 67 of 181 Pages Contractor shall furnish Owner submittals for all equipment, equipment components, fabricated materials, and materials to be furnished for review and acceptance by Owner prior to Contractor performing work to which data pertains. Submittals shall be provided in accordance with the "Contractors Submittals Technical Specifications". Prior to beginning construction, Contractor shall submit 24-hour emergency phone numbers for the construction superintendent, construction foreman, and all company principals. Revised 10/08/03 Contract No. PKS 06-02 Page 68 of 181 Pages 6. Contractor Cooperation and Coordination Contractor shall cooperate with Owner, San Diego Gas and Electric, and all other jurisdictional agencies. Owner will have representatives on site to observe and verify compliance with Contract Documents. Contractor shall perform work in a manner not to interfere with operation of other park facilities nor operate any existing facilities. Contractor shall perform his work in accordance with the sequence of work as specified herein. Contractor shall coordinate all work with the Owner. A detailed schedule of proposed work shall be provided to the Owner the Thursday preceding each week. 7. Permits, Licenses, Certificates, Laws and Ordinances A. Contractor and all subcontractors shall procure and maintain a valid City of Carlsbad Business License for the duration of the Contract. B. California Regional Water Quality Control Board. San Diego Region Contractor shall, at his expense, obtain authorization to discharge water from ground water extraction (dewatering), line flushing, and testing operations from the California Regional Water Quality Control Board, San Diego Region (Regional Board). A copy of said discharge authorization shall be provided to the Owner. Contractor shall comply with conditions therein and perform the monitoring required. Contractor shall not allow any discharges from the construction site, which may have an adverse effect on receiving waters of the United States. Contractor shall not allow any ground water extraction water to be discharged from construction site except in full compliance with the General Waste Discharge Requirements for Ground Water Extraction and Similar Discharges from Construction and Remediation Projects (Order No. 96-41) adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compliance requirements therein, including monitoring, testing, and reporting. Contractor shall provide all labor, material, and equipment necessary to comply with Regional Board requirements for discharge water from groundwater extractions, line flushing, and testing operations, including all monitoring, testing, and reporting. C. In the event of conflict between the Contract and Permit requirements, the most stringent shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all issuing agencies, and the Owner before project will be accepted and a Notice of Completion filed. D. Contractor shall, at his own expense, procure any additional permits, certificates, and licenses required of him by law for the execution of the work. He shall comply with all Federal, State and local laws, ordinances or rules and regulations relating to the performance of said work. Revised 10/08/03 Contract No. PKS 06-02 Page 69 of 181 Pages 8. Storage of Materials and Equipment Contractor shall not store materials or equipment on private or public property without written permission from the affected property owners approving such use. Said written permission shall be submitted to Owner prior to Contractor moving materials or equipment onto site. Contractor's equipment shall be removed from public or private right-of-way and placed in the Contractor's designated storage areas at the end of each workday. Contractor may utilize the adjoining park site for storage of materials and equipment. The contractor shall install temporary construction fencing around the storage area and will be required to return the area to its pre-construction condition. 9. Building Inspection The City of Carlsbad has obtained a Building Permit from the City Building Official. The Contractor will be required to coordinate and schedule any and all inspections required by the Building Official. No work may be covered or continued until all required the Building Official performs all required inspections. The Building Permit Numbers are CB061254 (Holiday Park) and CB061255 (Laguna Riviera Park). The telephone number for inspection request for the following business day is (760) 602-2725. The City of Carlsbad has attempted to design all portions of the project to conform to all aspects of the UBC. The Contractor agrees to provide Requests for Information to the Project Inspector for any issues regarding UBC compliance prior to scheduling Building Inspection. In the event that the Building Official requires a change in plans or construction to comply with the UBC, the Contractor agrees to allow the City of Carlsbad a reasonable time to process construction changes through the Building Official in matters relating to UBC compliance. Extensions of time will be granted in any case that construction cannot continue on any portion of the project. The contractor agrees to waive any delay claims during plan revision process. Building Inspection may be scheduled for next business day by calling (760) 602-2725 and requesting inspection through the automated scheduling system. Be advised that inspection will not be scheduled for a particular time during the next business day. The Contractor also agrees that any issue requiring re-inspection for any reason, by the Building Official, is not grounds for delay claims. 10. Earthwork and Soil Compaction Tests Earthwork shall be performed in accordance with the Basic Earthwork Specifications and Basic Sewer Specifications, except as modified herein or on the Contract Drawings. o Revised 10/08/03 Contract No. PKS 06-02 Page 70 of 181 Pages Contractor shall notify Owner when any work is complete and ready for compaction testing. After such notification, Owner will have all necessary tests made, by a Soils Engineer of his choosing, and Owner will pay for all tests that pass. Contractor shall pay for all tests that fail in the course of determining compliance of completed backfill with compaction requirements. Owner will not pay for any preliminary or progress tests; however, Contractor may do so at his own expense. Passing compaction tests will be required prior to construction of any structures. Excavation of native soil and re-compaction shall be performed to provide proper foundation for structures as specified on the Drawings. 11. Trench Protection Before making any excavation or trench 5' or more in depth, Contractor shall submit to Owner a detailed drawing showing the design of shoring, bracing, or other provisions to be made for worker protection and protection of existing facilities. If said drawing does not vary from the requirements of the OSHA Construction Safety Orders (CAL OSHA or FED OSHA, whichever is applicable at the time of construction), a statement signed by a registered civil or structural engineer, engaged by Contractor at his expense, shall be submitted certifying that the Contractor's excavation safety drawings comply with OSHA Construction Safety Orders. If said drawing varies from said OSHA Construction Safety Orders, the drawings shall be prepared and certified by a registered civil or structural engineer and said engineer shall affix his seal and signature to each sheet of said drawing. Contractor shall not excavate until Owner has received and acknowledged the properly certified excavation safety drawings. 12. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and Waste Materials A. Contractor shall perform his operations so that existing improvements (including roads and other paved surfaces adjacent to or in the vicinity of the work site are not damaged. Contractor shall repair and restore any disturbed or damaged private or public improvements which results from his operations (except that which is specifically a part of the Contract Work) to the satisfaction of the Owner, or the agency having jurisdiction over said improvements, all at his expense. B. All work sites shall be restored to pre-job conditions and shall meet the requirements of Owner and property owner. Owner is obligated to keep visual impact of the work sites to a minimum; therefore, Contractor is required to restore all areas altered by construction to pre-existing conditions. Such areas shall include, but shall not be limited to, areas used for travel, parking, and storage of vehicles, equipment and materials. C. Contractor shall be responsible for the proper disposal of all waste materials resulting from his operations, including rubbish, packaging materials, discarded equipment parts, and damaged construction materials, in a manner and at locations suitable to the Owner and all health and other regulatory agencies. Pavement materials shall not be placed in pipeline trenches. Contractor shall remove said pavement materials and dispose of same at an approved location. o Revised 10/08/03 Contract No. PKS 06-02 Page 71 of 181 Pages 13. Construction Water Contractor shall obtain a water meter from Owner and install same at locations described hereinafter. Contractor shall pay all costs for meter and water used during construction. Sources of construction water will be the existing onsite potable water service and fire hydrants in vicinity of both project sites. Contractor shall furnish and install all necessary piping and appurtenances, including pumps, necessary to convey water from Owner's system to places of use within the work site. Contractor shall supply an Owner approved backflow prevention device. Said device shall be utilized with water meter when Contractor is obtaining water from the existing system. The Contractor is advised that two restrooms are served by the water service at Holiday Park, and at no time, shall the Contractor disrupt water service to the other restroom. 14. Construction Staking Contractor shall furnish all construction staking required to perform the Work. Contractor shall protect all survey monuments and he shall pay all costs to reestablish any monuments destroyed or disturbed. 15. Salvage Contractor shall meet with the Owner prior to removal of any material or equipment from the Existing Facility, and the Owner shall designate which equipment, piping, valves, and fittings (if any) are to be salvaged by the Contractor. Salvage shall be delivered, unloaded, and stored by the Contractor as directed by Owner at the Parks Maintenance Yard at 1166 Carlsbad Village Drive, Carlsbad, CA 92008. All other equipment and materials removed shall be considered waste and disposed, of by the Contractor. 16. Sequence of Work A. Introduction Project Work includes the following major components: demolition of portions of both of the existing restroom facilities, demolition of the roof of the maintenance building, remodel construction of both of the restroom facilities including connection to all utilities, re-roofing of the maintenance building, restoration of the site surrounding the construction to its original condition. A detailed sequence of work for major project components is provided hereinafter. B. General 1) Prior to beginning construction, Contractor shall excavate, expose, and determine ("pothole") the exact location and depth of each and every potential interference including, but not limited to, all facilities shown specifically (depth and location) on these drawings, or which have been located and marked by respective non member companies or utilities. 2) The Contractor shall perform demolition of portions of the existing facilities and salvage or dispose of the building materials and appurtenances as directed by the owner. Revised 10/08/03 Contract No. PKS 06-02 Page 72 of 181 Pages 3) The Contractor shall perform all necessary trenching and earthwork to install new concrete or electrical conduits and services. 4) The Contractor shall perform all necessary construction for remodel of the existing restroom facilities including utility connections as required to provide a fully operational facility. 5) The Contractor shall perform all necessary construction for re-roofing of the maintenance building. 6) The Contractor shall provide two portable toilets and one portable hand washing station at each park for the duration of the demolition and construction of the restroom facilities, and these facilities shall not be removed until the construction is complete and the Contractor is notified to open the restrooms to the public by the Project Inspector. At least one toilet shall be handicap accessible at each location. The Project Inspector shall direct the Contractor's placement of each of these portable facilities. These facilities shall be serviced, stocked and cleaned at least two times per week. All costs for providing and servicing these portable toilets and hand wash stations shall be included in the Lump Sum bid price for Restroom Remodels and no additional compensation shall be provided. 7) The Contractor shall return the areas affected by construction to their original pre-construction condition. Contractor shall be responsible for repairing any Owner facilities or equipment damaged as a result of his work performance. 8) Any proposed modifications to the Sequence of Work provided herein shall be submitted in writing to the Owner for approval. If approved, said modified Sequence of Work shall be implemented by the Contractor at no additional cost to the Owner. Any proposed modifications to the specified Sequence of Work shall reflect the necessary changes in all other project components. 17. Location of Equipment and Ambient Environmental Conditions All mechanical and electrical equipment shall be designed to operate at the project site, which are located in public parks. Derating and necessary oversizing to achieve performance shall be incorporated in equipment design. The project site is at an elevation approximately 10' above mean sea level. Maximum design ambient temperature shall be 100°F and minimum design ambient temperature shall be 40°F. Relative humidity may range from 10% to 95%. Equipment shall be designed to prevent damage which could be caused by high or low ambient temperature within the specified range, freezing, dust in the air, winds of up to 70 mph, and wet weather conditions. Equipment shall be specifically designed to function satisfactorily under said conditions. All electrical and mechanical equipment shall be suitable sealed. 18. Operation and Maintenance Manuals and Training Revised 10/08/03 Contract No. PKS 06-02 Page 73 of 181 Pages The Contractor shall provide six (6) approved copies of detailed operations and maintenance (O&M) manuals at least 15 days prior to startup and testing for all mechanical and electrical equipment he furnishes. O&M manuals shall be provided for all equipment and shall be in accordance with requirements of "Contractors Submittals Technical Specifications." O&M manuals shall be submitted as shop drawings and shall be subject to approval by the Owner at no cost to the Owner. 19. Specified Model Numbers All model numbers used herein are provided for information only, to assist Contractor in selecting equipment that conforms to specifications. In case of any conflict between model numbers given herein and the descriptive specifications or performance specified, the descriptive specifications and performance specified shall govern. 20. Inspection Fees Contractor shall bear all costs and fees incurred as a result of inspection services furnished by utilities or others. In the event the Contractor requests to work outside the stated working hours, or on holidays, Saturdays, or Sundays, and the Owner agrees to same, the Contractor shall pay for the Inspector's time at the rate of $100.00 per hour. Inspection by the Building Official will not be available after hours or on weekends or holidays. 21. Compliance With Contract Documents Contractor shall comply with all instructions of Owner to insure compliance with the Contract Documents, including timely completion of work each day, work site clean-up, control of traffic, and placement of signs. If Contractor does not comply with the Contract Documents, then Owner shall provide the required labor, materials, and equipment to perform same and shall deduct the cost from monies otherwise due under the Contract. 22. Geological Conditions at Work Site Contractor shall, satisfy himself with regard to all geologic conditions which may affect Contract Work. Personal investigation by Contractor is mandatory. Contractor may perform excavations on site prior to bid opening. Contact the Owner to arrange for access to site. Neither the information contained in the drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. 23. Safety Requirement of Equipment Furnished by Contractor The equipment furnished by Contractor shall comply with the applicable requirements of the Safety Orders of the Division of Industrial Safety of the State of California. Copies of the Safety Orders as available at the Printing Division, Documents Section, State of California, Sacramento, California 95814. Revised 10/08/03 Contract No. PKS 06-02 Page 74 of 181 Pages APPENDIX B SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS Submittals Part 1 General 1.01 Description 80 1.02 Progress Schedule 80 1.03 Shop Drawing Submittal 80 1.03 Materials Sample Submittal 82 Misc. Piping and Appurtenances Part 1 General 1.01 Description 83 1.02 Reference Specifications, Codes and Standards 83 1.03 Contractor Submittals 83 Part 2 Products 2.03 Copper Tubing 84 2.04 PVCPipe 84 2.08 Insulating Connections 84 Part 3 Execution 3.01 Installation 84 Doors. Frames and Hardware Part 1 General 1.01 Description 86 1.02 Field Measurement 86 1.03 Submittals 86 Part 2 Products 2.01 Manufacturer 86 2.04 Hollow Metal Door and Frame Fabrication 87 2.05 Door Hardware 88 Part 3 Execution 3.01 Hollow Metal Doors and Frames 92 3.03 Door Hardware 92 Revised 10/08/03 Contract No. PKS 06-02 Page 75 of 181 Pages Plumbing Fixtures Part 1 General 1.01 Description 94 Part 2 Products 2.01 ADA Compliant Flush Valve Toilet Accessories 94 2.02 ADA Compliant Lavatory Basin, Metering Faucets and Accessories 95 2.03 Electric Hand Dryer 95 2.04 ADA Compliant Wall Mounted Urinals 95 2.05 Water Heater 96 2.06 Toilet Tissue Dispenser 96 Revised 10/08/03 Contract No. PKS 06-02 Page 76 of 181 Pages CONTRACTOR SUBMITTALS TECHNICAL SPECIFICATIONS PART 1-GENERAL 1.01 Description This Section covers requirements for submittals and forms a part of all other Sections in which submittals are specified or required. A. Submittal Requirements Included in this Section 1. Contractor's Construction Schedule 2. Shop Drawings 3. Material Samples, Including Color Samples for Paint, Roofing Materials etc. 4. Operation and Maintenance Manuals 5. Requests for Substitutions or Equals 6. Record Drawings 1.02 Progress Schedule A. Within thirty (30) days of Notice of Award, Contractor shall submit a Construction Schedule for construction progress control, prepared on 11 inch x 17 inch charts. All construction activities and procurement shall be indicated in a time scaled format and a calendar shall be shown on all sheets along the entire sheet length. Each activity arrow or node shall be plotted so that the beginning and ending dates of said activity can be determined graphically by comparison with the calendar scale. B. The duration estimate indicated for each activity shall be computed in working days and shall be shown on the construction schedule in calendar days. It shall represent the single best estimate considering the scope of the work and resources planned for the activity. Except for certain non-labor activities, such as curing concrete or delivering materials, activity duration shall not exceed ten (10) working days (fourteen (14) calendar days), nor be less than one (1) working day unless otherwise accepted by Owner. Contractor shall modify any portions of the construction schedule that become infeasible due to activities behind schedule or for any other valid reason. Any activity that cannot be completed by its original latest completion date shall be deemed to be behind schedule. 1.03 Shop Drawing Submittal A. Unless otherwise specified in the Contract Documents, Contractor shall furnish for all equipment and materials to be furnished and installed for the project at least six (6) copies of each shop drawing for Owner's review and approval. Four (4) copies will be retained for Owner's use, and two (2) copies will be returned to Contractor. Revised 10/08/03 Contract No. PKS 06-02 Page 77 of 181 Pages The term "Shop Drawings" as used herein shall be understood to include all data covering all equipment, equipment components, fabricated materials, and furnished materials. Data shall include, but shall not be limited to, design calculations, equipment drawings, fabrication and installation drawings, erection drawings, mix designs, operating instructions, catalog sheets, data sheets, lists, graphs, and similar items. Data shall demonstrate compliance with the Contract Documents. Contractor shall submit shop drawings in a timely manner. Contractor shall allow a reasonable period for Owner's review and approval of shop drawings. Contractor shall be responsible for any project delays resulting from late submittal of initial shop drawings or re-submittal of corrected or revised shop drawings. B. Method of Submittal Contractor shall deliver shop drawings submittals by means of dated, signed, and sequence numbered transmittals on Contractor's letterhead. Contractor shall clearly describe the submittal contents, identifying whether initial or subsequent submittals and stating the drawing numbers and specification sections, articles, and paragraphs to which the shop drawings pertain. All data sheets, catalog cuts, or drawings showing more than the particular item under consideration shall be marked to delete all but the applicable information. Contractor shall comply with Section 2-5.3.3 of the Special Provisions for acceptable form of Submittals. C. Deviations or Exceptions from Contract Documents Where proposed equipment or materials, equipment components, equipment functions, or equipment operations deviate from the specifications and whenever exceptions to the specifications are taken, it shall be clearly noted on the shop drawing submittals. Deviations shall include references to the specific sections, parts, and paragraphs or drawing numbers and notes for which the deviations or exceptions are made. D. Contractor's Review All shop drawing submittals shall be carefully reviewed by Contractor prior to submission to Owner. Contractor shall indicate by a signed and dated stamp on the submittal that Contractor has checked the shop drawings as being correct and in strict conformance with the Contract Documents. Shop drawings not so reviewed by Contractor may be returned without action taken by Owner, and any delays caused thereby shall be the responsibility of the Contractor. E. Owner's Review 1. Owner's review of the shop drawings submitted by Contractor will cover only general conformity to the Contract Documents. The review of shop drawings shall not relieve Contractor of full responsibility for any deviation from the requirements of the Contract Documents. As specified above, deviations or exceptions to the Contract Documents shall be clearly indicated on the shop drawings. Contractor shall be responsible for any errors or omissions in the shop drawings or for the accuracy of dimensions, quantities, and the design of adequate connections and details. Revised 10/08/03 Contract No. PKS 06-02 Page 78 of 181 Pages 2. Unless specified elsewhere, Owner will return three (3) sets of shop drawing submittals to Contractor with his comments noted thereon, within fifteen (15) working days following their receipt by Owner. It is expected that Contractor shall prepare his submittals in such a manner that he is able to obtain a complete and acceptable submittal by the second submission. Owner reserves the right to deduct monies from the amounts due to Contractor to cover the cost of the Owner's review beyond the second submission. F. Corrections and Resubmittals Contractor shall make all required corrections and shall resubmit the required number of corrected shop drawings until found in general conformance with the Contract Documents and design concept of the project. No work that requires shop drawing submittals shall be purchased or commenced until the pertinent shop drawings have been submitted, reviewed, and approved. 1.04 Material Samples Submitted A. General Whenever in the Contract Documents material samples are required, Contractor shall submit to Owner not less than two (2) samples of each such item for review and approval, all at no additional cost to Owner. Upon receiving approval by Owner, one (1) set of the samples will be stamped and dated by Owner and returned to Contractor, and one (1) set of samples shall remain at the job site until completion of the work. Revised 10/08/03 Contract No. PKS 06-02 Page 79 of 181 Pages MISCELLANEOUS PIPING AND APPURTENANCES TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description Pipe shall be furnished and installed as specified in the Specifications and as shown on the Drawings. Where pipe is not specified therein, pipe shall be as specified in Miscellaneous Piping and Appurtenances Technical Specifications. Contractor shall furnish and install piping specialties as shown and specified, complete, including small steel pipe, stainless steel pipe, copper tubing, solvent-welded PVC pipe, mechanical and sleeve couplings, gaskets, bolts, insulating connections, and such other specialties as required for a complete and operable piping system in accordance with the requirements of the Contract Documents. 1.02 Reference Specifications, Codes, and Standards Commercial Standards ANSI/NFPA 70-84 National Electric Code ASTM A 120-84 Specification for Pipe, Steel, Black and Hot-Dipped Zinc- Coated (galvanized) Welded and Seamless, for Ordinary Uses. ASTMA312-84c Specification for Seamless and Welded Austenitic Stainless Steel Pipe. ASTM B 62-82a Specification for Composition Bronze or Ounce Metal Castings. ASTM B 88-83a Specifications for Seamless Copper Water Tube. ASTM D 1785-83 Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 1.03 Contractor Submittals Contractor shall submit manufacturer's product specifications and performance details in accordance with "Contractor Submittals Technical Specifications". Revised 10/08/03 Contract No. PKS 06-02 Page 80 of 181 Pages PART 2 - PRODUCTS 2.03 Copper Tubing Copper tubing shall conform to the requirements of ASTM B 88 and shall be Type K, soft temper for buried tubing and hard-drawn for above-ground application. Fittings shall be soldered or sweated on and shall be of cast bronze or forged brass containing 85 percent copper. Soldered joints for water working pressures below 100 psi shall contain 50-percent tin and 50-percent lead. For higher water working pressures and for compressed air lines, soldered joints shall contain 95-percent tin and 5-percent antimony. For oxygen service, joints shall be made with silver solder. 2.04 PVC (Polyvinyl Chloride) Pipe, Schedules 40 and 80 PVC pipe shall be made from all new rigid unplasticized polyvinyl chloride and shall be Normal Impact (Type I) to conform to the requirements of ASTM D 1785, unless otherwise shown. Schedule 40 fittings shall conform to ASTM D-2466, Schedule 80 socket fittings to ASTM D-2467 and ASTM D-2464 for threaded Schedule 80 fittings. Unless otherwise shown, joint design shall be for solvent-welded. Both pipe and fittings shall be the product of one manufacturer. 2.08 Insulating Connections A. General Insulating bushings, unions, couplings or flanges, as appropriate, shall be used for joining pipes of dissimilar metals, and for piping systems where corrosion control and cathodic protection are involved, or where specified on drawings. B. Material Insulating connections shall be of nylon, Teflon, polycarbonate, polyethylene or other non-conductive materials, and shall have ratings and properties to suit the service and loading conditions. PART 3 - EXECUTION 3.01 Installation A. General All piping shall be installed as specified in the Basic Pipeline or Basic Sewer Specifications. Revised 10/08/03 Contract No. PKS 06-02 Page 81 of 181 Pages B. PVC and CPVC Pipe PVC and CPVC pipe joints shall be solvent-welded in accordance with the manufacturer's instructions. Expansion joints or pipe bends shall be provided to absorb pipe expansion over a temperature range of 100 degrees F, unless otherwise shown. Care shall be taken to provide sufficient supports, anchors, and guides, to avoid stress on the piping. The Contractor shall obtain the services of the PVC and CPVC pipe supplier, to instruct the pipe fitters in the correct way of making solvent welded joints. Only clean, fresh solvent shall be used at any time. D. Couplings Pipe couplings shall be installed in strict accordance with the manufacturer's printed recommendations. E. Gaskets for Flanged Joints Wherever blind flanges are shown, the gaskets shall consist of 1/8-inch thick cloth-inserted rubber or fiber sheet (no asbestos shall be allowed) which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. F. Insulating Connections All insulating connections shall be installed in accordance with manufacturer's printed instructions. Revised 10/08/03 Contract No. PKS 06-02 Page 82 of 181 Pages DOORS, FRAMES, AND HARDWARE TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description Contractor shall furnish and install all doors, frames, hardware, and related items, complete and operable, as specified herein and shown on the Drawings. 1.02 Field Measurements Prior to fabrication, Contractor shall verify all conditions affecting the work specified herein, including obtaining accurate opening dimensions and embedded anchorage arrangements. Discrepancies shall be reported to the Owner prior to commencing work. 1.03 Submittals Complete fabrication, assembly, and installation drawings, together with details and data governing materials used and other accessories furnished, shall be submitted for approval in accordance with the Contractor Submittals Technical Specifications. Data shall include, but not be limited to, the following: A. Door and frame details. B. Hardware reinforcement. C. Schedules showing sizes, types, and locations of door louvers and glazing, if any. D. Anchorage details. E. Manufacturer's literature and any engineering calculations that may be required elsewhere in this section. F. Complete detailed hardware list, hardware schedule, and manufacture's literature on each item. G. Hardware schedule shall indicate type, manufacturer's name, catalog number, location, and finish of each item to be furnished. Schedule shall also include a complete template list showing template references and data for each item requiring preparation of metal doors and frames. PART 2 - PRODUCTS 2.01 Manufacturer A. Hollow Metal Doors and Frames Doors and frames shall be as manufactured by Krieger Steel Products Co., Security Metal Products Corp., Amweld Building Products, or approved equal. All doors and frames shall be manufactured by a single manufacturer. B. Door Hardware Refer to Hardware Schedule, herein. Revised 10/08/03 Contract No. PKS 06-02 Page 83 of 181 Pages 2.02 Hollow Metal Door and Frame Fabrication A. General Hollow metal doors and frames shall be manufactured in accordance with the Steel Door Institute. B. Poors Doors shall be of hollow metal construction with steel reinforced ribs, full flush design, 1-3/4" thick, with no visible seams. Door face sheets shall be formed with seamless 16 gauge steel. Seams at edges shall be continuously and fully welded and ground smooth. Filled joints will not be acceptable. Vertical edges of door shall be reinforced with 14 gauge steel channels the entire height of door. Top and bottom of doors shall have continuous 16 gauge reinforcing channels welded to the face sheets. Doors shall be mortised, reinforced (not less than 8 gauge reinforcement for hinges and 12 gauge for locks and closers), drilled, and tapped in accordance with hardware templates. Reinforcement plates (not less than 14 gauge) shall be provided at all surface applied hardware locations. Reinforcement around openings for louvers and glazing shall be 12 gauge channel reinforcement welded to face sheets. Opening sizes shall be as shown on the Drawings. Louvers shall be mounted in the doors prior to painting. Doors shall be rigid and free from warpage or buckle. Tops of exterior doors shall be provided with flush, water, and weather tight top enclosures. Doors shall be formed and bonded to a rigid fireproof and moisture proof honeycomb core. Doors and frames specified or shown on Drawings as fire rated shall conform to Underwriters Laboratories listings and shall be UL labeled, indicating the type of certification rating. C. Double Doors Double doors shall be provided with a T type steel astragal, unless specified otherwise on the Drawings. D. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonry or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. Revised 10/08/03 Contract No. PKS 06-02 Page 84 of 181 Pages E. Factory Prime Coating Requirements All interior and exterior doors and frames shall be thoroughly cleaned to remove all rust, scale, grease, and oil, then treated with a chemical compound to assure maximum paint adherence, and prime coated with corrosion-inhibiting primer compatible with finish paint specified on Drawings or in the Basic Coating and Painting Specifications. F. Double Doors Double doors shall be provided with a "T" type steel astragal, unless specified otherwise on the Drawings. G. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge type 304 stainless steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be type 304 stainless steel, 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonry or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. H. Finish All interior and exterior doors shall be provided with smooth gloss surface, minimum Value 88 in accordance with ASTM D523. Color shall be as selected by Owner. Stainless steel frames shall be uncoated and provided with a uniform brushed finish. 2.05 Door Hardware A. General Provide all items of hardware indicated on the Drawings and as herein specified, or where necessary for complete installation and proper operation. Door hardware shall be coordinated with all other related work, including template information for door and frame fabrication. All hardware furnished in connection with doors bearing UL labels or where necessary to meet special requirements will be in strict accordance with conditions established by the authority having jurisdiction and shall be subject to approval of that authority. Revised 10/08/03 Contract No. PKS 06-02 Page 85 of 181 Pages B. Finish The finish of all hardware shall be 630 (US32D) brush stainless steel, unless otherwise specified in the Hardware Schedule. C. Keying All locks and cylinders shall be master keyed to the Owner's requirements. Hardware supplier shall submit a keying schedule for approval by Owner prior to order for locks and keying of cylinders. Contractor shall coordinate between Owner and hardware supplier in developing keying schedule. At the completion of the project, Contractor shall furnish Owner with 5 master keys and 3 keys per cylinder keying combination. During construction, all locks shall be furnished with construction cylinders and construction keys. Contractor shall furnish Owner with 2 construction master keys. All locks and locksets shall be manufactured by Schlage, no substitutes. D. Hinges and Pivots Hinges shall be full mortise, template type, unless otherwise specified measuring a minimum of 4.5" x 4.5". All doors over 7'-6" shall have one extra hinge for each 2-1/2' of height and shall measure a minimum of 5"x 4.5". Width of hinges shall be determined by trim conditions. All door hinges shall be provided with non- removable and non-rising pins. E. Locksets and Latchsets All locksets and latchsets shall be mortise type with anti-friction, 2 piece latchbolts, with a minimum 3/4" throw and minimum 1" throw deadbolt. Locksets and latchsets at fire rated doors shall meet code requirements. Function shall be appropriate for door use. All locks shall be provided with the same cylinder and keyway for master keying. All locks shall be the product of the same manufacturer as the locksets, unless otherwise specified. Padlocks shall be heavy-duty type, keyed as directed, and shall be of the same manufacturer as the locksets. Locks and locksets shall be manufactured Schlage, no substitutes. F. Panic Bars (Exit Devices) Where shown on Drawings or specified herein, doors shall be equipped with UL labeled, touchbar exit devices (panic bars) capable of opening door even when locked. Panic bars shall be provided with mortise lock devices and auxiliary bolt for deadlocking, and shall be constructed of corrosion-resistant hardware. Panic bars and shall be as manufactured by Von Duprin, Inc., Sargent, or approved equal. Revised 10/08/03 Contract No. PKS 06-02 Page 86 of 181 Pages G. Door Closers All door closers shall be the product of one manufacturer. All door closers shall have full metal covers, adjustable spring power and adjustable backcheck. Closers shall have backcheck regulating screws, with separate screws for closing and latching speeds. Whenever possible, closers shall be installed with arms parallel to the closed door. Closers for out-swinging exterior doors shall be top- jamb mounted and furnished with adapter plates for doors under 7'-6". If necessary, closers may be mounted on drop brackets on doors 7'-6" and over. On double doors, provide a door closer on each leaf. Maximum allowable "door closer" opening force shall be: 5 pounds for interior doors, 8.5 pounds for exterior doors, and 15 pounds for fire doors. H. Door Stops and Holders Stops shall be provided with machine screws and threaded anchors at concrete or masonry, and toggle bolts at plaster and gypsum board. I. Push Plates. Pulls, and Kickplates Push plates shall be 4" x 16" x 0.050" thick, unless otherwise specified. All pulls shall be thru-bolted under the push plates and shall have beveled mounting holes. Mounting hardware shall not protrude beyond the plates. Kickplates shall be stainless steel, 0.050" thick, beveled on 3 sides, 10" high; except where necessary to clear a louver in which case they shall be 8" high. Width shall be door size, less 2" for single doors and door width, less 1" for double doors. J. Thresholds All thresholds not extending beyond face of doorframe shall be 1 piece, full width of opening, 1/2" maximum rise. Thresholds extending beyond face of doorframe may be two-piece and shall have mitered ends for the portion of threshold extending beyond the door frame. All thresholds shall be provided with stainless steel machine screws in threaded expansion anchors at concrete. K. Hardware Schedule The following hardware schedule is provided as a guide. Contractor shall furnish all hardware necessary for the project. Hardware required for any particular location, but not scheduled, shall be the same as that scheduled for similar locations. Revised 10/08/03 Contract No. PKS 06-02 Page 87 of 181 Pages Catalog numbers listed in the hardware schedule are from the catalogs of the following manufacturers: BBW C H LCN N Me P Q RE RU SCH STA VD Z Builders Brass Works Corbin Co. Hager LCN Closers Norton Door Controls McKinney Mfg. Co. Pemko Mfg. Co. Quality Hardware Co. Reese Enterprises, Inc. Russwin Schlage (No substitute) Stanley Von Duprin, Inc. Zero Weatherstripping Listed manufacturers are used to establish the quality and type of hardware to be furnished. Hardware equal in quality and function may be submitted to Owner for approval, with the exception of items noted "no substitute", provided Contractor demonstrates substitute hardware conforms in function, quality, finish, and workmanship to the products hereinafter specified. Provide product of one manufacturer for each specified hardware item for standardization of appearance, maintenance, and replacement. Hardware Schedule Quantity Item Manuf.Description. Catalog No. Finish 3 1 1 1 1 1 set 1 2 2 1 HW-1 (Ext. Single Door up to 4'-0" W x 7'-6" H) Each door shall have: Hinges Me T4B3386 (5n) US32D Lockset SCH L464 US26D Stop Q 433ES US26D Holder Q 1149A US26D Threshold H 403S US32D Head/Jamb P 290AS USP Bottom P 216AV USP Handle H TP4E (Handicap) US32D Pull Plate H A30S(1) cut for cylinder US32D Kick Plate H 190S(CSK) US32D Revised 10/08/03 Contract No. PKS 06-02 Page 88 of 181 Pages PART 3 - EXECUTION 3.01 Hollow Metal Doors and Frames A. Doors and frames shall be shipped and stored with temporary stiffeners and spreaders to maintain frames in alignment. Storage shall be in a manner that will prevent rusting, damage, or marring of finish. B. All work shall be shop fabricated to required profiles with edges straight, true, and sharp. Fabricate and fit accurately with hairline joints at corners, surfaces free of warp, wave, buckle, and other defects. Welding "Best Grade Commercial Work", with all exposed beads ground smooth. C. Door and frame assemblies shall be installed plumb, square, and level, and be securely and rigidly anchored to the adjoining construction. Door and frame assemblies shall be installed in accordance with approved shop drawings and printed recommendations and instructions of the manufacturer. D. Doors shall be installed with a maximum clearance of 1/8" at head, 3/32" at strike jamb, 1/8" at butt jamb, and as required where thresholds are listed, and shall not exceed the manufacturer's specified limits. E. All work shall be coordinated with the work of related subcontractors and suppliers to assure a proper installation. F. Protect installed doors against damage during construction. 3.03 Door Hardware A. Installation 1. All hardware items shall be installed in accordance with manufacturer's written recommendations and instructions. 2. All finish hardware work shall be neat and secure, installed to develop full strength of components and provide proper function. 3. Contractor shall take preventative measures to avoid marring, scratching, or otherwise damaging adjacent finishes during installation. 4. Latchbolts shall be installed to automatically engage in strikes, whether activated by closers or manually. In no case shall additional manual pressure be required to engage latchbolt in strike. 5. Closers and hinges shall be adjusted to operate doors evenly without noise and binding. Closers, closer arms, and hold-open arms shall be attached with six bolts. 6. Stops and holders shall be installed to allow doors to open as far as possible. Revised 10/08/03 Contract No. PKS 06-02 Page 89 of 181 Pages 7. Wall mounted hardware shall be installed over solid structural backing or solid blocking in hollow walls. 8. Thresholds shall be installed with ends neatly coped to fit profile of door jamb. Thresholds shall be set in sealant with ends sealed to door jambs, or closed with mitered ends when threshold extends beyond door jamb. 9. All doors shall be provided with weatherstripping or seals unless product weatherstripping or other special seals are specified. 10. Mounting of door hardware shall be in accordance with the published recommendations of the Door and Hardware Institute. B. Protection 1. Contractor shall provide removable protection on exposed surfaces of hardware to prevent damage or staining of hardware during construction. Hardware protection shall be removed just prior to final cleaning and polishing. 2. All finish hardware shall be fitted and dismantled before painting work and shall be reinstalled after finish painting work or provided with paint protection prior to painting work. C. Warranty All hardware shall be warranted for a period of 2 years from the date of acceptance of the project. Defects in material and workmanship occurring during the warranty period shall be corrected to the satisfaction of the Owner. D. Special Tools Contractor shall provide 2 sets of installation and adjusting tools. Revised 10/08/03 Contract No. PKS 06-02 Page 90 of 181 Pages PLUMBING FIXTURES TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description A. Contractor shall furnish all labor, material, and equipment and perform all operations necessary to install all plumbing fixtures and perform all associated plumbing construction as required in the Contract Documents B. Contractor shall make all preparations and do all work necessary to receive and adjoin other work. C. Contractor shall give the work his personal supervision and shall keep a competent foreman on the job at all times. D. Contractor shall inspect and verify position of all pipe and drain locations for connection to other construction including existing plumbing. E. Contractor shall arrange necessary storage space for construction materials at the job site. F. Contractor shall call for all inspections required in the course of his work. G. Contractor shall submit manufacturer's specifications, literature, and drawings, including all pertinent dimensions, to the Owner for approval. Equipment shall be as specified from manufacturers listed. PART 2 - PRODUCTS 2.01 ADA COMPLIANT FLUSH VALVE TOILET AND ACCESSORIES Toilet Fixture • Vitreous china. Color, White. Water Saving (13.2 Lpf/3.5 gpf). Wall-mounted elongated bowl. Fully glazed 2 1/2 inch ballpass trapway. Condensation channel. Direct-fed siphon jet action. 1-1/2" inlet spud. 10" x 12" water surface area. Top Spud. • Meets or exceeds the following specifications: ASME A112.19.2M (and 19.6M) for Vitreous China Fixtures - includes Flush Performance, Ball Pass Diameter, Trap Seal Depth and all Dimensions. American Standard Instanto Elongated Flush Valve Toilet, Model 2512.010. Carrier • Adjustable, horizontal siphon jet water closet "Rigid System" with 4 [102] No-Hub connections. Complete with Dura-Coated cast iron right hand, left hand, or double main fitting, with 2 [51] vent, adjustable gasketed faceplate, universal floor mounted foot supports, corrosion resistant adjustable ABS coupling with integral test cap, fixture bolts, trim, and stud protectors. Rear anchor tie down and bonded "Neo-Seal" gasket. Revised 10/08/03 Contract No. PKS 06-02 Page 91 of 181 Pages Zum Siphon Jet Model 1203-N Flushometer Quiet, Exposed, Diaphragm Type, Chrome Plated Closet Flushometer with the following features: • PERMEX™ Synthetic Rubber Diaphragm with Dual Filtered Fixed Bypass • ADA Compliant Metal Oscillating Non-Hold-Open Handle with Triple Seal • Handle Packing • Aesthetically contoured Cover, Handle Socket and Flanges • 1" I.P.S. Screwdriver Bak-Chek™ Angle Stop • Free Spinning Vandal Resistant Stop Cap • Adjustable Tailpiece • High Back Pressure Vacuum Breaker Flush Connection with One-piece Bottom Hex Coupling Nut • Spud Coupling and Flange for 1 Yf Top Spud • Sweat Solder Adapter with Cover Tube and Cast Set Screw Wall Flange • High Copper, Low Zinc Brass Castings for Dezincification Resistance • Non-Hold-Open Handle, Fixed Metering Bypass and No External Volume • Adjustment to Ensure Water Conservation • Flush Accuracy Controlled by CID™ Technology • Diaphragm, Handle Packing, Stop Seat and Vacuum Breaker to be molded from PERMEX™ Rubber Compound for Chloramine Resistance Sloan Royal Flushometer Model 110.3 Seat • Solid plastic commercial weight heavy-duty seat. Seats shall be No. 95SSC as manufactured by Olsonite Co. Contoured seats shall be heavy-duty injection molded plastic with open front, less cover, and self sustaining stainless steel hinges. Seats shall feature large molded-in bumpers. Color to be white. Olsonite Model 95SSC 2.02 ADA COMPLIANT LAVATORY BASIN, METERING FAUCETS, AND ACCESSORIES. Faucets Polished chrome-plated single basin lavatory, slow-closing metering faucet with an integral brass 3-1/2" [89mm] centeriine spout, and a vandal-resistant, ADA compliant color-coded brass handle. Easily adjustable cycle time, preset to 10 seconds at 80 PSI. Unit is furnished with a water-conserving aerator which reduces flow to .25 GPC [.95 L] (complying with ANSI A112.18.1 Standard for flow), mounting hardware and a 1/2" [13mm] NPSM coupling nut for standard lavatory riser. Zurn Aquaspec Model Z-86100. Countertop Lavatory • Vitreous china, self-rimming-front overflow, supplied with template and color matched sealant, equipped with faucet ledge. American Standard Aqualyn Model # 0475.047 2.03 ELECTRIC HAND DRYER 0 Revised 10/08/03 Contract No. PKS 06-02 Page 92 of 181 Pages Hand Dryer • One-piece, minimum 1/8" (3mm) thick, grey iron-casting is finished in high-gloss, acid- resistant, multicoat vitreous enamel. Equipped with a two-position, self-returning, chrome-plated air-outlet nozzle. Graphic operating instructions are permanently fused with vitreous enamel cover for maximum vandal- and wear-resistance. Air-inlet and - outlet openings are equipped with vandal-resistant grilles. Cover is secured to mounting base with two concealed, vandal-resistant, recessed hexscrews. Concealed air-intake grilles and inaccessible heating element with no projecting nozzles or push buttons. No- touch electronic operation; automatically turn off when hands are moved away. Even drying temperature with large airflow output. Solid-state electronics; 1/10" hp, 6200 rpm universal motor and heating element is equipped with automatic thermal overload switches; centrifugal fan delivers 150 cfm (UL and C-UL Listed). Bobrick B-700 Surface Mounted Hand Dryer 2.04 ADA COMPLIANT WALL MOUNTED URINALS Urinals • Vitreous china, low consumption (3.8 Lpf/1.0 gpf), flushing rim, siphon jet flush action, 3/4 " inlet spud, outlet connection threaded 2" inside (NPTF), wall hanger, meets ANSI flush requirements of 0.7 to 1.0 GPF. Color White.American Standard Allbrook 1.0 Model 6541.132 Top Spud Revised 10/08/03 Contract No. PKS 06-02 Page 93 of 181 Pages Flushometer • Exposed urinal flushometer for 3/> inch top spud urinal. Low consumption (1.0 gpf / 3.8 Ipf), quiet, exposed, diaphragm type, chrome plated urinal flushometer with the following features: Dual filtered bypass. Diaphragm, handle packing, stop seat and vacuum breaker to be molded from Permex rubber compound for chloramines resistance. ADA compliant metal oscillating non-hold-open handle with triple seal handle packing. Valve Body, Cover, Tailpiece and Control Stop shall be in conformance with ASTM Alloy Classification for Semi-Red Brass. Valve shall be in compliance to the applicable sections of ASSE 1037, ANSI/ASME 112.19.6, and Military Specification V-29193. Sloan Model 186.1 2.05 TOILET TISSUE DISPENSER Dispenser • 316L 12-gauge stainless steel single wall construction. Smooth brushed #4 finish. Smooth rounded flat bends. TIG welding. Exposed edges chamfered. Stainless steel compartment for padlock. ADA compliant, exception free. Mounts directly to metal, concrete, or heavy wood with anchor bolts. Accepts 10-inch and 14-inch jumbo rolls. "Universal" Accepts ALL roll products from all sources. Vandal Stop Products Model JRD *(No Substitutions) NOTE TO CONTRACTOR / THESE PLUMBIC FIXTURES ARE STANDARD FIXTURES FOR CITY OF CARLSBAD PARK RESTROOM FACILITIES AND ARE INDICATED AS SUCH. NO EXCEPTIONS TO THESE FIXTURES WILL BE ACCEPTED. SUBMITTING A BID INDICATES THAT THE CONTRACTOR AGREES TO SUPPLY THE INDICATED PLUMBING FIXTURES. PART 3 - INSTALLATION Installation shall be in accordance with the UBC and manufacturer's written instructions. Revised 10/08/03 Contract No. PKS 06-02 Page 94 of 181 Pages APPENDIX C SPECIAL PROVISIONS BASIC SPECIFICATIONS Coating and Painting Part 1 General 1.01 Scope 101 1.02 Reference Specifications and Standards 102 1.03 Painting Subcontractor 102 1.04 Shop Drawing Submittals 102 1.05 Quality Assurance 102 1.06 Safety and Health Requirements 103 1.07 Extra Stock 104 Part 2 Products 2.01 General 104 2.03 Service Condition A 105 2.12 Service Condition B 106 2.13 Service Condition C 106 2.15 Service Condition D 107 2.17 Service Condition E 108 2.18 Service Condition F 108 2.21 Miscellaneous Coatings 108 Part 3 Execution 3.01 General 109 3.02 Surface Preparation, Ferrous Metal 109 3.05 Surface Preparation, Concrete and Masonry 111 3.06 Surface Preparation, Wood and Composite Materials 111 3.07 Coating and Painting Application, General 112 3.08 Shop Coating 113 3.09 Protective Coating and Painting Schedule 114 3.10 Color Scheme 114 3.11 Cleanup 114 Concrete Specifications Part 1 General 1.01 General Requirements 115 1.02 Reference Specifications, Codes and Standards 115 1.03 Contractor Submittals 116 1.04 Quality Assurance 116 Revised 10/08/03 Contract No. PKS 06-02 Page 95 of 181 Pages Part 2 Products 2.01 Concrete Materials 118 2.02 Curing Materials 120 2.04 Expansion Joints 121 2.05 Joint Sealant 121 2.06 Concrete Bond Breaker 121 2.07 Concrete Design Requirements 122 2.08 Consistency 122 2.09 Ready-Mixed Concrete 123 Part 3 Execution 3.01 Proportioning and Mixing 124 3.02 Preparation of Surfaces for Concreting 124 3.03 Handling, Transporting and Placing 126 3.04 Pumping of Concrete 127 3.05 Order of Placing Concrete 128 3.06 Tamping and Vibrating 128 3.07 Finishing Concrete Surfaces 129 3.09 Curing and Damproofmg 130 3.10 Protection 131 3.11 Curing in Cold Weather 131 3.12 Treatment of Surface Defects 132 3.14 Care and Repair of Concrete 133 Concrete Formwork Part 1 General 1.01 General Requirements 134 1.02 Reference Specifications, Codes and Standards 134 1.04 Quality Assurance 134 Part 2 Products 2.01 General 134 2.02 Forms and Falsework Materials 135 Part 3 Execution 3.01 General 135 3.02 Form Design 136 3.03 Construction 136 3.04 Reuse of Forms 136 3.05 Removal of Forms 137 3.06 Maintenance of Forms 137 Revised 10/08/03 Contract No. PKS 06-02 Page 96 of 181 Pages Concrete Reinforcement Part 1 General 1.01 General Requirements 138 1.02 Reference Specifications, Codes and Standards 138 1.03 Contractor Submittals 138 Part 2 Products 2.01 Reinforcement Steel 139 Part 3 Execution 3.01 General 139 3.02 Placing 139 3.03 Spacing of Bars 140 3.04 Splicing 140 3.05 Cleaning and Protection 141 Concrete Masonry Part 1 General 1.01 General Requirements 142 1.02 Reference Specifications, Codes and Standards 142 1.03 Quality Assurance 143 1.04 Product Storage 144 Part 2 Products 2.01 Materials 144 2.02 Mortar & Grout 146 Part 3 Execution 3.01 Workmanship 146 3.02 Protection of the Work 147 3.03 Masonry Units 147 3.04 Joints 147 3.05 Reinforcing 148 3.06 Grouting 148 3.07 Cleaning and Protection 149 Earthwork 1. Scope 150 2. Protection of Existing Work 150 3. Grade Control 150 4. Clearing and Grubbing 150 5. Field Compaction Tests 151 6. Materials to be Excavated 151 7. Excavation 151 8. Fill and Backfill 151 9. Finish Grading 151 Revised 10/08/03 Contract No. PKS 06-02 Page 97 of 181 Pages Electrical Part 1 General 1.01 Description 152 1.02 Reference Codes and Standards 152 1.2 Submittals 152 1.3 Delivery Storage and Handling 153 1.05 Public Utilities 154 Part 2 Products 2.01 General 154 2.02 Grounding 154 2.03 Pull Boxes 155 2.04 Conduit 155 2.07 Conductors and Cable 157 2.08 Switches and Relays 157 2.09 Receptacles 158 2.10 Device Boxes, Junction Boxes, and Fittings 158 2.11 Disconnect Switches 159 2.12 Low-Voltage Cable Splices 160 2.11 Miscellaneous Equipment and Material 160 Part 3 Execution 3.01 General 161 3.02 Conduit Installation 161 3.03 Conductor and Cable Installation 163 3.04 Installation of Boxes and Wiring Devices 165 3.05 Transformer Installation 165 3.06 Protection 166 3.07 Workmanship 166 Structural Steel and Miscellaneous Metal Work Part 1 General 1.01 General Requirements 167 1.02 Quality Assurance 167 1.03 Submittals 168 Part 2 Products 2.01 Materials-General 168 Part 3 Execution 3.01 Fabrication 171 3.02 Erection 172 Revised 10/08/03 Contract No. PKS 06-02 Page 98 of 181 Pages BASIC COATING AND PAINTING SPECIFICATION FOR FACILITIES PART 1 - GENERAL 1.01 Scope A. The work included in this section consists of furnishing all labor, materials, apparatus, scaffolding and all appurtenant work in connection with coating and painting, as indicated on the drawings and as specified herein. B. In general, the following surfaces are to be coated or painted: 1. Exposed piping and other metal surfaces, interior and exterior. 2. All submerged and intermittently submerged metal surfaces, except stainless steel. 3. All structural and miscellaneous steel, including tanks. 4. All exterior above ground concrete and masonry. 5. The interior of certain structures as specified in the Painting and/or Coating Schedule. 6. Equipment furnished with and without factory finished surfaces. 7. Doors, frames, woodwork and architectural trim work. C. The following surfaces shall not be coated or painted unless shown or specified herein, or elsewhere in the Contract Documents. 1. Stainless steel. 2. Equipment nameplates, machined surfaces and grease fittings. 3. Non-ferrous and galvanized ferrous metal, including: (a) floor gratings, plates and frames, (b) handrails, (c) stair treads, stringers and supports, (d) ladders and supports, (e) chain link fencing and appurtenances, (f) conduits. D. In no case shall any concrete, wood, metal or any other surface requiring protection be left uncoated or unpainted, even though not specifically defined herein. Revised 10/08/03 Contract No. PKS 06-02 Page 99 of 181 Pages 1.02 Reference Specifications and Standards Without limiting the general aspects of other requirements of these specifications, all surface preparation, coating and painting of surfaces shall conform to the applicable requirements of the National Association of Corrosion Engineers (NACE), the Steel Structures Painting Council (SSPC), the American Concrete Institute, the Forest Products Research Society, and the manufacturer's printed recommendations. In the event of a conflict between codes, reference standards, drawings, and these specifications, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Owner for clarification and direction prior to ordering or providing any materials or labor. 1.03 Painting Subcontractor Where protective coatings are to be performed by a subcontractor, said subcontractor must possess a valid state license as required for performance of the painting and coating work called for in this specification and shall have a minimum of five years practical experience and successful history in the application of specified products to surfaces and facilities of water and wastewater treatment facilities. Upon request, he shall substantiate this requirement by furnishing a list of references. 1.04 Shop Drawing Submittals For each coating system to be used, the Contractor shall submit for Owner's review and approval the following data: 1. Paint manufacturer's data sheet for each product used, including statements on the suitability of the material for the intended use. 2. Paint manufacturer's instructions and recommendations on surface preparation and application. 3. Samples of colors and finishes available for each product. Where custom mixed colors are specified (e.g. to match colors of existing coated surfaces), the submitted color samples shall be made using color formulations prepared to match the color samples furnished or specified by the Owner. The color formula shall be provided with each color sample. 4. Compatibility of shop and field applied coatings (where applicable). 5. Material safety data sheet for each product used. 1.05 Quality Assurance A. Coating and Painting Application No coating or paint shall be applied: when the surrounding air temperature or the temperature of the surface to be coated or painted is below 40°F (4.4°C); to wet or damp surfaces or in rain, snow, fog, or mist; when the temperature is less than 5°F (2.8°C) above the dew point; when it is expected the air temperature will drop below 40°F (4.4°C) or less than 5°F (2.8°C) above the dew point within 8 hours after application of coating or paint. Dewpoint shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. Revised 10/08/03 Contract No. PKS 06-02 Page 100 of 181 Pages If above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. B. Inspection Concrete, non-ferrous metal, plastic and wood surfaces shall be visually inspected to insure proper and complete coverage has been attained. A destructive testing instrument, such as a Tooke Gage, shall be used if deemed necessary. Thickness of coatings and paint on ferrous metal surfaces shall be checked with a non-destructive, magnetic type dry film thickness gauge. Coating integrity of Systems A and C surfaces shall be tested with an approved inspection device. Holiday detectors shall not exceed the voltage recommended by the manufacturer of the coating system. For film thicknesses between 10 and 20 mils (0.25 mm and 0.50 mm) a non-sudsing type wetting agent such as Kodak Photo-Flo, shall be added to the water prior to wetting the detector sponge. All pinholes shall be marked, repaired in accordance with the manufacturer's printed recommendations and retested. No pinholes or other irregularities will be permitted in the final coating. In cases of dispute concerning film thickness or "holidays", the Owner's calibrated instruments and measurements shall predominate. Wide film thickness discrepancies shall be measured and verified with a micrometer or other approved measuring instrument. Contractor shall give the Owner a minimum of 3 working days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 working days advance notice of the start of any shop surface preparation work or coating application work. C. Warranty Inspection Warranty inspection shall be conducted during the eleventh month of the Contract warranty period. The Contractor and a representative of the coating material manufacturer shall attend this inspection. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Owner. 1.06 Safety and Health Requirements A. General Surface preparation and application of coatings shall be performed by the Contractor in compliance with all applicable federal, state, and local occupational safety, health, and air pollution control regulations. The Contractor shall obtain and comply with all safety precautions recommended by the paint manufacturer in printed instructions or special bulletins. The Contractor shall provide and require use of personnel protective lifesaving equipment for persons working in or about the project site. Revised 10/08/03 Contract No. PKS 06-02 Page 101 of 181 Pages B. Head and Face Protection and Respiratory Devices Equipment shall include protective eye protection, hearing protection and respiratory protection, which shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during sandblasting shall wear eye and face protection devices and air-purifying, half-mask or mouthpiece respirator with appropriate filter. C. Sound Levels Whenever the occupational noise exposure exceeds the maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices. D. Illumination Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the Owner, the Contractor shall provide additional lighting and necessary supports to illuminate all areas to be inspected. The Owner shall determine the level of illumination for inspection purposes. E. Temporary Ladders and Scaffolding All temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected where requested by the Owner to facilitate inspection and be moved by the Contractor to locations requested by the Owner. 1.07 Extra Stock Upon completion of all coating and painting work, Contractor shall deliver to the Owner a minimum of two 1 gallon cans of each type and color of finish paint and coating used on the project and two 1 gallon cans of each primer. Each container shall be unopened and properly labeled for identification and have a manufacture date within two months of the date of delivery to the Owner. PART 2 - PRODUCTS 2.01 General A. Products specified are that which have been evaluated for the specific service and are listed to establish a standard of quality. Requests for product substitution are subject to the requirements of section "Contractor Submittals Technical Specifications". B. All materials shall be brought to job site in original sealed containers. Contractor shall provide coating material name, formula or specification number, batch number, color and date of manufacture to the Owner. Coating materials shall not be used until the Owner has inspected contents and checked information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. Revised 10/08/03 Contract No. PKS 06-02 Page 102 of 181 Pages C. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paints must be stored to conform with city, county, state, and federal safety codes for flammable coating or paint materials. Water based coatings or paints shall be protected from freezing. D. Contractor shall use products of same manufacturer for all coating systems unless approved in writing by the Owner. E. It is the intent of this specification that all coatings used meet local, state, and federal air pollution control regulations. These regulations change frequently. If a listed coating does not meet local, state, and federal air pollution control regulations at the time the work is actually performed, the Contractor shall provide the manufacturer's compliant, recommended substitute coating at no additional cost to the Owner. 2.03 Service Condition A Ferrous metals not subject to corrosive moisture or atmosphere and condensation; normal indoor or outdoor exposure such as metal doors, other architectural items; piping, valves, and pumps indoors, etc. shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be field sandblasted in conformance with SSPC-SP6 and NACE No. 3 (Commercial Blast Cleaning). B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum and maximum times required between coats shall be per the manufacturer's product data sheet. Written requests for shop surface preparation and application of the prime coat shall be reviewed and approved by Owner on a case-by-case basis. If approved by Owner, shop applied prime coat surface shall be scarified by brush-blasting prior to application of finish coat. C. Coating System Except as otherwise noted, the prime coat shall have a MDFT of 4.0 mils. The finish coat (one or more) shall have a MDFT of 3.0 mils. The total dry film thick- ness of the complete system shall be 7.0 mils, minimum. Carboline /Kop-Coat System Primer - Carboline 893 Finish - Carbothane D134 HS Ameron System Primer - Amercoat 385 Finish - Amercoat 450 HS Tnemec System Primer - Series 69 Hi-Build Epoxoline II Finish - Series 74 Endurashield Revised 10/08/03 Contract No. PKS 06-02 Page 103 of 181 Pages 2.12 Service Condition B Interior and exterior concrete surfaces exposed to view, not subject to immersion and not subject to pedestrian traffic, and concrete block and masonry without integral color or architectural treatment, shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting or other approved methods, removing all traces of previous materials. Remove all loose concrete, mortar splatter and protrusions by chipping, etc. to leave only sound firmly bonded concrete, concrete block, or masonry. All cracks and voids shall be filled with an approved concrete and masonry patching compound. Final surface shall be smooth and free of voids, cavities, dirt, dust, oils, grease, laitance or other contaminants. B. Application Application shall be in strict accordance with manufacturer's recommendations. A minimum of 12 hours is required before additional coats may be applied to the prime coat and two hours for the finish coats. C. Coating System Prime coat shall be applied at a rate of 75-100 square feet per gallon. A minimum of two finish coats shall be applied at a coverage rate not to exceed 150 square feet per gallon per coat. Primer Behr/ Water-Based Primer & Sealer No. 436 Interior Finish Behr/ Masonry, Stucco & Brick Paint Satin Exterior Finish Behr/ Masonry, Stucco & Brick Paint Flat Color / Spanish Tan (*No Substitutions) 2.13 Service Condition C Concrete floors subject to corrosive moisture and pedestrian traffic where specified shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting or other approved methods; removing all traces of previous materials. Remove all loose concrete by chipping, etc. to leave only sound firmly bonded concrete. Cracks and voids Revised 10/08/03 Contract No. PKS 06-02 Page 104 of 181 Pages shall be repaired or filled with the specified filler and surfacer. Final surfaces shall be smooth and free of voids, cavities, dirt, dust, oils, grease laitance or other contaminants. B. Application Application shall be in strict accordance with manufacturer's recommendation. C. Coating System Decorative quartz epoxy flooring shall be Dex-O-Tex Decor-Flor as manufactured by Crossfield Products Corp., Rancho Dominguez, California; Roselle Park, New Jersey and Burr Ridge, Illinois. *(No Substitutes). Color to be selected by Owner. 2.15 Service Condition D Interior and exterior architectural woodwork shall receive the following surface preparation and coating: A. Surface Preparation Sand new and bare wood to remove any surface contamination and surface cells. For previously coated surfaces sand loose paint to a tight, adherent surface. Cracks, nail holes, and other defects shall be filled with putty or plastic wood after priming. All knots shall be sealed with an approved knot sealer. Prior to coating, all surfaces shall have a moisture content below level recommended by coating manufacturer and shall be thoroughly cleaned and free of all foreign matter. B. Application Application shall be in strict accordance with manufacturer's recommendations. C. Coating System Prime coat shall be applied at a coverage rate not to exceed 280 square feet per gallon. The finish coat shall be applied at a coverage rate not to exceed 280 square feet per gallon. Primer Behr/ Water-Based Primer & Sealer No. 436 Interior Finish Behr/ Masonry, Stucco & Brick Paint Satin Exterior Finish Behr/ Masonry, Stucco & Brick Paint Flat Color/Spanish Tan (*No Substitutions) 2.17 Service Condition E ^W Revised 10/08/03 Contract No. PKS 06-02 Page 105 of 181 Pages Manufactured items furnished with shop-applied coat of primer requiring field touch-up or with a shop-applied primer which is not compatible with the required coating system shall receive the following surface preparation and coating system: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering of damaged areas. If determined by the Owner that damage is too extensive for touch-up, item shall be re-cleaned and coated or painted as directed by Owner. B. Coating System Prime and finish coats shall be the system recommended for the specific Service Condition. Prime coat shall be compatible with the required system. If not (as determined by the Owner) the prime coat shall either be removed by sandblasting or coated with a suitable primer which is compatible with the shop primer utilized and the coating system required. Costs incurred for repair or replacement of shop-applied primers shall be the sole responsibility of the Contractor. 2.18 Service Condition F Manufactured items furnished with shop-applied primer and finish coats requiring field touch-up shall receive the following surface preparation and coating system: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering of damaged areas. If determined by the Owner that damage is too extensive for touch-up, item shall be re-cleaned and coated or painted as directed by Owner. B. Coating System Prime and finish coats shall be the system recommended for the specific Service Condition. Costs incurred for repair or replacement of shop-applied coatings or finishes shall be the sole responsibility of the Contractor. 2.21 Miscellaneous Coatings A. Aluminum Metal Isolation All aluminum bearing on, or embedded in, concrete shall be coated with a wash primer (0.5 mils) followed by one coat (8 mils) of heavy bodied bituminous paint, Kop-Coat Bitumastic Super Service Black or Tnemec 46-465. PART 3 - EXECUTION Revised 10/08/03 Contract No. PKS 06-02 Page 106 of 181 Pages 3.01 General A. All surface preparation, coating and painting shall conform to applicable standards of the National Association of Corrosion Engineers, the Steel Structures Painting Council, the American Concrete Institute, the Forest Products Research Society, and the Manufacturer's printed instructions. Material applied prior to approval of surface preparation by the Owner shall be removed and reapplied to the satisfaction of the Owner at the expense of the Contractor. B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the Owner. C. Unless otherwise specified, dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. D. Coating and painting systems include surface preparations, prime coatings and finish coatings. Surface preparation for a specific Service Condition shall be as specified for that coating or painting system. Unless otherwise specified, prime coatings shall be field applied. Where prime coatings are shop applied, they shall be thoroughly cleaned and touched up in the field as specified. If shop coatings are deficient or damaged too extensively for adequate repair, they shall be removed and coated and painted as directed by the Owner. Contractor shall instruct suppliers to provide prime coats compatible with the finish coats specified. Any off site work which does not conform to this specification is subject to rejection by the Owner. E. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval by the Owner. 3.02 Surface Preparation, Ferrous Metal A. General The latest revision of the following surface preparation specifications of the Steel Structures Painting Council and the National Association of Corrosion Engineers shall form a part of this specification: 1. Solvent Cleaning (SSPC-SP1). Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action. 2. Hand Tool Cleaning (SSPC-SP2). Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by hand chipping, scraping, sanding and wire brushing. Revised 10/08/03 Contract No. PKS 06-02 Page 107 of 181 Pages 3. Power Tool Cleaning (SSPC-SP3). Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by power wire brushing, power impact tools or power sanders. 4. White Metal Blast Cleaning (SSPC-SP5). Blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues. 5. Commercial Blast Cleaning (SSPC-SP6 and NACE No. 3). Blast cleaning until at least two-thirds of each element of surface area is free of all visible residues. 6. Brush-Off Blast Cleaning (SSPC-SP7 and NACE No. 4). Blast cleaning to remove loose rust, loose mill scale and other detrimental foreign matter to degree specified. 7. Near White Blast Cleaning (SSPC-SP10 and NACE No. 2). Blast cleaning to nearly white metal cleanliness, until at least 95% of each element of surface area is free of all visible residues. B. Slag and weld metal accumulation and spatters not removed by the fabricator, erector, or installer shall be removed by chipping and grinding. All rough welds shall be ground smooth and sharp edges shall be ground to approximately 1/8" radius. C. Field blast cleaning for all surfaces shall be dry sandblasting unless otherwise directed. D. The Contractor shall comply with all applicable local, state, and federal, air pollution control regulations for blast cleaning. E. All oil, grease, welding fluxes and other surface contaminants shall be removed by solvent cleaning per SSPC-SP1 prior to blast cleaning. F. Maximum particle size of abrasives used in blast cleaning shall be that which will produce a surface profile in accordance with these specifications and the recommendations of the manufacturer of the specified coating system to be applied. G. Sand used in blast cleaning operations shall be washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused. H. Shop applied temporary coatings or shop applied coatings of unknown composition shall be completely removed before the specified coatings are applied. I. During blast cleaning operations, caution shall be exercised to insure that existing coatings or paint are not exposed to abrasion from blast-cleaning. Revised 10/08/03 Contract No. PKS 06-02 Page 108 of 181 Pages J. The Contractor shall keep the area of his work in a clean condition and shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the prosecution of the work or the operation of the existing facilities. K. Surfaces shall be cleaned of all dust and residual particles of the cleaning operation by dry air blast cleaning, vacuuming or another approved method prior to application of specified coatings or paint. No coatings or paint shall be applied over damp or moist surfaces. L. All welds shall be neutralized with a suitable chemical compatible with the specified coating materials. 3.05 Surface Preparation, Concrete and Masonry A. Surface preparation shall not begin until at least 30 days after the concrete or masonry has been placed. B. All oil, grease, and form release and curing compounds shall be removed by detergent cleaning per SSPC-SP1 before abrasive blast cleaning. C. Concrete and masonry surfaces and deteriorated concrete surfaces to be coated shall be abrasive blast cleaned to remove existing coatings, laitance, deteriorated concrete, and to roughen the surface. The abrasive used should be dry and clean with the maximum particle size that will pass through a 16 mesh screen. Cracks and voids shall be repaired or filled with the specified filler and surfacer. Final surface shall be sound, firmly bonded, smooth and free of voids, cavities, dirt, dust, oils, grease, laitance, or other contaminants. D. Residual abrasive, dust and loose particles shall be removed from the surface by vacuuming or blowing off with dry high-pressure air. E. Unless required for proper adhesion, surfaces shall be dry prior to coating. The presence of moisture shall be determined with an approved moisture detection device. 3.06 Surface Preparation, Wood and Composition Materials All surfaces shall be cleaned of dirt, oil, or other foreign substances with mineral spirits, scrapers, sandpaper, or wire brushes. Finished surfaces exposed to view shall, if necessary, be made smooth by planing or sandpapering. Small, dry, seasoned knots shall be surface scraped, sandpapered, and thoroughly cleaned, and shall be given a thin coat of WP-578 Western Pine Association knot sealer before application of the priming coat. Large, open unseasoned knots, and all beads or streaks of pitch shall be scraped off, or if the pitch is still soft, it shall be removed with mineral spirits or turpentine and the resinous area shall be thinly coated with knot sealer. After priming, all holes and imperfections shall be filled with putty or plastic wood (colored to match the finish coat), allowed to dry, and sandpapered smooth. Existing surfaces shall be cleaned of all loose or flaking paint and sandpapered to a tight, adherent surface. 3.07 Coating and Painting Application, General Revised 10/08/03 Contract No. PKS 06-02 Page 109 of 181 Pages A. Coating and painting application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specifications SSPC-PA1, latest revision, for "Shop, Field and Maintenance Painting", and recommended practices of the National Association of Corrosion Engineers, the American Concrete Institute, the Forest Products Research Society and the Manufacturer of the coating and paint materials. B. Application of the first coat shall follow immediately after surface preparation and cleaning and within an eight hour working day. Any cleaned areas not receiving first coat within an eight hour period shall be recleaned prior to application of first coat. Cleaned surfaces and all coats of the specified system shall be inspected prior to application of each succeeding coat. Contractor shall schedule such inspection with Owner in advance. C. Prior to assembly, all surfaces made inaccessible after assembly, shall be prepared as specified herein and shall receive the coating or painting system specified. D. Thinning shall be permitted only as recommended by the Manufacturer and approved by the Owner. E. Coating materials shall be protected from exposure to cold weather, and shall be thoroughly stirred, strained, and kept at a uniform consistency during application. F. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, and variations in color, texture and finish, with no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes. G. Protective coverings or drop cloths shall be used to protect floors, fixtures and equipment. The working parts of all mechanical and electrical equipment shall be protected from damage during surface preparation and coating operations. Openings in motors shall be masked to prevent entry of coating or other materials. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Spray painting shall be conducted under carefully controlled conditions. The Contractor shall be fully responsible for and shall promptly repair any and all damage to adjacent facilities or adjoining property occurring from blast cleaning or coating operations. H. When two or more coats of coating or paint are specified, each coat shall be of a slightly different shade to facilitate inspection of surface coverage of each coat. I. Specified film thicknesses per coat for the Service Conditions are minimum required. Contractor shall apply additional coats as necessary to achieve the specified thickness. J. All material shall be applied as specified. K. All welds and irregular surfaces shall receive a brush coat of the specified product prior to application of the first complete coat. Revised 10/08/03 Contract No. PKS 06-02 Page 110 of 181 Pages L. Cleaning and coating shall be coordinated so that dust and other contaminants from the cleaning process will not fall on wet, newly-coated surfaces. M. Drying time between coats and surface curing shall be as recommended by the coating manufacturer depending upon field conditions of temperature and humidity. Times shall be submitted with the shop drawings based on 70°F and relative humidity of 50%. N. In the case of enclosed areas, the forced air ventilation system shall operate continuously to provide air circulation and exhausting of solvent vapors. 3.08 Shop Coating A. All items of equipment, or parts of equipment which are not submerged in service, shall be shop primed and then finish coated in the field, after installation, with the specified or approved color. The methods, materials, application equipment and all other details of shop painting shall comply with these specifications. If the shop primer requires top coating within a specified period of time, the equipment shall be finish coated in the shop and then touch-up painted after installation. B. All items of equipment, or parts and surfaces of equipment which are submerged or inside an enclosed hydraulic structure when in service, with the exception of pumps and valves, shall have all surface preparation and coating work performed in the field. C. For certain pieces of equipment it may be undesirable or impractical to apply finish coatings in the field. Such equipment may include engine generator sets, equipment such as electrical control panels, switchgear or main control boards, submerged parts of pumps, ferrous metal passages in valves, or other items where it is not possible to obtain the specified quality in the field. Such equipment shall be shop primed and finish coated and touched up in the field with the identical material after installation. The Contractor shall require the manufacturer of each such piece of equipment to certify as part of its shop drawings that the surface preparation is in accordance with these specifications. Copies of applicable coating manufacturer's material data sheets shall be submitted with equipment shop drawings. D. For certain small pieces of equipment the manufacturer may have a standard coating system which is suitable for the intended service conditions. In such cases, the final determination of suitability will be made during review of the shop drawing submittals. Equipment of this type generally includes only indoor equipment such as instruments, small compressors, and chemical metering pumps. E. Shop painted surfaces shall be protected during shipment and handling. Primed surfaces shall not be exposed to the weather for more than 6 months before topcoated, or less time if recommended by the coating manufacturer. F. Damage to shop-applied coatings shall be repaired in accordance with these specifications and the coating manufacturer's printed instructions. Revised 10/08/03 Contract No. PKS 06-02 Page 111 of 181 Pages G. The Contractor shall make certain that the shop primers and field topcoats are compatible and meet the requirements of these specifications. 3.09 Protective Coating and Painting Schedule The protective coating and painting schedule provided herein shall indicate the coating system to be used. The schedule shall not be construed as a complete list of all surfaces to be coated but rather as a guide as to the application of the various coating systems. All surfaces shall be coated and painted except those specifically excluded herein or on the drawings. 3.10 Color Scheme All colors and shades of colors of all coats of paint and protective coating material shall be as selected by the Owner. The Contractor shall submit two copies of the current chart of the manufacturer's available colors to the Owner at least forty-five days prior to the start of coating and painting operations. One copy shall be retained by the Owner and on copy will be returned to the Contractor. 3.11 Cleanup Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site or destroyed in a manner approved the Owner. Coating or paint spots and oil or stains upon adjacent surfaces shall be removed and the job site cleaned. All damage to surfaces resulting from the work of these specifications shall be cleaned, repaired or refinished to the satisfaction of the Owner and at no additional cost to the Owner. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 112 of 181 Pages BASIC CONCRETE SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements A. Contractor shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. B. All cast-in-place concrete falls into one of the following categories and shall comply with all requirements of this basic specification. 1. Structural Concrete (or Class "A" Concrete). Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework Concrete (or Class "B" Concrete). Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise shown. 1.02 Reference Specifications, Codes, and Standards A. Specifications Items specified elsewhere in these Contract Documents: Concrete Formwork - See Basic Concrete Formwork Specification. Concrete Reinforcement - See Basic Concrete Reinforcement Specification. B. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC), of the International Conference of Building Officials (ICBO), latest edition. C. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 214 Recommended Practice for Evaluation of Strength Test Results ofConcrete ACI 301 Specifications for Structural Concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement ACI 347 Recommended Practice for Concrete Formwork ACI 318 Building Code Requirements for Reinforced Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete Revised 10/08/03 Contract No. PKS 06-02 Page 113 of 181 Pages 1.03 Contractor Submittals A. Mix Designs Prior to beginning the work, Contractor shall submit to Engineer, for review, preliminary concrete mix designs which shall show the proportions and gradations of all materials proposed for each class and type of concrete to be used on the job. The mix designs shall be designed by an independent testing laboratory acceptable to Engineer. All costs related to such mix design shall be borne by the Contractor. B. Certified Delivery Tickets Where ready-mix concrete is used, Contractor shall provide certified delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the total quantities (by weight) of cement, sand, each class of aggregate, and admixtures, and the amounts of water (by gallons) in the aggregate and added at the batching plant as well as the amount of water allowed to be added at the site for the specific design mix. Each certificate shall, in addition, state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to when the batch was dispatched, when it left the plant, when it arrived at the job, the time that unloading began, and the time that unloading was finished. 1.04 Quality Assurance A. Tests on component materials and for compressive strength of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. B. The cost of all laboratory tests on concrete will be borne by the Owner. However, Contractor shall be charged for the cost of any additional tests and investigation on work performed which fails to meet specification. C. Concrete for testing shall be supplied by Contractor at no cost to the Owner, and Contractor shall provide assistance to the Engineer in obtaining samples, and disposal and cleanup of excess material. D. Field Compression Tests 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the Engineer to insure continued compliance with these specifications. Each set of test specimens will be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6 inch diameter by 12 inch high cylinders. Revised 10/08/03 Contract No. PKS 06-02 Page 114 of 181 Pages 3. Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days and 2 at 28 days. The remaining cylinder will be held to verify test results, if needed. E. Evaluation and Acceptance of Concrete 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318, Chapter 4 "Concrete Quality", and as specified herein. 2. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. 3. All concrete which fails to meet the ACI requirements and these specifications is subject to removal and replacement at the cost of the Contractor. F. Construction Tolerances Contractor shall set and maintain concrete forms and perform finishing operations so as to insure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, permissible deviations will be in accordance with ACI 347. G. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: Item Tolerance Variation of the constructed linear outline In 10 feet: 1/4 inch;from the established position in plan In 20 feet or more: 1/2 inch Variation from the level or from the grades shown In 10 feet: 1/8 inch;In 20 feet or more: 1/4 inch Variation from the plumb In 10 feet: 1/8 inch;In 20 feet or more: 1/4 inch Variation in the thickness of slabs and walls Minus 1/4 inch;Plus 1/2 inch Variation in the locations and sizes of slab Plus or minus 1/4 inchand wall openings Regardless of the tolerances listed herein, it shall be the responsibility of the Contractor to limit deviations in line and grade to tolerances which will permit proper installation and operation of mechanical equipment and piping. Revised 10/08/03 Contract No. PKS 06-02 Page 115 of 181 Pages PART 2 - PRODUCTS 2.01 Concrete Materials A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished for the work shall comply with the requirements of Sections 201, 203, and 204 of ACI 301, as applicable. C. Storage of materials shall conform to the requirements of Section 205 of ACI 301. D. Materials for concrete shall conform to the following requirements: 1. Cement shall be standard brand portland cement conforming to ASTM C 150 for Type II or Type V. Portland cement shall contain not more than 0.60 percent alkalies. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the Engineer. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Stacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports for each shipment of cement to be used shall be submitted to the Engineer if requested regarding compliance with these specifications. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/l TDS) shall not be used. 3. Aggregates shall be obtained from pits acceptable to the Engineer, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified in Paragraph 2.07B. Lightweight sand for fine aggregate will not be permitted. a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size greater than 3/4 inch. When the aggregates are proportioned for each batch of concrete the two size groups shall be combined. b. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. Revised 10/08/03 Contract No. PKS 06-02 Page 116 of 181 Pages c. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. 4. Ready-mix concrete shall conform to the requirements of ASTM C 94. 5. Air-entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 4 to 6 percent; provided that, when the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the total air content provided shall be 5 to 7 percent. The Owner reserves the right, at any time, to sample and test the air-entraining agent received on the job by the Contractor. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. 6. Admixtures. Admixtures shall be required as stated herein and at the Engineer's discretion or, if not required, may be added at the Contractor's option to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the Contractor's expense. The use of an admixture shall be subject to acceptance by the Engineer. Concrete containing an admixture shall be first placed at a location determined by the Engineer. If the use of an admixture is producing an inferior end result, Contractor shall discontinue use of the admixture. Admixtures specified herein shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non-toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. a. Low range water reducer shall be used in all structural and sitework concrete and shall conform to ASTM C 494, Type A. It shall be either a hydroxylated carboxylic acid type or a hydroxylated polymer type. The quantity of admixture used and the method of mixing shall be in accordance with the manufacturer's instructions and recommendations. b. Set controlling admixture shall be either with or without water- reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set retarding admixture such as Sika Chemical Corporation's Plastiment. Master Builder's Pozzolith 300R. or equal shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees F, a set accelerating admixture such as Sika Chemical Corporation's Plastocrete 161FL. Master Builder's Pozzolith 50C. or equal shall be used. Revised 10/08/03 Contract No. PKS 06-02 Page 117 of 181 Pages c. High range water reducer may be used if approved by Engineer. If allowed it shall be sulfonated polymer conforming to ASTM C 494, Type F or G. High range water reducing agent shall only be added to the concrete at the batch plant. It shall be second generation type, Daracem 100. as manufactured bv W.R. Grace & Co.: Rhedbuild 1000. as manufactured by Masterbuilders: or equal. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. 7. Calcium Chloride shall not be added to or used in concrete. 2.02 Curing Materials Materials for curing concrete shall conform to the following requirements: A. Concrete curing compound shall be Masterkure manufactured bv Masterbuilders. Cleveland. OH. or approved equal. The curing compound shall contain a fugitive dye so that areas of application will be readily distinguishable. B. Polyethylene sheet for use as concrete curing blanket shall be white, and shall have a nominal thickness of 6 mils. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. C. Polyethylene-coated waterproof paper sheeting for use as concrete curing blanket shall consist of white polyethylene sheeting free of visible defects, uniform in appearance, having a nominal thickness of 2 mils and permanently bonded to waterproof paper conforming to the requirements of Federal Specification UU-B- 790A (Int. Amd. 1). The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 gram per square centimeter of surface. D. Polyethylene-coated burlap for use as concrete curing blanket shall be 4 mil thick, white opaque polyethylene film impregnated or extruded into one side of the burlap. Burlap shall weigh not less than 9 ounces per square yard. The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 grams per square centimeter of surface. F. Evaporation retardant shall be a material such as Confilm as manufactured bv Masterbuilders. Cleveland. OH: or equal. Revised 10/08/03 Contract No. PKS 06-02 Page 118 of 181 Pages 2.04 Expansion Joints A. Contractor shall provide expansion joints where indicated on Construction Drawings. Expansion joints shall consist of joint filler material and joint sealant. Filler material shall be held down 1/2 inch for sealant unless otherwise shown. B. Expansion joint filler material shall be preformed sponge neoprene or cork conforming to ASTM D 1752. Filler material containing asphalt shall not be used. 2.05 Joint Sealant A. Joint sealant for use in construction, control, and expansion joints shall be select seal U-227 reservoir grade as supplied by Select Products Co., or approved equal. Joint primer shall be as produced and/or recommended by sealant manufacturer. B. Contractor shall clean all locations where sealant is placed by sandblasting and be free from oil, foreign materials, and moisture. Lower surfaces of joints shall be isolated with a bond breaker such as polyethylene, polyethylene tape, or equal as recommended by sealant manufacturer. C. Sealant shall be placed in strict accordance with manufacture's recommendations by a firm specializing in this type of work, or by the Contractor under direct supervision of the manufacturer. If the Contractor chooses to apply sealant, manufacturer's technical representative shall be present at the beginning of sealant placement to observe and advise on methods for mixing, joint preparation, and application of sealant. 2.06 Concrete Bond Breaker A. Bond breaker shall be Super Bond Breaker as manufactured by Burke Company. San Mateo. California: Select Cure CRB as manufactured by Select Products Co.. Upland. CA: Tilt-EEZ Bond Breaker as manufactured by Conspec: or approved equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable. B. Contractor shall strictly follow manufacturer's application guidelines. Just prior to application, joint shall be thoroughly soaked so that concrete contains approximately the same surface moisture as newly cast concrete. Bond breaker shall be brush applied with a minimum of two coats. Revised 10/08/03 Contract No. PKS 06-02 Page 119 of 181 Pages 2.07 Concrete Design Requirements A. General Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs shall not contain more than 43 percent of sand of the total weight of fine and coarse aggregate. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the Owner. All changes shall be approved by Engineer. B. Compressive Strength The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Min. 28-Day Max. Compressive Size Strength Aggregate Type of Work (psi) (in.) Structural Concrete (Class "A"): Walls, roof slabs, floor slabs, 2,500 1 columns, and footings and all other concrete items not specified elsewhere Sitework concrete (Class "B"): 2,500 1 C. Adjustments to Mix Design Mixes used shall be changed whenever such change is necessary or desirable to secure required strength, density, workability, and surface finish and Contractor shall be entitled to no additional compensation because of such changes. Approval shall be obtained from Engineer prior to any changes. 2.08 Consistency The quantify of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce concrete which can be worked properly into place without segregation, and which can be compacted by vibratory methods herein specified to give desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature of moisture content of the aggregates, to maintain uniform production of desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: Part of Work Slump (in.) Structural concrete 3 inches (±1 inch) Other work 4 inches (±1 inch) With high range water reducer added 8 inches max. Revised 10/08/03 Contract No. PKS 06-02 Page 120 of 181 Pages 2.09 Ready-Mixed Concrete A. At Contractor's option, ready-mixed concrete may be used provided it meets all requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the supplementary requirements specified in Paragraphs 2.09B through 2.09F, herein. B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. In hot weather (ambient temperature above 95°F) or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete is 85 degrees F or above, the time between the introduction of the cement to the aggregates and discharge shall not exceed 45 minutes. C. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests taken at approximately the 1/4 and 3/4 points of the load during discharge give slumps differing by more than 1 inch when the specified slump is 4 inches or less, or if they differ by more than 2 inches when the specified slump is more than 4 inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a certified weighmaster delivery ticket furnished to the Engineer in accordance with Paragraph 1.03B, herein. G. Non-agitating equipment for transporting ready-mixed concrete shall not be used. Combination truck and trailer equipment for transporting ready-mixed concrete shall not be used. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates may be subject to continuous inspection at the batching plant by the Engineer. H. Transit mix trucks delivering concrete to the site shall have full water tanks upon arrival at the site. Any addition of water must be approved by Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. Revised 10/08/03 Contract No. PKS 06-02 Page 121 of 181 Pages PART 3 - EXECUTION 3.01 Proportioning and Mixing A. Proportioning Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301; provided, that the maximum slump for any concrete shall not exceed 4 inches except when the use of high range water reducer is permitted which increases the maximum slump to 8 inches. B. Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 specifications. C. Slump Maximum slumps shall be as specified in Paragraph 2.08A, herein. D. Retemperinq Concrete or mortar which has partially hardened shall not be retempered. 3.02 Preparation of Surfaces for Concreting A. General Earth surfaces shall be thoroughly wetted by sprinkling, prior to placing any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. These surfaces shall be free from standing water, mud, and debris at the time of placing concrete. B. Joints in Concrete The location of all construction joints not specifically noted or shown shall be approved by Engineer. Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the Engineer, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting to remove laitance and to provide a uniform surface texture with approximately 1/4 inch of surface sandblasted off. Sandblasting shall be followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. Revised 10/08/03 Contract No. PKS 06-02 Page 122 of 181 Pages C. Placing Interruptions When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the Engineer. D. Embedded Items Concrete shall not be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and accepted by the Engineer at least 4 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. E. All inserts or other embedded items shall conform to the requirements herein. F. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown on Contract Drawings and shall be acceptable to the Engineer before any concrete is placed. Accuracy of placement is the responsibility of the Contractor. G. Concrete anchor bolts and expansion anchors shall be inserted to the minimum depths listed below unless noted otherwise: ReinforcedSize Concrete 1/4" 3"3/8" 4"1/2" 5"3/4" 6" Expansion anchors shall be red head wedge, self-driving, stud, multi-set, or equal. H. All smooth dowels shall have at least one side coated with a bond breaker. Dowel bond breaker shall be a heavy duty industrial grease hand applied. A wax paper or PVC sleeve may be used at the Contractor's option if specifically manufactured to create slip dowels. Paper tubing shall be multi-ply stock and heavily impregnated with paraffin. Maximum sleeve thickness shall be 1/16" and sleeve shall fit snugly over dowel. I. Casting New Concrete Against Old Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), surfaces of the old concrete shall be thoroughly cleaned and roughened by sand-blasting (exposing aggregate) prior to placement. Revised 10/08/03 Contract No. PKS 06-02 Page 123 of 181 Pages J. Concrete shall not be placed in any old or new structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. Concrete shall not be deposited underwater nor shall the Contractor allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such a manner and at such velocity as to injure the surface finish of the concrete. Contractor shall provide pumping or other necessary dewatering operations for removing groundwater, if required, with methods subject to review by Engineer. K. Corrosion Protection Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Contractor shall not secure such items in position by wiring or welding them to the reinforcement. L. Anchor Bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. M. Cleaning Surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before concrete is placed. 3.03 Handling, Transporting, and Placing A. General Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this section. B. Non-Conforming Work or Materials Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the Contractor. C. Unauthorized Placement Concrete shall not be placed except in the presence of duly authorized representative of the Engineer. Contractor shall notify Engineer at least 24 hours in advance of placement of any concrete. Revised 10/08/03 Contract No. PKS 06-02 Page 124 of 181 Pages D. Placement in Slabs Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. As the work progresses, concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. E. Temperature of Concrete Temperatures of concrete when it is being placed shall be not more than 90 degrees F nor less than 40 degrees F in moderate weather, and not less than 50 degrees F in weather during which the mean daily temperature drops below 40 degrees F. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, Contractor shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. Contractor shall be entitled to no additional compensation on account of the foregoing requirements. F. Cold Weather Placement Earth foundations shall be free from frost or ice when concrete is placed upon or against them. Fly ash concrete shall not be placed when the air temperature falls below 50 degrees F. 3.04 Pumping of Concrete A. General If the pumped concrete does not produce satisfactory end results, Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment Pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, Contractor may have a standby pump on the site during pumping. C. The minimum diameter of hose (conduits) shall be 4 inches. D. Contractor shall replace pumping equipment and hoses (conduits) that are not functioning properly. E. Contractor shall not use aluminum conduits for conveying the concrete. Revised 10/08/03 Contract No. PKS 06-02 Page 125 of 181 Pages F. Proportioning Minimum compressive strength, cement content, and maximum size of aggregates shall be as specified in Paragraph 2.07, herein. G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the middle range as possible. H. Gradation of fine aggregate shall conform to ASTM C 33, with 15 to 30 percent passing the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness modules of sand used shall not be over 3.00. I. Water and slump requirements shall conform to Paragraphs 2.01 D.2 and 2.07B for water and 2.08A for slump. J. Cement and admixtures shall conform to Paragraph 2.01 D, herein. 3.05 Order of Placing Concrete The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed. 3.06 Tamping and Vibrating A. As concrete is placed in the forms or in excavations, Contractor shall insure it is thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all comers and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. B. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be inserted vertically into the concrete and pulled out slowly, penetrating 1/3 of the layer depth of the layer previously placed. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. Revised 10/08/03 Contract No. PKS 06-02 Page 126 of 181 Pages 3.07 Finishing Concrete Surfaces A. General Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown are defined as tolerances and are specified in Paragraphs 1.04F and 1.04G, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces On surfaces not exposed to view, no treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. An architectural finish is required on exposed to view surfaces in accordance with Section 3.08 unless otherwise specified. C. Unformed Surfaces After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1. Class "1". After the floated surface (as specified for Class "3") has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 2. Class "2". Steel trowel finish (as specified for Class "1") without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. 3. Class "3". After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Contractor shall not excessivly float concrete surfaces while the concrete is plastic or dust concrete surfaces with dry cement and sand to absorb excess moisture. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4 inch. Joints and edges shall be tooled where shown or as determined by the Engineer. Revised 10/08/03 Contract No. PKS 06-02 Page 127 of 181 Pages 4. Class "4". Contractor shall provide sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8 inch. No further special finish is required. Contractor shall finish unformed surfaces according to the following schedule unless otherwise shown or specified: Unformed Surface Finish Schedule Area Finish Grade slabs and foundations to be covered with concrete Class "4"or fill material Floors to be covered with grouted tile or topping grout Class "3" Slabs not water bearing Class "2" Interior slabs and floors to receive architectural finish Class "3" 3.09 Curing and Damp-proofing A. General All concrete shall be cured for not less than 14 days after placing in accordance with the methods specified herein for the different parts of the work as follows: Surface to be Cured or Dampproofed Method Unstripped forms 1 Construction joints between footings and walls, and 2between floor slab and columns Wall sections with forms removed 3 All concrete surfaces not specifically provided for 3elsewhere in this Paragraph B. Method 1 Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 14 days of placing the concrete, curing shall be continued in accordance with Method 4, Paragraph 3.09E herein. C. Method 2 The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. Revised 10/08/03 Contract No. PKS 06-02 Page 128 of 181 Pages D. Method 3 The surface shall be sprayed with a liquid curing compound. 1. Curing compound shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 175 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. Two spray coats shall be applied, with the second coat sprayed at right angle direction from first coat. 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, Contractor shall repair break immediately by the application of additional curing compound over the damaged portion. 3. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Where curing compound is specified, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2 hours after removal of forms from contact with formed surfaces. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sandblasted to remove the curing compound, following which repairs shall be made as specified herein. 3.10 Protection Contractor shall protect all concrete against injury until final acceptance by the Owner. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow or vandalism. Contractor shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. Immediately following the first frost in the fall, Contractor shall be prepared to protect all concrete against freezing. After the first frost, and until the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours after it is placed. 3.11 Curing in Cold Weather A. Water curing of concrete may be reduced to 6 days during periods when the mean daily temperature in the vicinity of the worksite is less than 40 degrees F; provided that, during the prescribed period of water curing, when temperatures are such that concrete surfaces may freeze, water curing shall be temporarily discontinued. Revised 10/08/03 Contract No. PKS 06-02 Page 129 of 181 Pages B. Concrete cured by an application of curing compound will require no additional protection from freezing if the protection at 50 degrees F for 72 hours is obtained by means of approved insulation in contact with the forms or concrete surfaces; otherwise, concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily temperature rises above 40 degrees F for more than 3 successive days, the specified 72 hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, Contractor shall take special care to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide atmosphere by application of curing compound; provided, that the use of curing compound for such surfaces is otherwise permitted by these specifications. 3.12 Treatment of Surface Defects A. As soon as forms are removed, all exposed surfaces shall be carefully examined by Engineer and any irregularities shall be immediately rubbed or ground by the Contractor in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Contractor shall not plaster or coat surfaces to be smoothed. Repairs shall not be made until after inspection by the Engineer. Contractor shall not in any case perform extensive patching of honeycombed concrete. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall be repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the Contractor at its own expense. B. Defective surfaces to be repaired as specified in Paragraph 3.12A, shall be cut back from trueline a minimum depth of 1/2 inch over the entire area. Edges shall not be feathered. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32 inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of applying cement mortar so that while the repair material is being applied, the surfaces under repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The concrete shall then be patched as follows: Revised 10/08/03 Contract No. PKS 06-02 Page 130 of 181 Pages A bonding material such as acryl 60 shall be applied to the surface of the area to be repaired just prior to application of the repair mixture. The repair mixture shall consist of one part of Type II, low alkali, portland cement to 3 parts concrete sand. Mix solution shall contain 1/3 bonder, such as acryl 60, to 2/3 water and added in quantities sufficient to allow placement but not cause hairchecking or slippage. Quantities prepared should be limited to that able to be completed within 30 minutes. Areas repaired shall be compacted with a wood ramming device and cured with the water/acryl 60 solution. Repair mixture shall be applied in maximum 1 inch lifts. For exposed walls, the cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired as described in Paragraph 3.12B. D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of Paragraph 3.08 or 3.09, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. 3.14 Care and Repair of Concrete Contractor shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance of the Owner. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, fails to conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the Contractor's expense. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 131 of 181 Pages BASIC CONCRETE FORMWORK SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish all materials for concrete formwork, bracing, shoring, and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Document. 1.02 Reference Specifications, Codes, and Standards A. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. B. Commercial Standards ACI 347 Recommended Practice for Concrete Formwork, latest edition. 1.04 Quality Assurance Tolerances The variation from established grade, line, plumbness, or thickness shall be as set forth in Section 1.04F of the Basic Concrete Specification, and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the "Suggested Tolerances" specified in Section 203 of ACI 347. PART 2 - PRODUCTS 2.01 General Except as otherwise expressly accepted by the Engineer, all lumber brought on the job site for use a forms, shoring, or bracing shall be new materials. All forms shall be smooth surface forms and shall be of the following materials: Walls - Steel or plywood panel Columns - Steel, plywood, or fiber glass Roof and Floor slabs - Plywood All other work - Steel panels, plywood or tongue and groove lumber Revised 10/08/03 Contract No. PKS 06-02 Page 132 of 181 Pages 2.02 Form and Falsework Materials A. Materials for concrete forms, formwork, and falsework shall conform to the following requirements: 1. Lumber shall be Douglas Fir or Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood, or other approved material that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade shown. Metal forms shall be an approved type that will accomplish such results. Wood forms for surfaces to be painted shall be Medium Density Overlaid plywood, MDO Ext. Grade. B. Unless otherwise shown, exposed edges and comers in concrete members shall be provided with 3/4-inch chamfers. Re-entrant comers in concrete members shall not have fillets unless otherwise shown. PART 3 - EXECUTION 3.01 General A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. Contractor shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the work and replaced at the Contractor's expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and federal regulations. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by the Contractor's personnel and by the Engineer and shall be in sufficient number and properly installed. During concrete placement, the Contractor shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Contract Drawings, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly- placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. Revised 10/08/03 Contract No. PKS 06-02 Page 133 of 181 Pages 3.02 Form Design All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 5/8-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. Forms shall be tight so as to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1 to 1-1/2 inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean-out holes shall be provided at the bottom of each lift of forms. The size, number, and location of such clean-outs shall be as acceptable to the Engineer. 3.03 Construction A. Vertical Surfaces All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is shown. Not less than 1-inch of concrete shall be added to the thickness of the concrete member as shown where concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without caving or sloughing until the concrete has been placed. B. Construction Joints Concrete construction joints shall not be placed at locations other than those shown or specified, except as may be acceptable to the Engineer. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. 3.04 Reuse of Forms Forms may be reused only if in good condition and only if acceptable to the Engineer. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. In the case of forms for the inside wall surfaces of hydraulic/water retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the Engineer. Revised 10/08/03 Contract No. PKS 06-02 Page 134 of 181 Pages 3.05 Removal of Forms Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid injury to the concrete. Contractor shall not apply heavy loading on green concrete. In the case of roof slabs and above-ground floor slabs, forms shall remain in place until test cylinders for the roof concrete attain a minimum compressive strength of 75 percent of the 28-day strength specified in the Basic Concrete Specifications; provided, that no forms shall be disturbed or removed under an individual panel or unit before the concrete in the adjacent panel or unit has attained 75 percent of the specified 28-day strength and has been in place for a minimum of 14 days. The time required to establish said strength shall be as determined by the Engineer who will make several test cylinders for this purpose from concrete used in the first group of roof panels placed. If the time so determined is more than the 14-day minimum, then that time shall be used as the minimum length of time. Forms for all vertical walls and columns shall remain in place at least 72 hours after the concrete has been placed. Forms for all parts of the work not specifically mentioned herein shall remain in place for periods of time as determined by the Engineer. 3.06 Maintenance of Forms Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, forms shall be thoroughly cleaned. Form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the Engineer. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, Contractor shall perform the oiling at least two weeks in advance of their use. Oil shall be kept off the surfaces of steel reinforcement and other metal items to be embedded in concrete. If oil is inadvertently placed on said metal surfaces, Contractor shall remove oil by sandblasting. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 135 of 181 Pages BASIC CONCRETE REINFORCEMENT SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish, fabricate, and place all concrete reinforcement steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete and masonry construction and shall perform all appurtenant work, including all the wires, clips, supports, chairs, spacers, and other accessories, all in accordance with the Contract Documents. 1.02 Reference Specifications, Codes, and Standards A. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. B. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. WRI Manual of Standard Practice for Welded Wire Fabric. AWS D1.4 Structural Welding Code - Reinforcing Steel. 1.03 Contractor Submittals A. Contractor shall furnish mill certification and certification of compliance with specifications. B. Details of concrete reinforcement steel and concrete inserts shall be submitted by the Contractor at the earliest possible date after receipt by the Contractor of Notice to Proceed. Revised 10/08/03 Contract No. PKS 06-02 Page 136 of 181 Pages PART 2 - PRODUCTS 2.01 Reinforcement Steel A. All reinforcement steel for all cast-in-place reinforced concrete construction shall conform to the following requirements: 1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade 60 Billet Steel Reinforcement with supplementary requirement S-1, or as otherwise shown. B. Accessories 1. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during concrete placement. Slab bolsters shall have gray plastic-coated legs. 2. Concrete blocks (dobies), used to support and position reinforcement steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Where the concrete blocks are used on concrete surfaces exposed to view, the color and texture of the concrete blocks shall match that required for the finished surface. Wire ties shall be embedded in concrete block bar supports. PART 3 - EXECUTION 3.01 General All reinforcement steel, welded wire fabric, couplers, and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the supplementary requirements specified herein. 3.02 Placing A. Placing Reinforcement steel shall be accurately positioned as shown, and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcement steel shall be supported by concrete, plastic or metal supports, spaces or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcement steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, Contractor shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. Revised 10/08/03 Contract No. PKS 06-02 Page 137 of 181 Pages B. The portions of all accessories in contact with the formwork shall be made of concrete, plastic, or steel coated with a 1/8 inch minimum thickness of plastic which extends at least 1/2 inch from the concrete surface. Plastic shall be gray in color. C. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. D. Bars additional to those shown which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position shall be provided by the Contractor at its own expense. E. Placing Tolerances Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 318 except where in conflict with the requirements of the Building Code. F. Bars may be moved as necessary to avoid interference with other reinforcement steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be as acceptable to the Engineer. G. Welded wire fabric reinforcement placed over horizontal forms shall be supported on slab bolsters having gray, plastic-coated standard type legs as specified in Paragraph B herein. Slab bolsters shall be spaced not less than 30 inches on centers, shall extend continuously across the entire width of the reinforcement mat, and shall support the reinforcement mat in the plane shown. H. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 feet on centers in any direction. Contractor shall not utilize the construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete. 3.03 Spacing of Bars A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 1-1/3 times the maximum size of the coarse aggregate, nor less than 1 inch. B. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.04 Splicing A. General Reinforcement bar splices shall only be used at locations shown. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the Engineer. Revised 10/08/03 Contract No. PKS 06-02 Page 138 of 181 Pages B. Splices of Reinforcement The length of lap for reinforcement bars, unless otherwise shown shall be in accordance with ACI 318, Section 12.15.1 for a class B splice. C. Laps of welded wire fabric shall be in accordance with the ACI 318. Adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. D. Bending or Straightening Reinforcement shall not be straightened or rebent in a manner which will injure the material. Bars with kinks or bends not shown shall not be used. All bars shall be bent cold, unless otherwise permitted by the Engineer. No bars partially embedded in concrete shall be field-bent except as shown or specifically permitted by the Engineer. 3.05 Cleaning and Protection A. Reinforcement steel shall at all times be protected from conditions condusive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcement shall be reinspected and, if necessary recleaned. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 139 of 181 Pages BASIC CONCRETE MASONRY SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements A. Contractor shall furnish all labor, material, and equipment and perform all operations necessary to execute all concrete masonry construction as required in the Contract Documents. B. Contractor shall make all preparations and do all work necessary to receive and adjoin other work. C. Contractor shall give the work his personal supervision and shall keep a competent foreman on the job at all times. D. Contractor shall inspect and verify position of all dowels required for masonry on other construction including foundations. E. Contractor shall arrange necessary storage space for construction materials at the job site. F. Contractor shall call for all inspections required in the course of his work. 1.02 Reference Codes, Specifications, and Standards A. Codes Whenever reference is made herein to Building Code, it shall mean the Uniform Building Code (UBC), latest edition, as published by the International Conference of Building Officials. B. Specifications Whenever reference is made herein to Standard Specifications, it shall mean the Standard Specifications for Public Works Construction, latest edition, as published by Building News Incorporated of Los Angeles, California. C. Commercial Standards Whenever reference is made herein to ASTM, it shall mean the Annual Book of ASTM Standards, latest edition, as published by the American Society for Testing and Materials. Revised 10/08/03 Contract No. PKS 06-02 Page 140 of 181 Pages 1.03 Quality Assurance A. All concrete masonry shall comply with the Building Code and reference material published by the Masonry Institute of America. B. Contractor shall submit samples of the block units for approval of type and color by Owner prior to commencing with work. C. Certification Concrete block manufacturer shall certify that the masonry units furnished meet or exceed the requirements of this specification. D. Sample Panel Contractor shall build a sample panel, approximately 4 feet by 6 feet, for review and approval by Engineer before any masonry construction is performed. Said sample panel may be part of the project and incorporated into the wall system. Full size concrete masonry units which have been selected and approved by the Engineer to show color range, maximum texture range, bond, mortar, tooling of joints, and quality of workmanship shall be used in the sample panel. Sample panel shall remain on the project for comparison purposes with the actual masonry work. If the sample panel is not part of the wall system, it shall be demolished and removed from the site after completion and acceptance for the project concrete masonry work, unless Contractor is directed otherwise by Owner. E. Testing of Grout 1. Test Specimens and Samples a. Contractor shall take field samples on the first day of masonry construction, at any change in materials during construction, and whenever, in the judgment of the Engineer, tests are necessary to determine the quality of the materials. b. Contractor shall prepare three grout specimens per sample. Each grout specimen shall be a square prism, nominally 3 inches or larger on the sides and twice as high as the width. 2. Procedures a. Contractor shall construct samples in the presence of the Engineer or his representative. The same personnel who lays the block in the structure shall construct the grout specimens. b. Contractor shall prepare each specimen in a mold consisting of masonry units proposed for construction with the same moisture condition as those being laid. The units shall form a space with dimensions of 3-5/8 inches by 3-5/8 inches by 7-5/8 inches. The space shall be lined with a permeable paper (such as a paper towel) or porous separator to prevent bonding to the masonry units, but still allowing the excess water to be absorbed. Revised 10/08/03 Contract No. PKS 06-02 Page 141 of 181 Pages Contractor shall place a representative sample of the grout into the molds, puddle, and keep damp and undisturbed for 48 hours. After 48 hours, Owner's Representative will transport the specimens to a test laboratory for storage. 1.04 Product Storage Contractor shall store and protect all materials as follows: A. Masonry Units Masonry units shall be carefully stacked prior to use and shall be properly protected from weather by cover or inside storage. All units shall be handled with reasonable care to prevent marring or damaging of faces, edges, and corners of units. All marred or damaged units shall be discarded. B. Lime and Cement Lime and cement shall be delivered in original packages and stored on platforms above ground, protected against moisture. C. Aggregates Aggregates shall be stored on platforms so as to exclude dirt. D. Reinforcing Steel Reinforcing steel shall be stored above ground to prevent bending or rusting. PART 2 - PRODUCTS 2.01 Materials All products shall conform to the following requirements: A. Concrete Masonry Units 1. Masonry units shall be Grade N-1 units conforming to ASTM C90, latest, and manufactured in accordance with requirements of the Concrete Masonry Association Specifications. 2. Masonry units shall have maximum shrinkage of .08 of 1% from the saturated to the oven dry condition. 3. Masonry units shall be lightweight aggregate (or sand-gravel aggregate) units manufactured by a member of the Concrete Masonry Association. Masonry units may be high temperature steam cured. Owner shall select color of masonry units. Revised 10/08/03 Contract No. PKS 06-02 Page 142 of 181 Pages B. Cement 1. Cement for mortar shall be Type I (or Type II, or Type III) portland cement conforming to ASTM C150, latest. 2. Air-Entrained Portland Cement for mortar shall be Type I-A (or II-A, or III-A) conforming to ASTM C175, latest. (Note: When using air-entrained cements, mortar shall not contain more than 1/10 part lime putty). 3. Plastic cement shall have less than 12% total volume in approved plasticizing agents and shall conform to all of the requirements for Portland cement in ASTM C150, latest, except with respect to limitations on insoluble residue, air-entrained, and additions subsequent to calcination. C. Aggregate 1. Aggregate shall be clean, sharp, and well graded, and free from injurious quantities of dust, lumps, shale, alkali, surface coatings, and organic matter. 2. Sand shall conform to ASTM C144, latest. 3. Pea gravel shall be graded with 100% passing the 3/8 inch sieve and not more than 5% passing the No. 8 sieve. D. Lime Putty 1. Lime putty shall be made from approved hydra ted lime or quicklime and shall weigh not less than 83 pounds per cubic foot. 2. Hydrated lime shall conform to ASTM C207, latest. 3. Quicklime shall conform to ASTM C5, latest. Quicklime shall be slaked and then screened through a 16-mesh sieve. After slaking, screening, and before using, it shall be stored and protected for minimum 10 days. E. Admixtures Admixtures shall not be used in mortar or grout unless specifically approved by Engineer. F. Reinforcing Steel 1. Reinforcing steel shall be Grade 60 deformed bars conforming to ASTM A615, latest, except that 1/4 inch ties may be plain bars. 2. Reinforcing steel shall be clean and free from loose rust, scale, and dirt, and coatings that reduce bond. Revised 10/08/03 Contract No. PKS 06-02 Page 143 of 181 Pages 2.02 Mortar & Grout A. Mortar Mortar shall be freshly prepared and uniformly mixed in ratio 1 part portland cement, 1/4 part lime putty, and 3-1/2 parts sand. Mortar shall conform to ASTM C270, latest. B. Grout 1. Grout shall have minimum compressive strength of 2,000 PSI. 2. Grout shall be of fluid consistency and mixed in ratio 1 part cement, 3 parts sand for grout spaces less than 4 inches in any dimension. Grout shall be of fluid consistency and mixed in ratio 1 part cement, 2 parts sand, and 2 parts pea gravel for grout spaces greater than 4 inches. 3. Fluid consistency shall mean that consistency of fluid shall be enough for pouring and yet not so fluid that the constituent parts of the grout separate when grout is poured (slump equals 9 inches + 1 inch). PART 3 - EXECUTION 3.01 Workmanship A. Masonry work shall be started only when horizontal and vertical alignment of foundation is within 1 inch of plumb or line. B. Contractor shall prevent grout and mortar stains. Contractor shall keep wall continually clean. If grout runs over, Contractor shall clean wall immediately. C. All masonry shall be laid true, level and plumb in accordance with the Construction Drawings. D. Contractor shall cut all masonry units accurately to fit all openings, conduit, ducts, and plumbing. All holes shall be neatly patched. E. Construction support shall not be attached to the wall except where specifically permitted by the Engineer. F. The top surface of the concrete foundation shall be clean and free of laitance and the aggregate exposed by sandblasting prior to starting masonry construction. G. Where no bond pattern is shown, walls shall be laid up in straight, uniform courses with regular half or running bond. H. All work, bond patterns, or special details shown on the Construction Drawings shall be accurately and uniformly executed. Revised 10/08/03 Contract No. PKS 06-02 Page 144 of 181 Pages 3.02 Protection of the Work A. Contractor shall protect all sills, ledges, and offsets from mortar droppings or other damage during construction. B. Contractor shall prevent visible mortar and grout stains on the exterior of the work. Contractor shall remove stains immediately if they occur. 3.03 Masonry Units A. All masonry units shall be sound, free of cracks, or other defects that would interfere with the proper placing of the unit or impair the strength of construction. B. All masonry units shall be stored on the job so that they are kept off the ground and protected from the elements. Wetting of units is not permitted. C. Proper masonry units shall be used to provide for all windows, doors, bond beams, lintels, pilasters, and knockouts, with a minimum unit cutting. D. Where masonry unit cutting is necessary, Contractor shall utilize a masonry saw making all cuts neat and true. 3.04 Joints A. Starting joints on foundations shall be laid with full mortar coverage on the bed joints except that the area where grout occurs shall be free from mortar so that the grout will be in contact with the foundation. B. Mortar joints shall be straight, clean, and uniform in thickness and shall be tooled as specified. C. Contractor shall tool exposed wall joints with a round bar (or V-shaped bar) 2 feet long to produce a dense, slightly concave surface well bonded to the block at the edges. D. Tooling shall be done when the mortar is partially set but sufficiently plastic to bond. All tooling shall be done with a tool which compacts the mortar, pressing the excess mortar out of the joint rather than dragging it out. E. Where walls are to receive plaster, Contractor shall strike joints flush. F. Where joints are to be concealed under paint, Contractor shall fill joints flush and then sack to produce a dense surface without sheen. G. Unless otherwise specified, horizontal and vertical mortar joints shall be 3/8 inch thick with full mortar coverage on the face shells and on the webs surrounding cells to be filled. 0 Revised 10/08/03 Contract No. PKS 06-02 Page 145 of 181 Pages H. Vertical head joints shall be buttered well for a thickness equal to the face shell of the block and these joints shall be shoved tightly so that the mortar bonds well to both blocks. Joints shall be solidly filled from the face of the block to the depth of the face shell. I. If it is necessary to move a block so as to open a joint, Contractor shall remove block from wall and set in fresh mortar. J. Intersecting masonry walls and partitions shall be bonded by the use of steel ties at 24 inch centers maximum. K. Where stack bond is specified, approved metal ties shall be provided horizontally at 24 inch centers maximum. 3.05 Reinforcing A. When a foundation dowel does not line up with a vertical core, it shall not be sloped at more than one horizontal to six vertical. Dowels shall be grouted into a core in vertical alignment even though it is in an adjacent cell to the vertical wall reinforcing. B. Reinforcing bars shall be straight except for bends around comers or where bends or hooks are detailed on the drawings. C. Reinforcing steel where spliced shall be lapped a minimum of 40 bar diameters. D. When full length vertical bars are used, they shall be held in position at top and bottom at intervals not exceeding 48 inches along the reinforcement. E. Horizontal reinforcing shall be laid on the webs of bond beam units and shall be solidly grouted in place. Reinforcing in channel units shall be spaced off the bottom of the unit. F. Vertical reinforcing shall have a minimum clearance of 1/4" from the masonry. G. Wire reinforcement shall be completely imbedded in mortar or grout. Mortar joints with wire reinforcement shall be at least twice the thickness of the wire. H. Wire reinforcement shall be lapped at least 8 inches at splices and shall contain at least 1 cross wire at each piece of reinforcement in the lap distance. 3.06 Grouting A. Reinforcing steel shall be in place and inspected by Engineer before grouting starts. B. Unless specified otherwise on drawings, all walls shall be solid grouted. Unless specifically allowed on drawings, height of grout pours shall not exceed 4 feet. All debris and projecting mortar shall be cleaned out before pouring grout. Pours shall be stopped 1-1/2 inches below the top of a course to form a key at pour joints. Revised 10/08/03 Contract No. PKS 06-02 Page 146 of 181 Pages C. Contractor shall consolidate grout by mechanical vibration during placement before loss of plasticity in a manner to fill the grout space. Grout pours greater than 12 inches shall be reconsolidated by mechanical vibration after 3 to 5 minutes to minimize voids due to water loss. Grout pours 12 inches or less in height shall be mechanically vibrated or puddled. D. Vertical cells to be filled shall have vertical alignment to maintain a continuous unobstructed cell area not less than 2 inches by 3 inches. E. When higher pours are specified, grout lifts shall not exceed 8 feet. A cleanout hole shall be provided at the bottom of each cell to be poured. F. Contractor shall grout beams over openings in a continuous operation. G. Contractor shall cover the tops of unfilled cell columns under a horizontal masonry beam with metal lath, or special units shall be used to confine the grout fill to the beam section. H. Contractor shall install all bolts, anchors, and similar wall inserts prior to grouting and solidly grout them in place. 3.07 Cleaning and Protection A. Masonry walls are to be left bare or unpainted unless otherwise specified; Contractor shall prevent mortar splotches. B. Construction supports shall not be attached to the wall except where specifically permitted by Engineer. C. All forms shall be made tight (special attention is necessary for bottom form of block bond beams) and concrete and grout spilled on the wall shall be washed off immediately. D. Walls shall have their surfaces dampened for three days with a light fog spray during the mortar curing period. They shall not be saturated with water for curing or any other purposes. E. At the conclusion of work, Contractor shall clean down all masonry walls, remove his scaffolding and equipment used in the work, clean up all debris, refuse, and surplus material, and remove them from the premises. Revised 10/08/03 Contract No. PKS 06-02 Page 147 of 181 Pages BASIC EARTHWORK SPECIFICATIONS 1. Scope Contractor shall furnish all labor, equipment, and material and perform all operations necessary for earthwork construction including clearing, excavating, filling, backfilling, compacting, and grading specified or reasonably required. All debris or material unsuitable for construction shall be removed from site. Adequate drainage shall be provided at all times and accumulation of water in excavated areas shall be prevented. All work shall be protected by pumping, ditching, and other measures required for the removal of exclusion of water. Any work damaged by the effects of rain runoff or other weather conditions during any phase of construction shall be reconstructed to conform to the specified requirements. Contractor shall not pass equipment over or alongside facilities that are not protected by ample fill material, properly compacted. Unless otherwise specified or herein modified, all earthwork shall conform to Section 300 of the Standard Specifications for Public Works Construction, published by Building News, Inc., Los Angeles, California, latest edition, hereinafter "Standard Specifications". References in the Standard Specifications to Measurement and Payment shall not apply. 2. Protection of Existing Work Before beginning any cutting or demolition work for removals, Contractor shall carefully survey the existing work and examine the drawings and Specifications to determine the extent of the work. Contractor shall take all necessary precautions to insure against damage to existing work to remain in place or to be reused and any damage to such work shall be repaired or replaced as approved by Owner at no additional cost to Owner. Contractor shall carefully coordinate the work of this section with all other work and construct and maintain shoring, bracing, and supports as required. Contractor shall insure that structural elements are not overloaded and be responsible for increasing structural supports or adding new supports as may be required as a result of any cutting, removal, or demolition work performed under any part of this Contract. 3. Grade Control Control stakes as may be required shall be placed and maintained by Contractor. Bench marks, monuments, and other reference points, if unnecessarily disturbed or destroyed by Contractor, will be restored by Owner at Contractor's expense. 4. Clearing and Grubbing Except as otherwise specified, indicated areas should be cleaned and grubbed conforming to Section 300-1 of the Standard Specifications. All removed materials shall be disposed off-site in a location approved by Owner. Bituminous pavement to be removed shall be saw cut to clean, straight lines. Revised 10/08/03 Contract No. PKS 06-02 Page 148 of 181 Pages 5. Field Compaction Tests Where reference is made to relative compaction, it shall be deemed to mean ASTM D1557, latest, using ten-pound hammer at 18-inch drop. Cost of all compaction tests having relative compaction less than specified shall be borne by Contractor. Cost of all compaction tests having relative compaction greater than specified will be borne by Owner. Owner will select soil testing engineer. 6. Materials to be Excavated Materials to be excavated shall be non-classified and shall include all materials encountered in excavating and grading operations hereunder. Materials shall be excavated to the depth and extent specified. 7. Excavation Contractor shall excavate to the elevations and dimensions indicated, plus ample space for construction operations and inspection of facilities. All facilities to be constructed shall bear on material compacted to the relative compaction specified which shall not be less than 90% relative compaction. If so ordered in writing by Owner, Contractor shall perform additional excavation beyond limits originally specified. Concrete shall not be placed in any excavation which has not been approved by Owner. Care shall be taken not to disturb the excavation prepared for concrete and excess material shall not be removed to make grade until just before concrete is to be placed. This work shall conform to Sections 300-2 and 300-3 of the Standard Specifications unless otherwise specified. 8. Fill and Backfill Fill and backfill shall not be placed until all work to be concealed has been inspected and approved by Owner. No fill or backfill material shall be deposited against concrete structures until the concrete has developed its design strength unless authorized by Owner. Fill and backfill around structures shall be placed in uniform horizontal layers not exceeding 12 inches in loose thickness before compaction and shall be brought up uniformly on all sides of the structure. Regardless of the specified depth of the layers of material to be compacted, Contractor shall place the material at depths required to obtain the specified relative compaction. Each layer of material shall be moistened as required and thoroughly tamped, rolled, or otherwise compacted to the relative compaction specified. Fill and backfill shall be made with clean, unclassified material excavated from site as approved by Owner. Unless permitted otherwise, said material shall consist of loose earth or sand free from stones, clods, or other deleterious materials larger than 8 inches in greatest dimension. 9. Finish Grading Upon completion of construction, Contractor shall bring to finish grade all portions of site affected by contract work. Grading shall be to the finish grade elevations specified. Contractor shall dispose of excess material as directed by Owner. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 149 of 181 Pages BASIC ELECTRICAL SPECIFICATIONS PART 1 - GENERAL 1.01 Description The Contractor shall furnish all labor, equipment, and materials to provide a complete and operable electrical system, all accordance with the requirements of the Contract Documents. 1.02 Reference Codes and Standards All electrical equipment and materials, including the design, construction, and installation thereof, shall comply with the following codes and standards (latest editions), as applicable. Where two codes or standards are at variance, the most stringent requirements shall govern: A. National Electric Code (NEC). B. Basic Electrical Regulations, Title 24, State Building Standards, California Administrative Code. C. Low Voltage Electrical Safety Orders, Title 8, Division of Industrial Safety, State of California. D. City and County Electrical Codes. E. American National Standards Institute (ANSI). F. National Electrical Manufacturers Association (NEMA). G. National Fire Protection Association (NFPA). H. Underwriters Laboratories, Inc. (UL). I. Occupational Safety and Health Act (OSHA) Safety and Health Standards (29CFR1910 and 29CFR1926), State Building Standards, and applicable local codes and regulations. All equipment and material furnished by the Contractor shall be listed by and shall bear the label of Underwriters Laboratories, Inc. (UL) or of an independent testing laboratory acceptable to the local agency with jurisdiction over the electrical work. 1.2 Submittals Revised 10/08/03 Contract No. PKS 06-02 Page 150 of 181 Pages A. Shop Drawings 1. In accordance with Contractor Submittals Technical Specifications, Contractor shall submit complete information, drawings, and technical data for all equipment and components, including, but not limited to, the following: 2. Catalog data including catalog cut sheets, bulletins, brochures, etc. Applicable sizes, model numbers, and options shall be clearly marked and delineated. 3. Connection diagrams, terminal diagrams, and internal wiring diagrams. 4. Equipment and material temperature limitations. 5. Drawings for all grounding work not specifically shown. 6. Nameplates for all electrical panels, including nameplate material, lettering height, and proposed inscriptions. B. Operation and Maintenance Manuals Contractor shall submit detailed Operation and Maintenance Manuals for each item of equipment in accordance with the Contractor Submittals Technical Specifications. C. Record Drawings Contractor shall maintain and keep current a complete record set of construction drawings showing every change from the Contract Drawings and Specifications and the exact locations, sizes, and types of equipment and material installed. Record drawings shall show all conduit runs (sizes and number), circuits, and conductors (sizes and numbers). Record drawings shall show depths and routing of all concealed and below grade electrical installations. Record drawings shall be available to the Owner during construction and shall be delivered to the Owner upon project completion. 1.3 Delivery, Storage, and Handling A. Delivery Deliver electrical materials and equipment in manufacturer's original cartons and containers with seals intact. Deliver conductors on sealed reels. Deliver large multi-component equipment in sections to facilitate field handling and installation. B. Storage Revised 10/08/03 Contract No. PKS 06-02 Page 151 of 181 Pages Unless designed for outdoor exposure, store electrical equipment and material of the ground and under cover. Equipment and material shall be protected from weather, corrosion, contamination, and deterioration. Dents, marred finishes, and other damage shall be repaired to its original condition or replaced as directed by the Owner. C. Handling All equipment and material shall be handled in accordance with the manufacturer's recommendations. Large or heavy items shall be lifted at the points designed by the manufacturer. Equipment and material shall be handled and installed as necessary to prevent damage. 1.05 Public Utilities A. Contractor shall obtain electrical service requirements from public utility furnishing electrical power to the project. Contractor shall coordinate installation of power service with public utility. Contractor shall obtain, at his expense, all permits, licenses, and inspections required for electrical construction work by public utilities having jurisdiction. B. Contractor shall furnish and install all service conduit, fittings, transformer pad(s), manholes, vaults, grounding, and conductors not furnished by the serving utility. PART 2 - PRODUCTS 2.01 General All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and material shall be of industrial grade and be capable of long term, reliable, and trouble-free service. Similar equipment and material items shall be products of the same manufacturer. 2.02 Grounding A. Grounding and grounding components shall comply with the applicable requirement of the NEC, Article 250. B. Grounding cable shall be stranded copper and shall be sized in accordance with Code requirements when sizes are not shown on the Drawings. Contractor shall submit shop drawings for all grounding work not shown on the Drawings. C. Grounding rods shall conform to ANSI/UL 467 and shall be copper-clad steel, 3/4-inch (minimum) in diameter and 10 feet (minimum) in length. Rods shall be driven in the ground at least 9' -6" deep. Provide the number of rods required to Revised 10/08/03 Contract No. PKS 06-02 Page 152 of 181 Pages obtain proper ground resistance, as applicable to all manholes, padmount switches, transformers, service entrances, etc. D. Ground rod mechanical connector bodies shall be manufactured from high strength, high conductivity cast copper alloy material. Bolts, nuts, washers and lockwashers shall be made of silicon bronze and supplied as a part of the connector body and shall be of the two bolt type. Split bolt connector types are not allowed. The connectors shall meet or exceed the requirements of UL 467 and be clearly marked with manufacturer and conductor size. E. Ground rod compression connectors shall be manufactured from pure wrought copper. The conductivity of this material shall be no less than 99% by IACS standards. The connectors shall meet or exceed the performance requirements of IEEE 837, latest revision. The connectors shall be clearly marked with the manufacturer and conductor size. The installation of the connectors shall be made with a compression, tool and die system, as recommended by the manufacturer of the connectors. Each connector shall be factory filled with an oxide-inhibiting compound. 2.03 Pull Boxes A. Pull-Boxes shall be of precast concrete. Pull-Box minimum inside dimensions shall be as shown on the Drawings. Pull-Boxes shall be placed on a 6" thick crushed rock base. B. Pull-Box covers shall be marked "High Voltage Electric", unless noted otherwise. C. Pull-Boxes shall be provided with knockouts for connections to all underground conduit. Conduit entrances shall be grouted flush with non-shrink grout. Conduits shall be terminated with flush-end bells. D. Pull-Boxes shall be manufactured by Brooks, Quikset, or equal. 2.04 Conduit A. General Each length of conduit shall bear the UL label and be a minimum size of %", unless noted otherwise. Elbows shall be standard radius sweeps meeting the requirements of the NEC. Revised 10/08/03 Contract No. PKS 06-02 Page 153 of 181 Pages B. Rigid Steel Conduit 1. Rigid steel conduit shall be Schedule 40 steel, pipe size, finished inside and out by hot-dipped galvanizing, and shall conform with ANSI C80.1 and UL. All rigid steel conduit in direct contact with the ground or concrete shall be protected by double wrapping with 20 mil PVC tape. 2. Couplings shall be galvanized steel. 3. Insulating Bushings: threaded malleable iron with thermoplastic liner. 4. Insulated Grounding Bushings: threaded malleable iron body with insulated thermoplastic liner throat and "lay-in" ground lug with compression screw. 5. Insulated Metallic Bushings: threaded malleable iron body with plastic insulated throat. 6. Running threads are not acceptable. C. PVC Coated Rigid Steel Conduit 1. Conduit shall be Schedule 40 steel, pipe size, finished inside and out by hot-dipped galvanizing, and shall conform with ANSI C80.1 and UL. A PVC coating of 40 mils (minimum) thickness shall be bonded to the outer galvanized surface of the conduit and a urethane coating shall be applied to the interior surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. A PVC jacketed coupling shall be furnished with each length of conduit. PVC coated rigid steel conduit and fittings shall be manufactured by Robroy, Occidental, or equal. 2. Conduit fittings shall be PVC coated and furnished by the same manufacturer as the conduit to provide a complete and compatible protective system. PVC coated fittings and couplings shall have specially formed sleeves to tightly seal to conduit PVC coating. The sleeves shall extend beyond the fitting or coupling a distance equal to the conduit outside diameter or two inches, whichever is greater. D. Rigid Non-Metallic Conduit 1. Conduit shall be UL listed, sunlight resistant, Schedule 40 polyvinyl- chloride (PVC) conduit, rated for 90° C conductors, and manufactured to NEMA TC-2 standards. Revised 10/08/03 Contract No. PKS 06-02 Page 154 of 181 Pages 2. Couplings and connectors shall be of the same manufacturer as the conduit and shall be joined as recommended by the manufacturer. All PVC conduits shall be terminated with approved connectors or end bells. E. Electrical Metallic Tubing (EMT) 1. Conduit shall be formed of cold rolled strip steel, electroplated, and shall meet ANSI and UL requirements. 2. Couplings shall be electroplated steel, UL listed rain and concrete tight. 3. Connectors shall be gland compression type with insulated plastic throat. F. Liquid-Tight Flexible Metallic Conduit 1. Conduit shall be liquid tight and shall have an interlocking flexible galvanized steel core with permanently bonded continuous exterior gray PVC jacket. Exterior jacket shall be moisture and oil-proof, and UV protected. A copper bonding conductor shall be included between the segments. Interior surfaces shall be smooth and offer minimum drag to pulling conductors. Liquid-tight flexible metallic conduit shall be as manufactured by Anaconda, Electroflex, or equal. 2. Connectors shall be the screw clamp or screw-in (Jake) variety with cast malleable iron bodies and threaded male hubs with insulated throats or insulated bushings. Liquid-tight fittings shall be of cadmium plated cast malleable iron, with insulated throat, with provisions for grounding. 2.07 Conductors and Cable A. General Cables and wires shall be new, stranded conductors, solid copper, not smaller than #12 AWG unless otherwise shown on Drawings. Insulation shall bear manufacturer's trademark, insulation designation, voltage rating, and conductor size at regular intervals. Each type of cable or wire shall be the product of a single manufacturer. B. Conductors Conductors for power service, power feeders, power circuits, and lighting feeders, lighting circuits, and control circuits shall be stranded copper, rated 600 volt, with 75° C THWN insulation, UL approved, for installation underground, in concrete, in masonry, or in wet locations. Minimum conductor size shall be # 12 AWG. C. Color Coding Revised 10/08/03 Contract No. PKS 06-02 Page 155 of 181 Pages System conductors shall be factory color coded by integral pigmentation with a separate color for each phase and neutral, or by an approved colored marking tape at all terminations and in all junction boxes, pull-boxes, and manholes. Each voltage system shall have a color coded system that shall be maintained throughout the project. Approved colored marking tape is as follows: System Service Color 120V, 1 Phase, 2 wire Line Black Neutral White 208V, 3 Phase, 4 wire Phase A Black Phase B Red Phase C Blue Neutral White 480V, 3 Phase, 4 wire Phase A Brown Phase B Orange Phase C Yellow Neutral White All Ground Green & Bare Copper 2.08 Switches and Relays A. Toggle Switches Local single pole switches shall be flush tumbler type AC rated, quiet type, heavy duty, 20 amp minimum, rated 120/277 volt, back or side wired with binding screws. Switches shall conform to NEMA WD-1 specifications. Two pole three way and other switches shall be similar. Switches shall be as manufactured by Hubbell, Bryant, or equal. 2.09 Receptacles A. General Purpose General purpose receptacles shall be duplex, 3-wire grounding type, rated 125 /250 volt, AC, 20 amp minimum, NEMA 5-20R, back or side wired with binding screws, as manufactured by Hubbell, Bryant, G.E, or equal. B. Ground Fault Interrupter (GFI) GFI receptacles shall be NEMA 5-20R configured and shall mount in a standard device box. Units shall trip at 5 milliamperes of ground current and shall comply Revised 10/08/03 Contract No. PKS 06-02 Page 156 of 181 Pages with NEMA WD-1-1.10 and UL 943. GFI receptacles shall be capable of individual protection as well as downstream protection. 2.10 Device Boxes, Junction Boxes, and Fittings A. Device Boxes (General Purpose - Indoors or Outdoors) Unless otherwise noted on the Drawings, device boxes shall malleable iron constructed with zinc or cadmium plating and enamel finish, minimum single gang size, deep box type, with treaded hubs and solid gasketed cover. Device boxes shall be properly sized for required circuitry or splicing. Surface mounted boxes shall be furnished with mounting lugs. Where located outdoors, device boxes shall be waterproof. Device boxes shall be Grouse-Hinds FD, Appleton FD, or equal. B. Junction Boxes (General Purpose - Indoors or Outdoors) Unless otherwise noted on the Drawings, junction boxes shall be malleable iron constructed, rain tight, dust tight, minimum size 4"x4"x3", drilled and tapped or field installed with slip holes (alternate hub plates are acceptable). Junction boxes shall be properly sized for the number and sizes of conductors and conduit entering the box and required splicing. Provide feet where necessary for surface mounting. Junction boxes shall be Grouse-Hinds WAB, Appleton RS, or equal. C. Device Boxes (Wet or Corrosive Locations) Where specified on the Drawings, device boxes shall be constructed of 316 stainless steel, minimum single gang size, deep box type, with gasket and 316 stainless steel solid cover. Device boxes shall be properly sized for required circuitry or splicing. Surface mounted boxes shall be furnished with mounting lugs or feet. Device boxes shall be NEMA 4X as manufactured by BEL Products, Inc., Gushing Manufacturing Co., or equal. D. Junction Boxes (Wet or Corrosive Locations) Where specified on the Drawings, junction boxes shall be constructed of 316 stainless steel, with gasket and 316 stainless steel solid cover. Junction box minimum size shall be 4"x4"x3". Junction boxes shall be properly sized for required circuitry or splicing. Provide feet where necessary for surface mounting. Junction boxes shall be NEMA 4X as manufactured by BEL Products, Inc., Gushing Manufacturing Co., or equal. E. Conduit fittings shall be provided where shown on the Drawings or required to facilitate installation of the electrical conduit and equipment. Revised 10/08/03 Contract No. PKS 06-02 Page 157 of 181 Pages 1. Metallic fittings shall be constructed of malleable iron with zinc or cadmium plating and enamel finish, with gasket and cast cover. Fittings shall be Condulet Type as manufactured by Grouse-Hinds, Appleton, or equal. 2. Non-metallic fittings shall be compatible with the non-metallic conduit used and shall be of the same manufacturer. 3. Fittings shall be of the shapes, sizes, and types required to facilitate installation or removal or conductors and cables from the conduit. 4. Connectors, couplings, locknuts, bushings, and caps used with Rigid Steel conduit shall be threaded and thoroughly galvanized. Bushings shall be insulated. 5. Metallic conduit unions shall be "Erickson" couplings, or approved equal. Running threads are not acceptable. 6. Connectors for liquid-tight flexible metallic conduit shall be liquid tight with insulating bushings and provision for ground continuity. 2.11 Disconnect Switches A. Switch Interior Dead-front construction with hinged arc suppressor and-switch blades which are fully visible in the "OFF" position and with door open. B. Switch Mechanism Switches shall be quick-make and quick-break with arc quenching and ambient temperature compensated overload devices. Switch operating handle and mechanism shall be provided with a dual cover interlock to prevent unauthorized opening of the switch door in the "ON" position or closing the switch mechanism while the door is open. Switch operating handle shall be capable of being padlocked in the "OFF" position. Switches shall be manufactured by General Electric, Westinghouse, Square D, or equal. C. Ratings Switches shall be horsepower rated for the operating voltage and with fused or non-fused arrangements as shown on the Drawings. D. Enclosures Revised 10/08/03 Contract No. PKS 06-02 Page 158 of 181 Pages Unless otherwise noted on the Drawings, for interior locations enclosures shall be NEMA 12 panels with hinged covers and padlockable hasps. Switches in exterior locations shall be provided with gasketed NEMA 3R enclosures with hinged covers and padlockable hasps. 2.12 Low-Voltage Cable Splices Low-voltage cable splices and terminations shall be rated at not less than 600 Volts. Splices in conductors No. 10 AWG and smaller shall be made with an insulated, solderless, pressure type connector, conforming to the applicable requirements of UL 486A. Splices in conductors No. 8 AWG and larger shall be made with noninsulated, solderless, pressure type connector, conforming to the applicable requirements of UL 486A and UL 486B. Splices shall then be covered with an insulation and jacket material equivalent to the conductor insulation and jacket. Splices below grade or in wet locations shall be sealed type conforming to ANSI C119.1 or shall be waterproofed by a sealant- filled, thick wall, heat shrinkable, thermosetting tubing or by pouring a thermosetting resin into a mold that surrounds the joined conductors. 2.13 Miscellaneous Equipment and Material A. Concrete Anchors Type 304 (or better) stainless steel expansion anchors (wedge or sleeve) shall be used to for mounting all electrical conduit, boxes, and equipment. NO type of explosive anchor will be permitted. B. Conduit Straps Where specified on the Drawings, conduit straps shall be malleable iron constructed, one-hold type strap with cast clam-backs and spacers as required. C. Channel (Unistrut) Supports Unless otherwise specified, support channel (Unistrut) shall be single strut type, 1-1/2" x 1-1/2", 12 gauge hot dipped galvanized steel with 17/32" diameter bolt holes on 1-1/2" centers. D. Nameplates Nameplates shall be provided for all electrical stations and equipment furnished by the Contractor. Nameplates shall be engraved laminated plastic, with 1/4" high white lettering on black background. Nameplates shall indicate equipment and its function. Nameplates shall be securely fastened with stainless steel drive screws or escutcheon pins. o E. Panelboard Labeling Revised 10/08/03 Contract No. PKS 06-02 Page 159 of 181 Pages Panelboard circuits shall be labeled clearly indicating which piece of equipment, outlet, lighting, receptacle, etc. is powered by the respective circuit. Labeling shall be arranged in numerical order. F. Conductor and Terminal Markers Conductor and terminal markers shall be self-adhering, pre-printed cloth or vinyl. PART 3 - EXECUTION 3.01 General A. Prefabricated Material and Equipment Installation of all prefabricated items and equipment shall conform to the requirements of the manufacturer's specifications and installation instructions. When code requirements apply to installation of materials and equipment, the more stringent requirements, code, or manufacturer's specifications and installation instructions shall govern the work. B. Power Supplies to Mechanical Equipment 1. An electric power supply, including conduit, any necessary junction or outlet boxes, and conductors and connections shall be furnished and installed by Contractor for each item of mechanical equipment. 2. Circuit breakers or fused disconnect protection shall be provided for each separate item of mechanical equipment shown on the Drawings, or specified in the Basic or Technical Specifications. 3. Power supplies to individual items of equipment shall be terminated in a suitable outlet or junction box adjacent to the respective item of equipment, or a junction box provided by the manufacturer of the equipment. Sufficient lengths of conductor at each location shall be provided to permit connection to equipment without damaging the conductors. 3.02 Conduit Installation A. General 1. Contractor shall install conduit and electrical equipment in locations that will cause minimal interference with the maintenance and removal of mechanical equipment. Conduits and connections are shown schematically on the Drawings. Contractor shall run conduit in a neat manner parallel or perpendicular to walls and slabs, and wherever Revised 10/08/03 Contract No. PKS 06-02 Page 160 of 181 Pages possible, installed together in parallel runs supported with Unistrut type support system. All conduits shall be installed straight and true with reference to the adjacent work. 2. Unless noted otherwise on the Drawings, conduits shall be concealed in walls or in cast-in-place concrete slabs. Concealed conduits shall be run in as direct a route as possible and with bends of large radii. Floor penetrations shall be made only at specific approved locations; other penetrations are prohibited. Conduits shall be rigidly secured in position by means of approved clamps. 3. Locations of conduit runs shall be planned in advance of the installation and coordinated with the ductwork, plumbing, ceiling, and wall construction in the same areas, and shall not unnecessarily cross other conduits or pipe, nor prevent removal of nor block access to mechanical or electrical equipment. 4. Unless noted otherwise on the Drawings, buried conduit shall be installed with a minimum of 24" cover. All conduit trenches shall be compacted to a minimum of 90% relative compaction. Compaction in the pipe zone shall be accomplished by water jetting imported sand, one sack sand slurry cement, or equal, placed to 6" above top of conduit. Buried conduit shall be installed using approved spacers and cradles, properly supported/anchored and at sufficient intervals to prevent movement during backfill operations (maximum spacing of five feet). Where change in direction is required, long radius elbows shall be installed. Prior to installation of conductors in underground conduits, a testing mandrel not less than six (6) inches long and with a diameter 1/4 inch less than the conduit diameter shall be drawn through after which a stiff bristle brush of the proper size for the conduits shall be drawn through until the conduits are free of all sand and gravel. 5. Unless noted otherwise on the Drawings, conduits cast in, under, or through concrete walls, slabs, or masonry walls shall be Rigid Steel. 6. Unless noted otherwise on the Drawings, buried conduit shall be Rigid Non-Metallic or Rigid Steel. Transition from PVC to Rigid Steel shall be made at the horizontal leg of the buried conduit bend. 7. Unless noted otherwise on the Drawings, exposed or above grade conduit shall be Rigid Steel. 8. Spare conduits shall extend a minimum of 3" above concrete slab or wall, and be provided with threaded cap and polyethylene pull rope with 100- pound (minimum) tensile strength. Revised 10/08/03 Contract No. PKS 06-02 Page 161 of 181 Pages 9. All conduits shall be tightly sealed during construction by use of conduit plugs or "pennies" set under bushings. All conduit in which moisture or any foreign matter has collected before pulling conductors shall be cleaned and dried to the satisfaction of the Owner. 10. Conduits shall be securely fastened to cabinets, boxes, and gutters using locknuts (one inside and one outside enclosure for rigid conduit, one inside enclosure for EMI) and an insulating bushing or specified insulated connectors. Grounding bushings or bonding jumpers shall be installed on all conduits terminating at concentric knockouts. B. Rigid Steel Conduit Rigid Steel conduit installations below grade, and cast in, under, or through walls or slabs shall be double wrapped with 20-mil PVC tape. Running threads and threadless couplings will not be acceptable. Where necessary for connecting conduit, UL listed couplings or unions shall be used. All ends and joints shall be reamed smooth after cutting. C. Electrical Metallic Tubing (EMT) EMI conduit shall only be installed where specifically shown on the Drawings. EMT conduit, where specified, shall be furnished with weatherproof fittings. D. Rigid Non-Metallic Conduit Unless noted otherwise on the Drawings, Schedule 40 PVC conduit may be used underground. PVC conduits shall not be run exposed. E. Supports Exposed conduit shall be supported with channel supports spaced per NEC requirements (8-0" maximum spacing) and within 18" of couplings, bends, boxes, etc., unless otherwise shown on the Drawings. F. Termination and Joints 1. Raceways shall be joined using specified couplings or transition couplings where dissimilar raceway systems are joined. 2. Conduit terminations exposed at weatherproof enclosures and cast outlet boxes shall be made watertight using approved connectors and hubs. 3. Expansion couplings shall be installed where any conduit crosses a building separation or expansion joint, including joints in footings and gradebeams. Revised 10/08/03 Contract No. PKS 06-02 Page 162 of 181 Pages 4. Approved cable-sealing bushings shall be installed on all conduits originating from roof and terminating in switchgear, cabinets, or gutters inside the building. 5. Conduit bodies (Condulets) are not acceptable as enclosures for splices. 6. At all conduit terminations and boxes, conductors shall be protected by a fitting equipped with a plastic bushing having a smoothly rounded insulat- ing surface. 3.03 Conductor and Cable Installation A. General 1. Conductors shall not be installed in conduit runs until all work is completed for each individual conduit run. Care shall be taken in pulling conductors such that insulation is not damaged. UL approved pulling compounds shall be used. 2. Unless noted otherwise on the Drawings, all conductors or cables shall be installed in conduit or electrical enclosures. 3. All cables shall be installed and tested in accordance with manufacturer's requirements and warranty. B. Splicing and Terminating 1. All aspects of splicing and terminating shall be in accordance with cable manufacturers published procedures. 2. All splices in outlet boxes with connectors as specified herein shall be made up with separate tails of correct color. At least six (6) inches of tails packed in box after splice is made up shall be provided. 3. All conductor and cable in panels, control centers and equipment enclosures shall be bundled and clamped. C. Identification 1. All branch-circuits shall be securely tagged, noting the purpose of each. Conductors shall be marked with vinyl wrap-around markers. Where more than two conductors run through a single outlet, each circuit shall be marked with the corresponding circuit number at the panelboard. Revised 10/08/03 Contract No. PKS 06-02 Page 163 of 181 Pages 2. Conductors size #6 AWG and larger shall be color coded using specified phase color markers and identification tags. 3. All terminal strips shall have each individual terminal identified with specified vinyl markers. 4. Inside of all junction box cover plates shall be identified via felt-tip pen or decal label, denoting the panel and circuit numbers and voltage contained in the box. 5. All receptacles and switches shall be decal labeled on the plate, denoting the panel and circuit number. D. Connections to Circuit Breakers. Switches, and Terminal Strips: Stranded Copper Conductors 1. #12 through 8 AWG: Conductor shall be terminated in locking tongue style, pressure type, compression lugs, unless clamp type connection for stranded conductor is provided with device. 2. #6 AWG and larger: Conductor shall be terminated in one-hole flat-tongue style, compression type lugs, or by connectors supplied by the manufacturer. E. Joints in Conductors in Dry Locations. Copper Conductors 1. #8 AWG and smaller: Conductors shall be twisted and secured with cap or twist-on, expandable spring type solderless connectors. 2. #6 AWG and larger: Conductor shall be joined with split bolt connectors or compression sleeves. Joints shall be insulated with rubber tape and protected with half-lapped layers of vinyl plastic electrical tape. Insulation may also be provided by UL listed pre-manufactured components such as heat-shrink or cold-shrink devices. F. Joints in Conductors in Moist Locations. Copper Conductors 1. #8 AWG and smaller: Conductor shall be securely joined as specified above, then encapsulated in epoxy (Scotchcast or approved equal). 2. #6 AWG and larger shall be joined as specified above, and suitably water treated. G. Grounding Enclosures of equipment, raceways and fixtures shall be permanently and effectively grounded. A code-sized, copper, insulated green equipment ground shall be provided for all branch circuit and feeder runs. Equipment ground shall Revised 10/08/03 Contract No. PKS 06-02 Page 164 of 181 Pages originate at panelboard ground bus and shall be bonded to all switch and receptacle boxes and electrical equipment enclosures. Ground terminals on receptacles shall be connected to the equipment grounding conductor by an insulated copper conductor. 3.04 Installation of Boxes and Wiring Devices A General 1. All outlets shall be surface mounted with walls, ceilings, and floors, except where specified to be finish flush. 2. No unused openings shall be left in any box. Close-up plugs shall be installed as required to seal openings. 3. Exposed outlet boxes and boxes in damp and wet locations shall be provided with gasketed cast metal cover plates. B. Box Layout 1. Outlet boxes shall be installed at the locations and elevations shown on the drawings or specified herein. Adjustments to locations shall be made as required by structural conditions and to suit coordination requirements of other trades. 3.05 Transformer Installation A. Primary shall be connected to minimum value taps during construction period and prior to initial building start-up. B. Voltage readings shall be made and tap connections adjusted to nominal voltage during final construction review and prior to building occupancy. C. Transformers shall be installed on vibration pads designed to suppress the transformer vibrations. Pads shall be selected and arranged in accordance with the weights of the transformers. D. Conduit connections that will prevent transmission of the transformer vibrations to the conduit system shall be installed. E. Transformers installed against a wall shall have readily accessible primary and secondary terminals. 3.06 Protection Conduits, junction boxes, outlet boxes, and other openings shall be kept closed to prevent entry of foreign matter. Fixtures, equipment, and apparatus shall be covered and protected against dirt, paint, water, chemical or mechanical damage, before and during the construction period. Damaged fixtures, apparatus, or equipment shall be restored to Revised 10/08/03 Contract No. PKS 06-02 Page 165 of 181 Pages original condition prior to final acceptance, including restoration of damaged shop coats of paint. Brightly finished surfaces and similar items shall be protected until in service. No rust or damage will be permitted. 3.07 Workmanship A. Preparation, handling, and installation shall be in accordance with manufacturer's written instructions and technical data particular to the product specified and/or approved, except as otherwise specified. B. Work shall be furnished and placed in coordination and cooperation with other trades. C. Work shall conform to the National Electrical Contractor's Association Standard of Installation for general installation practice. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 166 of 181 Pages BASIC STRUCTURAL STEEL AND MISCELLANEOUS METAL WORK SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish all labor, equipment, and material and perform all operations necessary for fabrication, construction, and installation of structural and miscellaneous metal specified. Where miscellaneous metal and equipment items are required to fit spaces previously constructed, measurements for the fabrication of such items shall be made at the site so that items fit as required. Standard commercial products which meet general requirements, and vary only in nonessential detail, will be acceptable, subject to Owner's approval. All work shall be executed and finished in accordance with approved shop drawings and conform with the best practice required to produce the highest grade construction. Contractor shall be solely responsible for errors of fabrication and correct fitting of structural members shown on the shop drawings. 1.02 Quality Assurance Unless otherwise specified, all work specified in the Contract Documents shall comply with requirements of the following specifications and codes: A. Steel Work Fabrication and erection of structural steel shall be in accordance with AISC "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings," and "Code of Standard Practice for Steel Buildings and Bridges", latest editions. B. Aluminum Work Fabrication and erection of aluminum shall be in accordance with the applicable requirements of Chapter 28 of the Uniform Building Code, latest edition, and herein referenced standards of the Aluminum Association. C. Welding Inspection All welding of structural steel assemblies shall be performed under continuous inspection of a "Special Inspector" selected by the Owner. Should such Revised 10/08/03 Contract No. PKS 06-02 Page 167 of 181 Pages fabrication be performed in the shop of a licensed fabricator approved by the governing Building Official, only the field welding of structural steel assemblies will be required to be performed under continuous inspection of the "Special Inspector". Contractor shall notify inspector at least 24 hours in advance of needed inspections. Contractor shall provide copies of Inspection Reports for Owner. 1.03 Submittals A. Shop Drawings Contractor shall submit shop drawings for approval before fabrication of any of the work. Shop drawings shall show complete fabrication details with material lists, including all welds, fabrication and finish details, and shop painting. In approved shop drawings, the Owner does not assume responsibility for accuracy of the work relative to other components as constructed. Also refer to applicable requirements hereafter specified in paragraph "Substitutions". All dimensions shall be field verified by the Contractor prior to fabrication. B. Test Reports Contractor shall furnish notarized certified physical and chemical mill test reports for material used for major structural members. All tests shall be performed in accordance with applicable ASTM Standards. C. Shop Painting Data In coordinated manner with requirements for Painting and Protective Coatings, Contractor shall submit product list with product data sheets of intended shop coats which, for compatibility, shall be the same products and manufacturer as those field-applied systems specified in the Basic Painting Specifications. PART 2 - PRODUCTS 2.01 Materials - General Materials shall be new, sound, and shall comply with the following: A. Steel Rolled shapes, plates, and bars shall conform to AISC "Manual of Steel Construction" and ASTM Specification A-36, latest editions. 1. Stainless Steel Revised 10/08/03 Contract No. PKS 06-02 Page 168 of 181 Pages Unless otherwise designated or approved, Contractor shall use Type 316 stainless steel alloy conforming to ASTM A-167 and ASTM A-276, latest editions, for plates and bars. 2. Steel Pipe Material shall conform to ASTM A-53, Grade B seamless galvanized as required, Schedule 40. B. Cast Iron Material shall conform to ASTM A-48, Class 30, except as specifically designated otherwise. C. Ductile Iron Material shall conform to ASTM A-536 using grade 60-40-18 or better, except as specifically designated otherwise. D. Aluminum 1. All plate, pipe, and structural shapes shall be new and shall conform to ASTM B209 (Plate), B308 (Shapes), B429 (Pipe and Tubing), B211 (Bar Stock), and applicable Federal Specifications for6061-T6 alloy, unless otherwise designated. 2. Aluminum pipe rail shall be of 6061-T6 alloy and be Schedule 40 or greater. 3. Alloys and tempers for various members where not otherwise designated, shall be as required for proper forming and fabrication to meet or exceed structural requirements, and shall be of alloys specially produced to best achieve specified color anodized finishes. Contractor shall provide supporting printed recommendations from parent aluminum producer. For sheet fabricated members Contractor shall use only homogenous aluminum products and no clad products. 4. Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistance welding process with filler alloys as specified in the UBC. Contractor shall not use any process requiring a welding flux. E. Common Bolts Except as otherwise designated or specified, bolts shall be standard commercial quality steel units conforming to ASTM A-307; galvanize where used with galvanized work. Revised 10/08/03 Contract No. PKS 06-02 Page 169 of 181 Pages F. High Strength Bolts & Studs Except as otherwise designated or specified, bolts shall conform to ASTM A325; studs shall conform to ASTM A449; nuts shall conform to ASTM A194, 2H heavy hex; washers shall conform to ASTM F436. They shall be galvanized where specified or where used with galvanized steel. G. Stainless Steel Bolts Except as otherwise designated or specified, bolts, cap screws, and studs shall be Type 316L conforming to ASTM F-593; nuts shall conform to ASTM F-594. H. Deferred Bolting Devices (Noted D.B.D. or Expansion Anchor on Contract Drawings) Deferred bolting devices shall be used in lieu of anchor bolts only where specifically noted or detailed; they shall be installed in accordance with current I.C.B.O. Research Report Approval and shall consist of the following: 1. D.B.D. shall be Molly Parabolt Concrete Anchors, Phillips Wedge Anchors, Hilti Anchors, or approved equal. 2. D.B.D. shall not be used for anchorage of any vibrating machinery or equipment. I. Galvanizing 1. Iron and Steel Galvanizing shall conform to ASTM A123, with minimum weight per square foot of 1.25 ounces. 2. Ferrous Metal Hardware Items Galvanizing shall conform to A153, with average coating weight of 1.25 ounces per square foot. 3. Touch-Up Material for Galvanized Coatings Galvanized coatings marred or damaged during erection or fabrication shall be repaired by use of DRYGALV as manufactured by the American Solder and Flux Company, Galvalloy, Galvion, or equal, applied in accordance with the manufacturer's instructions. J. Welding Electrodes Revised 10/08/03 Contract No. PKS 06-02 Page 170 of 181 Pages 1. Steel Electrodes Contractor shall use E70XXX rod for shielded metal arc welding conforming to AWS A5.1 or A5.5 and F7X-EXXX for submerged arc welding conforming to AWS A5.17. For steel alloys other than ASTM A- 36 and A-53, Contractor shall use electrodes recommended in writing by AWS and by the parent steel manufacturer. 2. Aluminum Electrodes Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistant welding process with filler alloys conforming to U.B.C. Standard No. 28, Table 28-1-C. Contractor shall not use any process requiring a welding flux. 3. Stainless Steel Electrodes Contractor shall weld stainless steel with electrodes and by techniques specified in pertinent AWS A5 Series Specification, and as recommended in Welded Austenitic Chromium-Nickel Stainless Steel Techniques and Properties as published by the International Nickel Company, Inc., New York, N.Y. K. Shop Prime Paint To assure compatibility with field-applied paint or coating systems, for ferrous metals other than stainless steel, galvanized steel, and cast iron, Contractor shall use same shop prime paint product and manufacturer as painting or protective coating system intended for field application specified in the Basic Painting Specifications. Contractor shall not shop prime portions of work immediately adjacent to intended field welds or portions intended for embedment in concrete. L. Storage of Materials Structural material, either plain or fabricated, shall be stored above ground upon platforms, skids, or other supports. Material shall be kept free from dirt, grease, and other foreign matter and shall be protected from corrosion. PART 3 - EXECUTION 3.01 Fabrication A. Workmanship shall conform to AISC specifications, latest edition. Work shall conform to the Contract Documents and approved shop drawings. Work shall be performed by Fabricator approved by governing Code Authorities. Aluminum work shall conform to the applicable requirements of "Specifications for Aluminum Revised 10/08/03 Contract No. PKS 06-02 Page 171 of 181 Pages Structures, Aluminum Construction Manual" of the Aluminum Association, latest edition. 1. Shop connections shall be welded or bolted unless otherwise indicated. 2. Insofar as possible, Contractor shall fit and assemble all work in shop, ready for erection. B. Members 1. All members shall be free from twists, kinks, buckles, or open joints. 2. All members, holes, and their spacing shall be so accurately made that, when assembled, the parts shall come together and bolt without distortion. 3. Parts assembled with bolts shall be in close contact, except where separators are required. Where unlike metals are in contact, Contractor shall insulate as necessary to prevent corrosion. 4. Bearing surfaces shall be planned to true beds. Abutting surfaces shall be closely fitted. Steel requiring accurate alignment shall be provided with slotted holes and/or washers for aligning the steel members. C. Welding 1. Welding in shop and field shall be done by operators who have previously been qualified by tests, as prescribed in the American Welding Society, "Standards Qualifications Procedure". All welds shall exhibit characteristics required by AWS D1.0. 2. All welds shall be made with E70-XX classification mild or low-alloy steel covered arc-welding electrodes conforming to AWS A5.1 and A5.5 Specifications for filler metal, except as otherwise designated on Structural Drawings and except as otherwise recommended by AWS and AISC for welding high strength steel alloys other than ASTM A36 and A53 Steels. 3. All steel, before being fabricated, shall be thoroughly wire brushed, cleaned of all scale and rust, and thoroughly straightened by approved methods that will not injure the materials being used. Welding shall be continuous along the entire line of contact except where tack or intermittent welding is permitted by Engineer. Where exposed, welds shall be cleaned of flux and slag and ground smooth. 4. Welding of aluminum shall conform to the applicable requirements of Uniform Building Code, Chapter 28 and to the detail requirements of Revised 10/08/03 Contract No. PKS 06-02 Page 172 of 181 Pages "Welding Aluminum" by the American Welding Society and the Aluminum Association. 3.02 Erection A. Erection shall include the installation and erection of all steel referred to in this Basic Specification. Contractor shall verify correctness before starting erection. Erection shall be performed in accordance with the latest edition of AISC Code of Standard Practice. B. As erection progresses, Contractor shall securely bolt up all members to take care of all dead-load, wind, and erection stresses. C. Contractor shall not perform final bolting or welding until each portion of the structure has been properly aligned and plumbed. D. Contractor shall insure bolts are drawn up tight and threads set so that nuts cannot become loose. E. Damaged Members During erection, members which are bent, twisted, or damaged shall be straightened or replaced by Contractor as directed. If heating is required in straightening, heating shall be done in the presence of the inspector and a heating method shall be used which will ensure uniform temperature throughout the entire member. Members, which, in the opinion of the Owner, are damaged to an extent impairing their appearance, strength, or serviceability, shall be removed and replaced with new members by Contractor. F. Anchor Bolts and Anchors Anchor bolts and anchors shall be property located and built into connection work in accordance with the Contract Documents. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Embedded anchor bolts that are submerged in process water or sludge, or are in enclosed tanks or spaces exposed to process gas or moisture, shall be Type 316 stainless steel with nuts of the same material. To such stainless steel bolts Contractor shall apply a non- oxidizing lubricant grease before bolting using a molybdenum disulphide grease compound or a NO-OX-10 type compound. Specialty anchoring systems shall be as specified or shown on Construction Drawings. G. Aluminum Pipe Rails and Railings Pipe rail shall be painted steel or anodized aluminum as specified in Contract Documents. Steel and aluminum pipe rails and railings, complete with stanchions, toe plates, welded and bolted fittings, and attachments shall be Revised 10/08/03 Contract No. PKS 06-02 Page 173 of 181 Pages fabricated true to size configurations and detail shown on Construction Drawings. Grind and polish welds flush and smooth! Curves, where indicated or necessary, shall be bent on a radius of not less than six (6) inches. 1. All pipe materials shall be Schedule 40 aluminum or as noted on the plans. 2. If proprietary substitutions are proposed for railings and attachments, submittals shall be accompanied by acceptable test data by an independent testing laboratory showing that: the fitting and attachment will withstand the bending moment induced by a 200 Ib. force applied at the top of the stanchion in any direction; and the railings will safely resist forces as required by Cal/OSHA and the Uniform Building Code. Test data shall be for attachments in similar materials as the field condition. 3. Contractor shall isolate aluminum from dissimilar metals and concrete for protection from galvanic deterioration. Aluminum shall be mill finished and free of damage and detracting appearance flaws. Contractor shall provide uniform AA-KA41 Architectural Class I clear anodic finish. H. Substitutions Unless otherwise directed, the exact sections, shapes, thicknesses, sizes, weights, and the details of construction shown for the structural steelwork shall be furnished as specified in the Contract Documents; however, Contractor, because of his stock or shop practices, may suggest substitutes if the net section area is not thereby reduced, if the section properties are at least equivalent, and if the overall dimensions are not exceeded. All substitutions or other deviations from Contract Drawings and/or Specifications shall be specifically noted or "clouded" on the shop drawing submittals. I. Flame Cutting Contractor shall not flame cut with a gas cutting torch in the field to correct fabrication errors on any major member in the structural framing. Contractor may flame-cut on minor members, when the member is not under stress, and then only following Owner's approval. J. Dissimilar Metals Contractor shall isolate aluminum from contact with dissimilar metals and materials, other than stainless steel, as follows: 1. Metals Contractor shall apply on contact surfaces a heavy brush coat of approved zinc chromate primer made with a synthetic resin vehicle, Revised 10/08/03 Contract No. PKS 06-02 Page 174 of 181 Pages followed by two brush coats of approved aluminum metal and masonry paint or a heavy coat of approved alkali-resistant bituminous paint. Alternatively, Contractor may separate surfaces with a non-absorptive tape or gasket. 2. Masonry. Concrete, or Plaster Contractor shall apply a heavy brush coat of approved, alkali-resistant bituminous paint, or separate surfaces with non-absorptive tape or gasket. 3. Moisture-Absorbent Materials and Preservativelv Treated Wood Contractor shall paint such absorbent materials with two coats of approved aluminum house paint and protect aluminum contact surfaces with bituminous paint. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 175 of 181 Pages BASIC BUILT UP ROOFING SPECIFICATIONS SECTION 07500 BUILT UP ROOFING PART 1 - GENERAL 1.01 Description of Work A. Scope: 1. The extent of the Built-Up Roof system work is indicated by the provisions of this Section and as specified in the following sections: A. Section 07600 Sheet Metal Components B. System Description: 1. The new roof shall consist of a four ply built-up roof, one layer Type G2 fiberglass base sheet, mechanically attached to wood substrate, three Type IV fiberglass ply sheets mopped to the base sheet with gravel surfacing. 2. Related products and systems are specified in Section 07500, Part 2 - Products, Materials. C. Special Conditions 1. Provide GAP 10 year no dollar limit warranty. Adhere to all requirements of GAP to obtain warranty. PART 2 - PRODUCTS 2.01 Acceptable Manufacturers A. The following roofing and flashing specifications are based on GAP Materials Corporation, two year installer warranty, Ten year NO DOLLAR LIMIT roofing and flashing systems. 1. Primary Built-Up Roof products: A. GAP Materials Corporation or approved equal (Johns Manville, Malarkey, Tamko) 2.02 Sheet Materials Revised 10/08/03 Contract No. PKS 06-02 Page 176 of 181 Pages A. Base Sheet: Gafglas #75 base sheet, Type G2, ASTM D-4601, Type II as manufactured by GAP Materials Corporation, or approved equal. B. Ply Sheets: GafGlas Ply IV, ASTM D-2178, Type III as manufactured by GAP Materials Corporation or approved equal. C. Modified Bitimen: Ruberoid granulated modified bitumen as manufactured By GAP Materials Corporation or approved equal. 2.03 Bituminous Materials A. Asphalt Primer ASTM D-41-85. B. Plastic Roof Cement ASTM D-4586-86. C. Asphalt ASTM D-312-84 Type III 2.04 Cant Strips A. Cant Strips, fiberboard periite, (inorganic), shall be pre-formed to 45 degree angle. 2.05 Fasteners A. 1" large head nails, Simplex or approved equal with minimum 1" head, ply to nailer assembly only. 2.06 Pitch Pan Sealant A. Gibson-Holman #PC502 neoprene sealant. Apply recommended primer as required by manufacturer. PART 3 - EXECUTION 3.01 Roof Preparation A. The work includes but is not limited to complete removal of the existing roofing system, base flashings, underiayment, flanged metal, etc. down to the bare deck. A complete removal is specified in this manual all materials shall be removed. The Contractor, prior to commencement of roofing work shall complete the removal. B. Prior to commencement of the new roofing material installation, the Contractor shall ensure the Owner that the substrate is ready to accept the new roofing materials in accordance with the specifications, and the Contractor can comply with the Contract Documents. If any deficiencies are noted at the time of removal the Contractor shall notify the Owner, prior to installation of new roofing materials. Proceeding without the Revised 10/08/03 Contract No. PKS 06-02 Page 177 of 181 Pages consent of the Owner shall be the responsibility of the Contractor. Material installed prior to the Owner approval on substrates which are damaged, or otherwise unacceptable, may be deemed as non-compliance with the Contract Documents and be removed and replaced after proper deck and substrate corrections have be completed at the expense of the Contractor. C. The Contractor shall make a site inspection prior to installation of new roofing materials, to ensure a clean, safe application operation. Any damages to the exterior of the building or finished surfaces which are not documented by the Contractor prior to the com- mencement of installation of the new roofing materials shall become the responsibility of the Contractor, and shall be corrected at the Contractor's expense. D. The Contractor shall examine the roof drain assemblies to determine the proper height of the flange on the horizontal plane of the roof. If the tear-off of the existing roof requires the drains to be lowered to accept drainage water, the Contractor shall notify the Owner of his findings. 3.02 Installation of Base Sheet A. Starting at the low point of the roof, lay one ply base sheet lapping each sheet 2" on side laps, 6" at end laps. Nail base sheet in accordance with U.B.C. (Uniform Building Code). 3.03 Application of Ply Sheets A. Embed three plies of roof ply sheet as specified in shingle fashion. Starter sheets are required to lap the previous sheet 12" into uniform moppings of solid asphalt, using 25 to 30lb/100sq.ft. per ply. B. Starter plies should be cut to dimensions so as to preclude coincident side laps to the base ply. Plies may be left up to six months without coating. 3.04 Application Flood Coat and Gravel: A. Flood coat entire roof surface with nominal 60 Ibs. Per 100 square foot hot asphalt. While still hot embed clean, dry 3/8" gravel at the rate of 400# per 100 square feet, assure adequate embedment during gravel application. 3.05 Flashing Installation A. General Flashing Specification: 1. All flashings must be completed daily, unless other building trades interfere with installation. Revised 10/08/03 Contract No. PKS 06-02 Page 178 of 181 Pages 2. All flashings not specifically detailed herein will be applied pursuant to GAP Materials Corporation. B. Contractor shall install flashing at vertical wall and curb surfaces that abut the roof system in the following manner: 1. Apply modified bituminous vertical flashing systems as required by GAP Materials Corporation. 2. Attach cant using hot asphalt or flashing cement or use mechanical fasteners, at the 90 degree juncture of the vertical and horizontal planes. 3. Run specified roofing plies a minimum of 2" above the cant on the face of the vertical surface. 4. Embed specified number of plies at curb base flashings and wall base flashings, in hot asphalt using 25 to 45 Ib/psf. A uniform layer of flashing cement may be substi- tuted for hot asphalt. Lap ply 3" minimum with additional cap sheet with minimum 12" from preceding ply. Run first ply from top of nailer to a minimum of 2" beyond the toe of the cant. Extend succeeding plies a minimum of 1" above and further on deck than the last ply laid. 5. Completely bond all flashings to the underlying surface without any looseness, bub- bles, voids at roof to base flashing junctures. Remove and replace any loose or wrin- kled flashings. No exposed nails or fasteners shall be allowed to be exposed to the elements in the finished flashing detail. 3.06 Safety Measures A. Each work area should have a fire extinguisher available to the crew readily available. B. Always secure and check all fittings and hoses on any propane, kerosene operated heating equipment for leaks. Leak test with soapy water suspected leaking hoses or fittings or burners. C. Check all propane or kerosene heating devices and related materials for hot, smoldering conditions prior to leaving the jobsite for the day. D. Never leave connected equipment unattended where unauthorized persons may tamper with or activate such equipment. E. Adhere to all federal, state and local safety codes and requirements. ^W Revised 10/08/03 Contract No. PKS 06-02 Page 179 of 181 Pages F. The Owner shall provide adequate and approved systems for attachment of safety lines as required by CAL-OSHA. G. END OF SECTION. Revised 10/08/03 Contract No. PKS 06-02 Page 180 of 181 Pages TWO PARK RESTROOM REMODELS AND RE-ROOF OF MAINTENANCE BUILDING APPENDIX "D" HAZARDOUS MATERIALS SURVEY The Contractor is advised that hazardous materials are present at the three structures included in this Contract. The Contractor is advised that removal and remediation of these materials is included in the Lump Sum Bid price for Remodel of Restroom (Holiday Park) & (Laguna Riviera Park) and Re-roof of Maintenance Building (Holiday Park). A Hazardous Building Materials Survey dated May 3, 2005 by Ninyo and Moore Geotechnical and Environmental Consultants was performed to evaluate the presence of asbestos containing materials and lead based paint conditions at the Holiday Park Restroom site in order to provide recommendations for engineering design. The data can be used to assist in bid preparation, but said data shall not be construed as a warranty of the hazardous materials conditions existing at the site. Contractor shall, therefore, satisfy himself with regard to all hazardous materials conditions that may affect Contract Work. A Hazardous Building Materials Survey dated May 3, 2005 by Ninyo and Moore Geotechnical and Environmental Consultants was performed to evaluate the presence of asbestos containing materials and lead based paint conditions at the Laguna Riviera Park Restroom site in order to provide recommendations for engineering design. The data can be used to assist in bid preparation, but said data shall not be construed as a warranty of the hazardous materials conditions existing at the site. Contractor shall, therefore, satisfy himself with regard to all hazardous materials conditions that may affect Contract Work. A Limited Asbestos Survey dated February 13, 2006 by Winzler & Kelly Consulting Engineers was performed to evaluate the presence of asbestos containing materials at the Holiday Park Maintenance Building site in order to provide recommendations for engineering design. The data can be used to assist in bid preparation, but said data shall not be construed as a warranty of the hazardous materials conditions existing at the site. Contractor shall, therefore, satisfy himself with regard to all hazardous materials conditions that may affect Contract Work. Personal investigation by Contractor is mandatory. Contractor may perform hazardous materials testing on site prior to bid opening. Contact the Owner to arrange for access to site. Neither the information contained in the hazardous materials report nor that derived from maps, drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. Revised 10/08/03 Contract No. PKS 06-02 Page 181 of 181 Pages oore GttXecrtnical ana Environmental Sciences Consultants HAZARDOUS BUILDING MATERIALS SURVEY HOLIDAY PARK RESTROOM ADAMS STREET CARLSBAD, CALIFORNIA PREPARED FOR: Mr. Dale Schuck City of Carlsbad Public Works 405 Oak Avenue Carlsbad, California 92008 PREPARED BY: Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710 Ruffin Road San Diego, California 92123 May 3, 2005 Project No. 105577002 5710 Ruffin Road • San Diego, California 92123 • Phone (858) 576-1000 • Fax (858) 576-9600 San Diego • Irvine • Ontario • Los Angeles • Oakland • Las Vegas • Salt Lake City • Phoenix Dare and hnvironmenui Scfenres Consultants May 3, 2005 Project No. 105577002 Mr. Dale Schuck City of Carlsbad Public Works 405 Oak Avenue Carlsbad, California 92008 Subject: Hazardous Building Materials Survey Holiday Park Restroom Adams Street Carlsbad, California Dear Mr. Schuck: In accordance with Ninyo & Moore's proposal P-6693, dated January 12, 2005, and City of Carlsbad Purchase Order PI 152 19, Ninyo & Moore has performed a hazardous building materi- als survey of the above-referenced site. The attached report presents our methodology, findings, conclusions, and recommendations regarding our surveys. We appreciate the opportunity to be of service to you on this important project. Should you have any questions regarding this report, please contact either of the undersigned at your convenience. Sincerely, NINYO & MOORE ,. Brendan Phelan, C.S.S.T. enior Staff Environmental Scientist JBP/LRM/kmf Distribution: (3) Addressee ie P-edford, R.E.A^ C.A.C. Senior Environmental Scientist 57IORuffinRoad • San Dtego, California 92123 • Phone f858| 576-1000 • Fax (858) 576-9600 San Diego • Irvine • Ontario • Los Angeles * Oak/and • Las Vegas • Salt Lake City • Phoenix Holiday Park Restroom May 3, 2005 Project No. 105577002 TABLE OF CONTENTS Page 1. INTRODUCTION 1 2. OBJECTIVE AND SCOPE OF SERVICES 1 3. SITE DESCRIPTION 2 4. PHYSICAL LIMITATIONS 2 5. SAMPLE COLLECTION 2 5.1. Asbestos Survey 2 5.2. Paint Survey 3 5.3. Miscellaneous Hazardous Building Materials 3 6. LABORATORY ANALYSES AND RESULTS 3 6.1. Asbestos Analysis 4 6.2. XRF Analysis 4 7. FINDINGS AND OPINIONS 5 7.1. Asbestos 5 7.2. Lead-Based Paint 5 7.3. Miscellaneous Hazardous Building Materials 6 8. LIMITATIONS 6 Illustrations Figure 1 - Site Location Map Figure 2 - Sample Location Map Table Table 1 - Asbestos Survey Results Table 2 - XRF Data Sheet Appendices Appendix A - Suspect Asbestos-Containing Materials Sampling Protocol Appendix B - XRF Testing Methodology Appendix C - Asbestos Laboratory Analytical Report and Chain-of-Custody Record Appendix D - DHS Form 8552 - Lead Hazard Evaluation Report 105577002 r Holiday Park Restroom May 3,2005 Project No. 105577002 1. INTRODUCTION In accordance with Ninyo & Moore's proposal P-6693, dated. January 12, 2005, and City of Carlsbad Purchase Order PI 15219, Ninyo & Moore has performed a hazardous building materi- als survey of the public restroom building identified as Holiday Park Restroom (hereinafter referred to as subject site or site). The Holiday Park Restroom is located within the southeastern portion of Holiday Park, west of Adams Street, in the city of Carlsbad, California (Figure 1). The hazardous building materials survey was performed in accordance with our proposal, and in gen- eral accordance with established guidelines for the assessment of asbestos-containing materials (ACMs) and lead-based paints (LBPs). The survey findings are based upon conditions at the sub- ject building at the time of the surveying/assessment activities. Our objective and scope of work are presented below. 2. OBJECTIVE AND SCOPE OF SERVICES The purpose of the hazardous building materials survey was to evaluate the subject building for the presence of ACMs, LBPs, and other miscellaneous hazardous building materials in anticipa- tion of demolition of the building. The scope of work performed for the hazardous building materials survey is identified below. • Conducted a visual reconnaissance of readily accessible areas of the site building to evaluate building materials for the possible presence of ACMs. • Collected 6 building material samples and submitted these samples to an independent labo- ratory for analysis of asbestos content. • Prepared a sample location map showing locations from which suspect asbestos samples were collected. • Collected 27 x-ray fluorescence (XRF) readings of potential lead-based paint. • Plotted positive XRF reading locations on a sample location map. • Visual identification and quantification of other miscellaneous hazardous building materials (HBMS), including potential mercury-containing thermostats/switches, items containing polychlorinated biphenyls (PCBs), fluorescent light tubes, exit signs, and Freon®-containing refrigeration systems. 10557700 Jr Holiday Park Restroom May 3, 2005 Project No. 105577002 Prepared a report presenting our data and summarizing our conclusions and recommenda- tions regarding ACMs, LBPs, and HBMS in the on-site building. 3. SITE DESCRIPTION The subject site consists of a one-story building public restroom located within the southeastern portion of Holiday Park, west of Adams Street, in the city of Carlsbad, California. The restroom building is constructed of concrete masonry unit (CMU) walls, a slab-on-grade foundation and built-up roofing material over a plywood decking roof. Interior finishes consist of painted CMU walls, exposed, unpainted ceiling beams, and unpainted concrete floors. 4. PHYSICAL LIMITATIONS Physical limitations, such as locked rooms, were not encountered during survey activities. Sus- pect materials encountered during demolition activities that have not been assessed to date either may be assumed to be hazardous and handled accordingly, or may be sampled and analyzed to assess whether they are hazardous. 5. SAMPLE COLLECTION On April 19, 2005, the subject building was assessed for the presence of asbestos, lead-based paint, and miscellaneous hazardous building materials. The surveys followed United States Envi- ronmental Protection Agency (USEPA) guidelines, or industry standards, as appropriate, within the limitations of the scope of this assessment. Survey activities are described below. 5.1. Asbestos Survey The Ninyo & Moore asbestos survey was performed by or under the direction of a California Certified Asbestos Consultant. A preliminary visual assessment and bulk-sampling survey of suspect ACMs was performed. Representative samples of suspect ACMs were collected af- ter identification of homogeneous sampling areas (areas in which the materials are uniform in color, texture, construction or application date, and general appearance). Each homogene- ous area was observed for material type, location, condition, and friability. A total of 6 Holiday Park Restroom May 3, 2005 Project No. 105577002 samples of materials suspected of being asbestos-containing were collected during the survey, using USEPA-recommended sampling procedures. The Ninyo & Moore suspect ACM sam- pling protocol is presented in Appendix A. Building materials that were sampled and analyzed for the presence of asbestos are presented in the attached Table 1, and the locations from which bulk asbestos samples were collected are shown on Figure 2. 5.2. Paint Survey To test surfaces for future contractor worker safety, a portable NITON XL 309 XRF spec- trum analyzer was utilized. The testing was conducted in general accordance with accepted environmental science and engineering practices for demolition projects. The testing methodology utilized is presented in Appendix B. A total of 27 XRF readings (including calibrations) were analyzed. Surfaces that were tested for the presence of lead are pre- sented in the attached Table 2. The XRF testing orientation (A, B, C, and D wall directions) utilized during the testing is provided on the attached sample location map (Figure 2). The locations of surfaces found to be lead-containing during the Ninyo & Moore survey are indicated on Figure 2. 5.3. Miscellaneous Hazardous Building Materials Based on visual observations, no miscellaneous hazardous building materials, including po- tential mercury-containing thermostats/switches, items containing polychlorinated biphenyls (PCBs), fluorescent light tubes, exit signs, and Freon®-containing refrigeration systems, are present at the subject site. 6. LABORATORY ANALYSES AND RESULTS The following sections describe the laboratory analyses performed and results obtained for sam- ples collected during the asbestos survey, and the XRF testing results for lead. Holiday Park Restroom May 3,2005 Project No. 105577002 6.1. Asbestos Analysis Afier collection, the ACM samples were transferred to Professional Service Industries (PSI) in Pittsburgh, Pennsylvania for analysis. PSI is a laboratory accredited in the National Vol- untary Laboratory Accreditation Program (NVLAP) for bulk asbestos fiber analysis. The samples were analyzed for the presence and quantification of asbestos fibers, using polar- ized light microscopy (PLM) with dispersion staining, in general accordance with USEPA Method 600/R-93/116 July 93. The lower limit of reliable detection for asbestos using the PLM method is approximately 1% by weight. Materials containing asbestos in amounts less than 1% but greater than 0.1% are defined as containing <1% asbestos. Currently, the State of California stipulates that materials containing greater than 1% asbestos constitute an ACM and materials containing greater than 0.1% asbestos constitute asbestos-containing construction material (ACCM). Materials in which no asbestos was detected are defined in the laboratory report as "No Asbestos Detected" in the "Asbestos Content" column. Ana- lytical results are summarized in the attached Table 1. Copies of the laboratory analytical report and chain-of-custody record are presented in Appendix C. 6.2. XRF Analysis XRF readings were collected using a Niton 309 XRF direct reading instrument. Testing combinations (ie. room equivalent, component, and substrate) were tested non-destructively by holding the XRF against the surface being tested. At each XRF sample location the shut- ter was opened, and one reading was made using the standard paint testing mode. Results of each test were read from the digital display of the instrument console and recorded on the XRF Data Sheet attached as Table 2. A copy of DHS form 8552 "Lead Hazard Evaluation Report" is included in Appendix D. Currently, the State of California and the USEPA stipulate what concentrations of lead in nonvolatile components of surface coatings or materials determine whether a material is considered to be a lead-based paint. The California Department of Health Services (DHS) stipulates that materials containing an amount equal to or in excess of one milligram per square centimeter (1.0 mg/cm2), or more than one-half of one percent (0.5%) by weight, Holiday Park Restroom May 3,2005 Project No. 105577002 constitute a lead-based paint. The U.S. Department of Housing and Urban Development (HUD) guideline for designating a painted surface as lead-containing is consistent with the DHS. Paint that is chipping or peeling, or that may be removed from surfaces, and has a lead content equal to or greater than 1,000 milligrams per kilogram (mg/kg), requires handling as a California Title 22 hazardous waste. In addition, under California Code of Regulations Ti- tle 8, Section 1532.1, specific worker protection measures are required in construction projects where any lead is present. 7. FINDINGS AND OPINIONS The findings of these surveys are based on our visual observations, and analysis of suspect build- ing materials. The findings are presented below. 7.1. Asbestos Based on the analytical results of bulk samples collected during Ninyo & Moore's survey, ACMs are located within the building at the subject site. The presence of ACMs in a build- ing does not necessarily mean that the health of the occupants is endangered. If these materials are in good condition and have not been disturbed, exposures are expected to be negligible. However, when ACM deteriorates, is in damaged condition, or is disturbed, such as during renovation or demolition operations, asbestos fibers may be released, creating a potential health hazard for building occupants, maintenance personnel, and contractors. 7.2. Lead-Based Paint Based on the results of XRF assays collected during the survey, one painted surface contain- ing a concentration of lead greater than 1.0 mg/cm2, or 5,000 mg/kg, was identified at the subject site.. The surfaces found to be lead-containing is summarized in Table 2. The presence of LBPs in a building does not necessarily mean that the health of the occu- pants is endangered. If painted surfaces are in good condition, and are not peeling or otherwise deteriorated, exposures are expected to be negligible. However, when LBP dete- Holiday Park Restroom May 3, 2005 Project No. 105577002 riorates, is in damaged condition, or is disturbed, such as during renovation or demolition operations, lead-containing dust may be released, creating a potential health hazard for building occupants, maintenance personnel, and contractors. 7.3. Miscellaneous Hazardous Building Materials Based on visual observations, no miscellaneous hazardous building materials, including po- tential mercury-containing thermostats/switches, items containing polychlorinated biphenyls (PCBs), fluorescent light tubes, exit signs, and Freon®-containing refrigeration systems, are present at the subject site. 8. LIMITATIONS Ninyo & Moore's opinions and recommendations regarding environmental conditions, as pre- sented in this report, are based on limited sampling and chemical analysis. Further assessment of potential adverse environmental impacts may be accomplished by conducting a more compre- hensive assessment. The samples collected and used for testing, and the observations made, are believed to be representative of the areas evaluated. However, if additional suspect building ma- terials are encountered during renovation activities, these materials should be sampled by qualified personnel, and analyzed for content prior to further disturbance. In addition, please note that quantities of impacted building materials are approximate. It is the contractor's responsibility to confirm quantities present. The environmental services described in this report have been conducted in general accordance with current regulatory guidelines and the standard of care exercised by environmental consult- ants performing similar work in the project area. No warranty, expressed or implied, is made regarding the professional opinions presented in this report. Variations in site conditions may ex- ist and conditions not observed or described in this report may be encountered during subsequent activities. Please also note that this study did not include an evaluation of geotechnical condi- tions or potential geologic hazards. 105571002 r Holiday Park Restroom May 3,2005 Project No. 105577002 This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires any additional information, or has questions regarding content, interpretations presented, or completeness of this document. The environmental interpretations and opinions contained in this report are based on the results of laboratory tests and analyses intended to detect the presence and concentration of specific chemical or physical constituents in samples collected from the subject site. The testing and analyses have been conducted by an independent laboratory that is certified by the State of Cali- fornia to conduct such tests. Ninyo & Moore has no involvement in, or control over, such testing and analysis. Ninyo & Moore, therefore, disclaims responsibility .for any inaccuracy in such laboratory results. Our findings, opinions, and recommendations are based on an analysis of the observed site con- ditions. It should be understood that the conditions of a site can change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to govern- ment action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. 2400 Approximate Scale In Feet 4800 REFERENCE: 200$ THOMAS GUIDE FOR SAN DIEGO COUNTY. STREET GUIDE AND DIRECTORY. SITE LOCATION MAP HOLIDAY PARK RESTROOM ADAMS STREET CARLSBAD, CALIFORNIA PROJECT NO. I DATE 105577002" 5/05 X FIGURE A 1 ) D C A B XRF TESTING ORIENTATION ASB 002A ROOF OVERHANG - 001 MEN'S *ASB 005 ASB 006 STORAGE A ASB 004 •XRF 19 WOMEN'S ASB 003 LEGEND , ASB 006 Approximale location of asbestos root sample I XRF 19 Approximate location of XRF assay in excess of 1.0 mg/cm 2 20 Approximate Scale in Feet f SAMPLE LOCATION MAP HOLIDAY PARK RESTROOM ADAMS STREET I CARLSBAD, CALIFORNIA \ J f PROJECT NO. ^ 105577002 DATE "\ f FIGURE 5/05 J\^ 2 ) o oCM r- o o £ 1o £ SCO -2 ^! 0O J?, «M4 3esH g S<s 1 u •it eft• 8 v .<o- 1 *c J 4> Iclco e V i "S i CO i *t ieO Z. ta.CO e ^ £eu | iu u 3 M i 1 ^^ > a<i>j z V ^S. oa - «* - II!s8 <CO L.s "Soa: „ •a 1 « S § BS ^SGO ^0•*sj 8 Sz V •**O 1 Z ii CO JJ 3 eo DC _ e ou s £ g (A i l*>S03CO5j osz u i | ; * faCO w•cM{I ee I1 5 S ^. 5 CO< 19 f ^ V Qw I Z il 1^ u•s E 1 I IGA •te*01 i V) i ^2 z a> e t - «A _e ^ z 0*• «1^ _w ^^£ g 1 & 1 IV e> 1 *>S03 < S z s 3 Oo. Xs& 13 S SB .3 S S o. »"S«!r- *rf CI 5 S SZ z »u « S Q ^ IItZ 2 » o oo o >>£ Oz So. V VD •a o "o it| f r 1 H*£i ill >"M ^ • 8 1tl *• if t l^ ' -> *•* o.;? '«?I \1 Substrate -•; e V I g ! «i 8T* 3r i <2 0o 0 '•Sf Shutter Calibrs! r- o § ' 1 ! t/lOo- 0 I\ooo +d Calibration 1. 06•S C/3 : rg 5 0 —~ 1 1 o "6 1 VOOo +"d Calibration 1.06t_ cd•§2CO ! ro m O ro • " ! COOa. o | «oo ^F d Calibration 1 .06•a i00 ! t go §o 1 o Q 4>CQ 1 Concrete"a ^ ^ 1us < in oo ooo 1 o 01 uffi u Concrete~a "« £ o — xtu ca vn o O 0o 0 O o ai VCO o 1 Concrete"«3 1 Exteriol0 1^. oo 8 0 2Z o ot VCD b fHH Concrete=3 ^ "rt > 0 IXUJ Q nfi VOOo 8o 1 Sz o biuCQ u 1 •g o •£ 1 "3 0 801 CQ Oi o\o o 8o Opa o CJuCQ 1 •8o 15U en -S 3 Exterioi! O rs o 0 0 OWZ f> (4 CO 8c>— < •aoo 1 1 g 5 I5 Exterioi! t § o 8 0 1 o ao CQ 1 Is 1 §Q L« O V S U fN S O 8o OU 0 Of CQ 1 ao •i<0»— 1 1 o SXu U rn S 0 0 o 1 ou o Ml CQ b 1—4 1VS .?a Lrt .id a £ u ^r S 0 g 0 i Otu 0 .S CO '«tu T3OO ^ ^ ^£ E 15co o *n 3o 8o 1 o &CCQ u 1 Concrete1 1 85 Women's !< •o <N O 0 O 1 a o .§>uCQ u1 1£ Q a00 g?Women's !< r* So 8 0 ! I o OD m 1 •§o£ h« a3oo g Women's :< oo JS UJ o^00TT bi/iot«^ 1h ve 4>«*i i Ceramic^ <« .* J3 53 S Women'sO 9\ oo o So ! SZ oo •B 01 Porcelain1 u? ^Women's 1Q O VOoo 8o 1 o o .§>uCQ 1 T3§£ 13 f S £Women's1 »•« So 8o 1 0 o M cH 1 Concrete°<3 "a Z |V21/11 ca r>J §o S O 1 2z m <N ^ U 1 C[3 a. ^</> .1oo iyS w1 CQ m Tf <N O ro 0 1 a r^M •& * I PorcelainJ 1 rrf2 W 1 CQ TT So CO ~ 1 002 o " n VOOo1 4^d Calibration 1.06k<a•o oo i in r-oo —^— 1 CO2 o +/- 0.06 mg/cm2d Calibration 1.061 CO ! \O ro1-H O fl T""* 1 002 o "+/- 0.06 mg/cm2d Calibration 1 .0600 i r>. u g g- oo OO «cu Z uDi Holiday Park Restroom May 3, 2005 Project No. 105577002 APPENDIX A SUSPECT ASBESTOS-CONTAINING MATERIALS SAMPLING PROTOCOL SUSPECT ASBESTOS-CONTAINING MATERIALS SAMPLING PROTOCOL Personal Protection Equipment Inhalation of asbestos fibers during asbestos survey may pose a serious health hazard, the use of personal protection equipment (PPE) by building inspectors is crucial during the sam- pling process. As a minimum level of protection, Inspectors should wear a respirator with either a full- or half-face mask-type respirator and high-efficiency disposable filter car- tridges. Full-face masks will also prevent eye irritation from dust, fibers, and debris released during the sampling operation. Disposable clothing should be worn during sampling, if nec- essary. Inspectors should utilize plastic bags to handle the disposal of drop cloths, protective clothing, wet cloths, and debris. Sampling Equipment Inspectors will need various tools and aids to accomplish their sampling tasks, including those listed below: • a ladder and flashlight to access areas and to aid visibility, • airtight, sampling containers (e.g., resealable plastic bags), • a plastic spray mister bottle with water to spray the area to be sampled, • plastic drop cloths to spread beneath the area to be sampled, • a knife, linoleum cutter, screwdriver, or other tool appropriate for collecting samples, • a caulking gun and compound for filling holes once a sample has been extracted, • spray acrylic or adhesive to encapsulate sample extractions, • duct tape for repairing thermal system insulation jackets, • cloths and cleaner for decontaminating tools, • a vacuum cleaner equipped with high efficiency particulate air (HEPA) filters, if avail- able, • indelible ink pen for labeling sample containers, and • camera for photographic documentation. ACM Sjrrpling xuchmcH <kx Sampling Procedures ACMs are divided into three categories: surfacing materials, thermal system insulation (TSI), and miscellaneous materials. The procedures for sampling these three types of materi- als are as follows: Surfacing Materials 1. Spread a plastic drop cloth on the floor and set up other equipment, (e.g., ladder). 2. Put on protective equipment (respirator at all times when sampling friable material and protective clothing, if needed). 3. Label container with its sample identification number and fill out location and type of material sampled on a sampling data form. 4. Mark the location and sample identification number on the sample container and on the sample location map. 5. Moisten area where sample is to be collected (spray the immediate area with water). 6. Collect sample using a clean knife or other tool appropriate to cut out or scrape off a small piece of the material. Be sure to penetrate all layers of material. Be careful not to disturb adjacent material. 7. Place sample in a container and tightly seal it. 8. Wipe the exterior of the container with a wet wipe to remove any residue which may have adhered to the container it during sampling. 9. Clean tools with wet wipes and wet mop or vacuum area with a HEPA vacuum to clean all debris. 10. Fill hole with caulking compound or appropriate filler (to minimize subsequent fiber re- lease and for appearance). 11. Repeat the above steps at each sample location. Place sample containers in plastic bags. 12. Discard protective clothing, rags, and drop cloth in a plastic bag. Thermal System Insulation Sampling TSI follows the same procedural sequence as laid out above. Obtain samples from exposed or damaged areas, if possible. However, random sampling will require sampling of some intact material. Sampling holes can be patched with plastic spackling, caulk, or fibrous glass. ACM Sampling atuchmml.doc Miscellaneous Materials Sampling miscellaneous materials follows the same procedural sequence as laid out above, making sure that a cross section of the materials have been obtained. Forwarding Samples to Laboratory The samples are transferred, using standard chain-of-custody procedures, to a laboratory ac- credited in the National Voluntary Laboratory Accreditation Program (NVLAP), for bulk asbestos fiber analysis. The samples are analyzed using polarized light microscopy with dis- persion staining (PLM/ds) for the presence and quantification of asbestos fibers, in general accordance with either United States Environmental Protection Agency (USEPA) Method 600/M4-82-020 or USEPA Method 600/R-93/116. The lower limit of reliable detection for asbestos using the PLM/ds method is approximately 1% by volume. California regulations now define ACMs as those materials having an asbestos content of greater than one tenth of ACM Swpling ituckmtnl-doc Project No. 105577002 APPENDIX B XRF TESTING METHODOLOGY XRFTESTING METHODOLOGY To assess the painted surfaces for future contractor worker safety, x-ray fluorescence (XRF) testing technologies were utilized. The testing was conducted in general accordance with the following regulations: 1) Title 17, California Code of Regulations, Division 1. Chapter 8. Accreditation Certification, and Work Practice in Lead Related Construction. Section 36000. After a visual assessment, accessible painted surfaces were screened for lead content with a NITON 309 XRF spectrum analyzer. XRF readings were taken using the standard paint mode. Standard paint mode measurements have no predetermined testing length, and auto- matically adjust to account for various types of substrates and material's densities. In the standard paint mode, the NITON 309 XRF tests until a K-shell result is indicated as either positive or negative, compared to the threshold level based on the current precision of the test. Correction for paint matrix and substrate effects is performed automatically. XRF readings were made on testing combinations in all room equivalents in an effort to test typical materials which are representative of the room equivalent. Testing combinations were tested non-destructively by holding the XRF against the surface being tested. At each XRF sample location the shutter is opened, and one reading was made using the standard paint testing mode. Results of each test were read from the digital display of the instrument console and recorded on the XRF Data Sheet attached as Table 2. To ensure that the XRF equipment was working properly, various quality control tests were performed before, during, and after the on-site work. At the beginning of the work day, three start up validation measurements were made in the standard paint calibration mode, using the calibration check standard associated with the particular XRF that was used. This painted standard contains a known quantity of lead and allows the XRF operator to determine whether the instrument is functioning within acceptable tolerance ranges for accuracy and precision, as determined by the manufacturer. hi addition to the three starts up tests, calibration readings were taken on the red 1.06 mg/cm2 and/or yellow 1.57 mg/cm3 Standard Reference Material (SRM) paint film, devel- oped by the National Institute of Standards and Technology (NIST). Results of each reading XRF Tenmj uuchntem doc were recorded on the XRF Data Sheet. This calibration check was also performed after four hours and at the end of the day. The quality control tests taken during testing at the subject property were within the acceptable performance range prescribed by the XRF equipment manufacturer. Documentation of the quality control calibration check is included in the XRF Data Sheet, Table 2. XRF Testing attachment due Holiday Park Rcstroom May 3, 2005 Project No. 105577002 APPENDIX C ASBESTOS LABORATORY ANALYTICAL REPORT AND CHAIN-OF-CUSTODY RECORD Information \te3ZSJ.ToBuildOn Engineering < Consulting • Testing REPORT OF BULK SAMPLE ANALYSIS FOR ASBESTOS TESTED FOR: Ninyo & Moore 5710 Puffin Road San Diego, CA 92123 Attn: Brendan Phelan Date Received: 4/20/2005 Project ID: 815-3A045 105577002 Holiday Park R. R. Carlsbad, CA Date Completed: 4/21/2005 Date Reported: 4/22/2005 Analyst:BN Work Order:0504442 Page: 1 of 1 Client ID I.abID (Layer) Sample Description (Color, Texture, Etc.) Analyst's Comment Asbestos Content (Percent and Type) Non-asbestos Fibers (Percent and Type) NM03-ASB-001 001A (1) Black, Roofing, Homogeneous 2%Chrysolite 20% Cellulose fiber NM03-ASB-002 002A (1) Black, Roofing, Homogeneous 2%Chrysolite 20% Cellulose fiber NM03-ASB-003 003A (1) Black, Roofing, Homogeneous 2%Chrysolite 20% Cellulose fiber NM03-ASB-004 004A NM03-ASB-005 005A NM03-ASB-006 006A (1) Black, Mastic, Homogeneous (1) Black, Mastic, Homogeneous (1) Black, Mastic, Homogeneous 3% 3% 3% Chrysolite Chrysolite Chrysolite None Reported None Reported None Reported Report Notes: (PT) Point Count Results Quamiialion is based on a visual estimation of the relative area of bulk sample components, unless otherwise noted in the "Comments* section of this report. The results are valid only for the item tested. This report may not be used to claim product endorsement by NVLAP or any agency of the U.S. Government. Method used: E.P.A. Method tor the Determination ol Asbestos in Bulk Building Materials (EPA / 600/R-93/116 July 1993). Polarized Light Microscopy is not consistently reliable in detecting asbestos in floor coverings and similar non-friable organically bound materials. Quantitative Transmission Electron Microscopy is currently the only method that can be used to determine if the material can be considered or treated as non-asbestos containing. Samples will be disposed of within 30 days unless notified in writing by Ihe client. No part of this report may reproduced, except in full, without written permission of the laboratory. The reporting limit is 1% by weight Respectfully submitted, PSI, Inc. Approved Signatory Glynnts Bowman Professional Service Industries, Inc. 850 Poplar Street, Pittsburgh. PA 15220 Phone 412/922-4010 Fax 412/922-7289 Holiday Park Restroom May 3, 2005 Project No. 105577002 APPENDIX D DBS FORM 8552 - LEAD HAZARD EVALUATION REPORT State of California—H»«Bh »nd Human Services Agency Departtwru of Haahh Services LEAD HAZARD EVALUATION REPORT Section 1—Date of Lead Hazard Evaluation Section 2—Type of Lead Hazard Evaluation (Check one box only) ^L Lead Inspection d Risk assessment Q Clearance inspection D Other (specify). Section 3—Structure Where Lead Hazard Evaluation Was Conducted Address (number, street, apartment (II applicable)) M«fcw ?<ufc(KoPicoSO Construction data (year) of structure \\t\Xt\BuM\ City (Vlsboad County San Duv ZIP code 3200? Type of structure (check one box only) w D Single family dwelling d Multi-unit building D Child-occupied facility S Other (specify) &jVn)pflV?(§ Section 4—Owner of Structure (If business/agency, list contact person) Name Telephone number ( -7fco ) 454- Address (number, street apartment (il applicable)] Avcrvoe CHy UUrAlW) Stale 0 ZIP code Section 5—Results of Lead Hazard Evaluation (Check one box only) D No lead-based paint detected. A lead inspection was conducted following the procedures outlined in Title 17, California Code of Regulations, Division 1, Chapter 8. No lead-based paint was detected during this lead inspection. This structure is found to be lead-based paint free. O No lead hazards detected. Lead hazard evaluation was conducted following the procedures outlined in Title 17, California Code of Regulations, Division 1, Chapter 8. No lead hazards were detected. S Lead-based paint and/or lead hazards detected. Lead hazard evaluation was conducted following the procedures outlined in Title 17, California Code of Regulations, Division 1, Chapter 8. Lead-based paint and/or lead hazards were detected. Section 6 — Individual Conducting Lead Hazard Evaluation Name Address [number, street, apartment1^ 51 io Rw&V, &A applicable)) - CHy >Scm D\coo Tetophone number ( 8^ ) 514.- looo State Cf\ ZIP code Brand name and serial number of any portable x-ray fluorescence (XRF) instrument used (if ajjpkable) DHS certification number 13^52, Signature Date Section 7—Attachments A. A foundation diagram or sketch of the structure indicating the specific locations of each lead hazard or presence of lead-based paint; B. Each testing method, device, and sampling procedure used; C. All data collected, including quality control data, laboratory results, including laboratory name, address, and phone number. First copy and attachments retained by inspector Second copy and attachments ntained by owner Third copy only (no attachments) mailed to: Department of Health Services Chidhood Lead Poisoning Prevention Branch Reports 1515 Clay Street. No. 1801 Oakland, CA 94612 FAX (510) 622-5002 DHS 8552 (2/99) GecXeehno! and EnvironmenMI Sciences ( HAZARDOUS BUILDING MATERIALS SURVEY LACUNA RIVIERA PARK RESTROOM PARK DRIVE CARLSBAD, CALIFORNIA PREPARED FOR: Mr. Dale Schuck City of Carlsbad Public Works 405 Oak Avenue Carlsbad, California 92008 PREPARED BY: Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710RuffinRoad San Diego, California 92123 May 3,2005 Project No. 105577001 57 W Ruffin Road • San Diego. California 92123 • Phone 1858) 576-1000 • Fax (858) 576-9600 San Diego • Irvine • Ontario • Los Angeles • Oakland • Las Vegas • Salt Lake City • Phoenix tcj! jind Environmental Scieixes Conh.ulr.HrtK May 3,2005 Project No. 105577001 Mr. Dale Schuck City of Carlsbad Public Works 405 Oak Avenue Carlsbad, California 92008 Subject: Hazardous Building Materials Survey Laguna Riviera Park Restroom Park Drive Carlsbad, California Dear Mr. Schuck: Ln accordance with Ninyo & Moore's proposal P-6693, dated January 12, 2005, and City of Carlsbad Purchase Order PI 15219, Ninyo & Moore has performed a hazardous building materi- als survey of the above-referenced site. The attached report presents our methodology, findings, conclusions, and recommendations regarding our surveys. We appreciate the opportunity to be of service to you on this important project. Should you have any questions regarding this report, please contact either of the undersigned at your convenience. Sincerely, NINYO & MOORE / . Brendan Phelan, C.S.S.T. V /Senior Staff Environmental Scientist JBP/LRM/kmf Distribution: (3) Addressee Leslie P. Redford, R.E, Senior Environmental Scientist 57JORuffinl?oad • San Diego. California 9? 123 • Phone (858) 576-1000 • Fax (BS8) 576-9600 San Diego • Irvine • Ontario • LOS Angeles • Oakland • Las Vegas * Salt Lake City • Phoenix Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 TABLE OF CONTENTS Page 1. INTRODUCTION 1 2. OBJECTIVE AND SCOPE OF SERVICES 1 3. SITE DESCRIPTION 2 4. PHYSICAL LIMITATIONS 2 5. SAMPLE COLLECTION 2 5.1. Asbestos Survey 2 5.2. Paint Survey 3 5.3. Miscellaneous Hazardous Building Materials 3 6. LABORATORY ANALYSES AND RESULTS 3 6.1. Asbestos Analysis 4 6.2. XRF Analysis 4 7. FINDINGS AND OPINIONS 5 7.1. Asbestos 5 7.2. Lead-Based Paint 5 7.3. Miscellaneous Hazardous Building Materials 6 8. LIMITATIONS 6 Illustrations Figure 1 --- Site Location Map Figure 2 - Sample Location Map Table Table 1 - Asbestos Survey Results Table 2 - XRF Data Sheet Appendices Appendix A - Suspect Asbestos-Containing Materials Sampling Protocol Appendix B - XRF Testing Methodology Appendix C -Asbestos Laboratory Analytical Report and Chain-of-Custody Record Appendix D - DHS Form 8552 - Lead Hazard Evaluation Report Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 1. INTRODUCTION In accordance with Ninyo & Moore's proposal P-6694, dated January 12, 2005, and City of Carlsbad Purchase Order PI 15219, Ninyo & Moore has performed a hazardous building materi- als survey of the public restroom building identified as Laguna Riviera Park Restroom (hereinafter referred to as subject site or site). The Laguna Riviera Restroom is located within the central portion of Laguna Riviera Park, north of Park Drive, in the city of Carlsbad, California (Figure 1). The hazardous building materials survey was performed in accordance with our pro- posal, and in general accordance with established guidelines for the assessment of asbestos- containing materials (ACMs) and lead-based paints (LBPs). The survey findings are based upon conditions at the subject building at the time of the surveying/assessment activities. Our objec- tive and scope of work are presented below. 2. OBJECTIVE AND SCOPE OF SERVICES The purpose of the hazardous building materials survey was to evaluate the subject building for the presence of ACMs, LBPs, and other miscellaneous hazardous building materials in anticipa- tion of demolition of the building. The scope of work performed for the hazardous building materials survey is identified below. • Conducted a visual reconnaissance of readily accessible areas of the site building to evaluate building materials for the possible presence of ACMs. • Collected 6 building material samples and submitted these samples to an independent labo- ratory for analysis of asbestos content. • Prepared a sample location map showing locations from which suspect asbestos samples were collected. • Collected 31 x-ray fluorescence (XRF) readings of potential lead-based paint. • Plotted positive XRF reading locations on the sample location map. • Visual identification and quantification of other miscellaneous hazardous building materials (HBMS), including potential mercury-containing thermostats/switches, items containing polychlorinated biphenyls (PCBs), fluorescent light tubes, exit signs, and Freon®-containing refrigeration systems. Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 Prepared a report presenting our data and summarizing our conclusions and recommenda- tions regarding ACMs, LBPs, and HBMS in the on-site building. 3. SITE DESCRIPTION The subject site consists of a one-story building public restroom located within the central por- tion of Laguna Riviera Park, north of Park Drive, in the city of Carlsbad, California. The restroom building is constructed of concrete masonry unit (CMU) walls, a slab-on-grade founda- tion and built-up roofing material over a plywood decking roof. Interior finishes consist of painted CMU walls, exposed, unpainted ceiling beams, and unpainted concrete floors. 4. PHYSICAL LIMITATIONS Physical limitations, such as locked rooms, were not encountered during survey activities. Sus- pect materials encountered during demolition activities that have not been assessed to date either may be assumed to be hazardous and handled accordingly, or may be sampled and analyzed to assess whether they are hazardous. 5. SAMPLE COLLECTION On April 19, 2005, the subject building was assessed for the presence of asbestos, lead-based paint, and miscellaneous hazardous building materials. The surveys followed United States Envi- ronmental Protection Agency (USEPA) guidelines, or industry standards, as appropriate, within the limitations of the scope of this assessment. Survey activities are described below. 5.1. Asbestos Survey The Ninyo & Moore asbestos survey was performed by or under the direction of a California Certified Asbestos Consultant. A preliminary visual assessment and bulk-sampling survey of suspect ACMs was performed. Representative samples of suspect ACMs were collected af- ter identification of homogeneous sampling areas (areas in which the materials are uniform in color, texture, construction or application date, and general appearance). Each homogene- ous area was observed for material type, location, condition, and friability. A total of 6 Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 samples of materials suspected of being asbestos-containing were collected during the survey, using USEPA-recommended sampling procedures. The Ninyo & Moore suspect ACM sam- pling protocol is presented in Appendix A. Building materials that were sampled and analyzed for the presence of asbestos are presented in the attached Table 1, and the locations from which bulk asbestos samples were collected are shown on Figure 2. 5.2. Paint Survey To test surfaces for future contractor worker safety, a portable NITON XL 309 XRF spec- trum analyzer was utilized. The testing was conducted in general accordance with accepted environmental science and engineering practices for demolition projects. The testing methodology utilized is presented in Appendix B. A total of 31 XRF readings (including calibrations) were analyzed. Surfaces that were tested for the presence of lead are pre- sented in the attached Table 2. The XRF testing orientation (A, B, C, and D wall directions) utilized during the testing is provided on the attached sample location map (Figure 2). The locations of surfaces found to be lead-containing during the Ninyo & Moore survey are indicated on Figure 2. 5.3. Miscellaneous Hazardous Building Materials Based on visual observations, no miscellaneous hazardous building materials, including po- tential mercury-containing thermostats/switches, items containing polychlorinated biphenyls (PCBs), fluorescent light tubes, exit signs, and Freon®-containing refrigeration systems, are present at the subject site. 6. LABORATORY ANALYSES AND RESULTS The following sections describe the laboratory analyses performed and results obtained for sam- ples collected during the asbestos survey, and the XRF testing results for lead. Laguna Riviera Park Restroom May 3, 2005 Project No. 10557700! 6.1. Asbestos Analysis After collection, the ACM samples were transferred to Professional Service Industries (PSI) in Pittsburgh, Pennsylvania for analysis. PSI is a laboratory accredited in the National Vol- untary Laboratory Accreditation Program (NVLAP) for bulk asbestos fiber analysis. The samples were analyzed for the presence and quantification of asbestos fibers, using polar- ized light microscopy (PLM) with dispersion staining, in general accordance with USEPA Method 600/R-93/116 July 93. The lower limit of reliable detection for asbestos using the PLM method is approximately 1% by weight. Materials containing asbestos in amounts less than 1% but greater than 0.1% are defined as containing <1% asbestos. Currently, the State of California stipulates that materials containing greater than 1% asbestos constitute an ACM and materials containing greater than 0.1% asbestos constitute asbestos-containing construction material (ACCM). Materials in which no asbestos was detected are defined in the laboratory report as "No Asbestos Detected" in the "Asbestos Content" column. Ana- lytical results are summarized in the attached Table 1. Copies of the laboratory analytical report and chain-of-custody records are presented in Appendix C. 6.2. XRF Analysis XRF readings were collected using a Niton 309 XRF direct reading instrument. Testing combinations (ie. room equivalent, component, and substrate) were tested non-destructively by holding the XRF against the surface being tested. At each XRF sample location the shut- ter was opened, and one reading was made using the standard paint testing mode. Results of each test were read from the digital display of the instrument console and recorded on the XRF Data Sheet attached as Table 2. A copy of DHS form 8552 "Lead Hazard Evaluation Report" is included in Appendix D. Currently, the State of California and the USEPA stipulate what concentrations of lead in nonvolatile components of surface coatings or materials determine whether a material is considered to be a lead-based paint. The California Department of Health Services (DHS) stipulates that materials containing an amount equal to or in excess of one milligram per square centimeter (1.0 mg/cm2), or more than one-half of one percent (0.5%) by weight, Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 constitute a lead-based paint. The U.S. Department of Housing and Urban Development (HUD) guideline for designating a painted surface as lead-containing is consistent with the DHS. Paint that is chipping or peeling, or that may be removed from surfaces, and has a lead content equal to or greater than 1,000 milligrams per kilogram (mg/kg), requires handling as a California Title 22 hazardous waste. In addition, under California Code of Regulations Ti- tle 8, Section 1532.1, specific worker protection measures are required in construction projects where any lead is present. 7. FINDINGS AND OPINIONS The findings of the hazardous building materials survey are based on our visual observations, and analysis of suspect building materials. The findings are presented below. 7.1. Asbestos Based on the analytical results of bulk samples collected during Ninyo & Moore's survey, ACMs are not located within the building at the subject site. 7.2. Lead-Based Paint Based on the results of XRF assays collected during the survey, painted surfaces containing concentrations of lead greater than 1.0 mg/cm2, or 5,000 mg/kg, were identified at the sub- ject site. Surfaces found to be lead-containing are summarized in Table 2. The presence of LBPs in a building does not necessarily mean that the health of the occu- pants is endangered. If painted surfaces are in good condition, and are not peeling or otherwise deteriorated, exposures are expected to be negligible. However, when LBP dete- riorates, is in damaged condition, or is disturbed, such as during renovation or demolition operations, lead-containing dust may be released, creating a potential health hazard for building occupants, maintenance personnel, and contractors. Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 7.3. Miscellaneous Hazardous Building Materials Based on visual observations, no miscellaneous hazardous building materials, including po- tential mercury-containing thermostats/switches, items containing polychlorinated biphenyls (PCBs), fluorescent light tubes, exit signs, and Freon<S>-containing refrigeration systems, are present at the subject site. 8. LIMITATIONS Ninyo & Moore's opinions and recommendations regarding environmental conditions, as pre- sented in this report, are based on limited sampling and chemical analysis. Further assessment of potential adverse environmental impacts may be accomplished by conducting a more compre- hensive assessment. The samples collected and used for testing, and the observations made, are believed to be representative of the areas evaluated. However, if additional suspect building ma- terials are encountered during renovation activities, these materials should be sampled by qualified personnel, and analyzed for content prior to further disturbance. In addition, please note that quantities of impacted building materials are approximate. It is the contractor's responsibility to confirm quantities present. The environmental services described in this report have been conducted in general accordance with current regulatory guidelines and the standard of care exercised by environmental consult- ants performing similar work in the project area. No warranty, expressed or implied, is made regarding the professional opinions presented in this report. Variations in site conditions may ex- ist and conditions not observed or described in this report may be encountered during subsequent activities. Please also note that this study did not include an evaluation of geotechnical condi- tions or potential geologic hazards. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires any additional information, or has questions regarding content, interpretations presented, or completeness of this document. Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 The environmental interpretations and opinions contained in this report are based on the results of laboratory tests and analyses intended to detect the presence and concentration of specific chemical or physical constituents in samples collected from the subject site. The testing and analyses have been conducted by an independent laboratory that is certified by the State of Cali- fornia to conduct such tests. Ninyo & Moore has no involvement in, or control over, such testing and analysis. Ninyo & Moore, therefore, disclaims responsibility for any inaccuracy in such laboratory results. Our findings, opinions, and recommendations are based on an analysis of the observed site con- ditions. It should be understood that the conditions of a site can change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to govern- ment action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. 2400 Approximate Scale in Feet 4800 REFERENCE: 2005 THOMAS GUIDE FOR SAN DIEGO COUNTY, STREET GUIDE AND DIRECTORY. r i SITE LOCATION MAP LACUNA RIVIERA RESTOOM PARK DRIVE CARLSBAD, CALIFORNIA ( PROJECT NO. I 105577001 DATE 5/05 K FIGURE ^\ 1 ) c B D A XRF TESTING ORIENTATION XRF 16- ASB 002 XRF 21- ASB 006- A ASB 001 WOMEN'S ASB 005 A STORAGE ASB MEN'S - ROOF OVERHANG AT-ASB 003 LEGEND ± ASB 006 Approximate location of asbestos tool sample • XRF 21 Approximate location of XRF assay in excess of 1.0 mg/cm ?20 Approximate Scale in Feet \ X SAMPLE LOCATION MAP LAGUNA RIVIERA RESTROOM PARK DRIVE CARLSBAD, CALIFORNIA r PROJECT NO. ^ 105577001 DATE "S 5/05 J FIGURE 2 ^\ J <U & •8 H 5 1V OS d S5 JJ 00J rt 8- rs r-. r- t£ s 8 g g g §s g g u,t/1o o 1 o o |O 2 2 o s oUJ .§>VCO CO ££'&"8 1 1 I I s o 3 oo g i Cal.06S,^ 00 Po ^§ I 31 55 £u 1 J 3 03 ISi^V) all Ha U <5 I miw .S .3 1 1 & I uU «1 §u fO o 00 (/•> '=» I ^>u s CA I uO c3 •8S .06.06CaC+ VOO ^o IX) 3 !s1/5 CI 1 cu u ta os UJ g men'w O '5sUJ w •G EO U CO O(N (N oo 8 U 03 DQ <N•s oo ao. S so JS Laguna Riviera Park Restroom May 3, 2005 Project No. 105577001 APPENDIX A SUSPECT ASBESTOS-CONTAINING MATERIALS SAMPLING PROTOCOL 105577001 r SUSPECT ASBESTOS-CONTAINING MATERIALS SAMPLING PROTOCOL Personal Protection Equipment Inhalation of asbestos fibers during asbestos survey may pose a serious health hazard, the use of personal protection equipment (PPE) by building inspectors is crucial during the sam- pling process. As a minimum level of protection, Inspectors should wear a respirator with either a full- or half-face mask-type respirator and high-efficiency disposable filter car- tridges. Full-face masks will also prevent eye irritation from dust, fibers, and debris released during the sampling operation. Disposable clothing should be worn during sampling, if nec- essary. Inspectors should utilize plastic bags to handle the disposal of drop cloths, protective clothing, wet cloths, and debris. Sampling Equipment Inspectors will need various tools and aids to accomplish their sampling tasks, including those listed below: • a ladder and flashlight to access areas and to aid visibility, • airtight, sampling containers (e.g., resealable plastic bags), • a plastic spray mister bottle with water to spray the area to be sampled, • plastic drop cloths to spread beneath the area to be sampled, • a knife, linoleum cutter, screwdriver, or other tool appropriate for collecting samples, • a caulking gun and compound for filling holes once a sample has been extracted, • spray acrylic or adhesive to encapsulate sample extractions, • duct tape for repairing thermal system insulation jackets, • cloths and cleaner for decontaminating tools, • a vacuum cleaner equipped with high efficiency particulate air (HEPA) filters, if avail- able, • indelible ink pen for labeling sample containers, and • camera for photographic documentation. ACM Swrjilmj marfiratm Sampling Procedures ACMs are divided into three categories: surfacing materials, thermal system insulation (TS1), and miscellaneous materials. The procedures for sampling these three types of materi- als are as follows: Surfacing Materials 1. Spread a plastic drop cloth on the floor and set up other equipment, (e.g., ladder). 2. Put on protective equipment (respirator at all times when sampling friable material and protective clothing, if needed), 3. Label container with its sample identification number and fill out location and type of material sampled on a sampling data form. 4. Mark the location and sample identification number on the sample container and on the sample location map. 5. Moisten area where sample is to be collected (spray the immediate area with water). 6. Collect sample using a clean knife or other tool appropriate to cut out or scrape off a small piece of the material. Be sure to penetrate all layers of material. Be careful not to disturb adjacent material. 7. Place sample in a container and tightly seal it. 8. Wipe the exterior of the container with a wet wipe to remove any residue which may have adhered to the container it during sampling. 9. Clean tools with wet wipes and wet mop or vacuum area with a HEPA vacuum to clean all debris. 10. Fill hole with caulking compound or appropriate filler (to minimize subsequent fiber re- lease and for appearance). 11. Repeat the above steps at each sample location. Place sample containers in plastic bags. 12. Discard protective clothing, rags, and drop cloth in a plastic bag. Thermal System Insulation Sampling TSI follows the same procedural sequence as laid out above. Obtain samples from exposed or damaged areas, if possible. However, random sampling will require sampling of some intact material. Sampling holes can be patched with plastic spackling, caulk, or fibrous glass. ACM Sampling jciachmeni doc Miscellaneous Materials Sampling miscellaneous materials follows the same procedural sequence as laid out above, making sure that a cross section of the materials have been obtained. Forwarding Samples to Laboratory The samples are transferred, using standard chain-of-custody procedures, to a laboratory ac- credited in the National Voluntary Laboratory Accreditation Program (NVLAP), for bulk asbestos fiber analysis. The samples are analyzed using polarized light microscopy with dis- persion staining (PLM/ds) for the presence and quantification of asbestos fibers, in general accordance with either United States Environmental Protection Agency (USEPA) Method 600/M4-82-020 or USEPA Method 600/R-93/116. The lower limit of reliable detection for asbestos using the PLM/ds method is approximately 1% by volume. California regulations now define ACMs as those materials having an asbestos content of greater than one tenth of ACM Suiting KUchnHH.doc Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 APPENDIX B XRF TESTING METHODOLOGY XRF TESTING METHODOLOGY To assess the painted surfaces for future contractor worker safety, x-ray fluorescence (XRF) testing technologies were utilized. The testing was conducted in general accordance with the following regulations: 1) Title 17. California Code of Regulations. Division 1. Chapter 8. Accreditation Certification, and Work Practice in Lead Related Construction. Section 36000. After a visual assessment, accessible painted surfaces were screened for lead content with a NITON 309 XRF spectrum analyzer. XRF readings were taken using the standard paint mode. Standard paint mode measurements have no predetermined testing length, and auto- matically adjust to account for various types of substrates and material's densities. In the standard paint mode, the NITON 309 XRF tests until a K-shell result is indicated as either positive or negative, compared to the threshold level based on the current precision of the test. Correction for paint matrix and substrate effects is performed automatically. XRF readings were made on testing combinations in all room equivalents in an effort to test typical materials which are representative of the room equivalent. Testing combinations were tested non-destructively by holding the XRF against the surface being tested. At each XRF sample location the shutter is opened, and one reading was made using the standard paint testing mode. Results of each test were read from the digital display of the instrument console and recorded on the XRF Data Sheet attached as Table 2. To ensure that the XRF equipment was working properly, various quality control tests were performed before, during, and after the on-site work. At the beginning of the work day, three start up validation measurements were made in the standard paint calibration mode, using the calibration check standard associated with the particular XRF that was used. This painted standard contains a known quantity of lead and allows the XRF operator to determine whether the instrument is functioning within acceptable tolerance ranges for accuracy and precision, as determined by the manufacturer. In addition to the three starts up tests, calibration readings were taken on the red 1.06 mg/cm2 and/or yellow 1.57 mg/cm2 Standard Reference Material (SRM) paint film, devel- oped by the National Institute of Standards and Technology (NIST). Results of each reading XRF Testing attachment doc were recorded on the XRF Data Sheet. This calibration check was also performed after four hours and at the end of the day. The quality control tests taken during testing at the subject property were within the acceptable performance range prescribed by the XRF equipment manufacturer. Documentation of the quality control calibration check is included in the XRF Data Sheet, Table 2. XRF Testing amchmcnt doc Laguna Riviera Park Restroom May 3,2005 Project No. 105577001 APPENDIX C ASBESTOS LABORATORY ANALYTICAL REPORT AND CHAIN-OF-CUSTODY RECORD ^Information IKSU.TO Build On Engineering • Consulting • Ttotfttg REPORT OF BULK SAMPLE ANALYSIS FOR ASBESTOS TESTED FOR: Ninyo & Moore 571 ORuffin Road San Diego, CA 92123 Attn: Brendan Phelan Date Received: 4/20/2005 Project ID: 815-3A045 10557701-jbp Laguna Riviera R. R. Carlsbad, CA Date Completed: 4/21/2005 Date Reported: 4/22/2005 Analyst: BN Client ID Lab ID (Layer) NM03-ASB-001 001A NM03-ASB-002 002A NM03-ASB-003 003A NM03-ASB-004 Q04A NM03-ASB-005 005A NM03-ASB-006 006A Work Order: Sample Description (Color, Texture, Etc.) Analyst's Comment (1) Black, Roofing, Homogeneous (1) Black, Roofing, Homogeneous (1) Black, Roofing, Homogeneous (1) Black, Mastic, Homogeneous (1) Black. Mastic, Homogeneous (1) Black. Mastic, Homogeneous 0504441 Asbestos Content (Percent and Type) NO ASBESTOS DETECTED NO ASBESTOS DETECTED NO ASBESTOS DETECTED NO ASBESTOS DETECTED NO ASBESTOS DETECTED NO ASBESTOS DETECTED Page: 1 of 1 Non-asbestos Fibers (Percent and Type) 20% Cellulose fiber 20% Cellulose fiber 20% Cellulose fiber 2% Cellulose fiber 2% Cellulose fiber 2% Cellulose fiber Report Notes: (PT) Point Count Results Ouanlitalion is based on a visual estimation of the relative area of bulk sample components, unless otherwise noted in the "Comments* section of this report. The results are valid only for me item lasted. This report may not be used to claim product endorsement by NVLAP or any agency of the U.S. Government. Method used: E.P A. Method tor the Determination of Asbestos in Bulk BuBdtng Materials (EPA / 600/R-93/116 July 1993). Polarized Light Microscopy Is not consistently reliable In detecting asbestos in floor coverings and similar non-friabia organically bound materials. Quantitative Transmission Electron Microscopy is currently the only method thai can be used to determine if the material can be considered or treated as non-asbestos containing. Samples wJI be disposed of within 30 days unless notified in writing tw the client No part of this report may reproduced, except in full, without written permission of the laboratory The reporting limit is 1% by weight Respectfully submitted, PSI, Inc. Approved Signatory Glynnis Bowman Professional Sendee Industries. Inc. 850 Poplar Street, Pittsburgh, PA 15220 Phone 412/922-4010 Fax 412/922-7289 0>Vc. a.S (/ m (0§ua(0 d 8 "2" "S" Ja. o. a. co COCN fin Roado, CA 9276-1000Ninyo571 OR58)50)t < *! 11 CO 2 ASB60C/-ASB 00<offl m ?(O 2 CO COo 2 CD GO AS Project No. 105577001 APPENDIX D DBS FORM 8552 - LEAD HAZARD EVALUATION REPORT SUU oT California—H«««h »nd Human Servian Aoaney Ospnrtmont of Health Services LEAD HAZARD EVALUATION REPORT Section 1— Date of Lead Hazard Evaluation M IIQ Section 2—Type of Lead Hazard Evaluation (Check one box only) §3 Lead inspection CD Risk assessment Q Clearance inspection D Other (specify). Section 3—Structure Where Lead Hazard Evaluation Was Conducted Address [number, street, apartment (II applicable))City CMstad County ZIP coda ^200? Corwtr structure data (year) of Type of structure (check one box only) D Single family dwelling Q Multi-unit building Q Child-occupied facility f3 Other (specify) -pESection 4—Owner of Structure (If business/agency, list contact person) Name r Pole SchoOi tec\( of GwUbftd) Address [number, street, apartment (if applcabte)) HoS Ook- fWrwC C*y Telephone number State CA ZIP code ^ZOOf Section 5—Results of Lead Hazard Evaluation (Check one box only) D No lead-based paint detected. A lead inspection was conducted following the procedures outlined in Title 17, California Code of Regulations, Division 1, Chapter 8. No lead-based paint was detected during this lead inspection. This structure is found to be lead-based paint free. Q No lead hazards detected. Lead hazard evaluation was conducted following the procedures outlined in Title 17, California Code of Regulations, Division 1, Chapter 8. No lead hazards were detected. £3 Lead-based paint and/or lead hazards detected. Lead hazard evaluation was conducted following the procedures outlined in Title 17, California Code of Regulations, Division 1, Chapter 6. Lead-based paint and/or lead hazards were detected. Section 6 — Individual Conducting Lead Hazard Evaluation Name E. Lauren VWflGf Address [number, street, apartment^siio e««^ ea applicable))City Ocm D\c6o Telephone number ( 858" ) 57t- isoo Stale CA ZIP code Brand name and serial number of any portable x-ray fluorescence (XRF) insliumenl used (K applicable) UrtoY\30<| xt-30q- vqo3T Ntm&M DHS certification number \3152- Signature >^u^kV Dale H/27/OS- Section 7—Attachments A. A foundation diagram or sketch of the structure indicating the specific locations of each lead hazard or presence of lead-based paint; B. Each testing method, device, and sampling procedure used; C. All data collected, including quality control data, laboratory results, including laboratory name, address, and phone number. First copy and attachments retained by inspector Second copy and attachments retained by owner Third copy only (no attachments) mailed to: Department of Health Services Childhood Lead Poisoning Prevention Branch Reports 1515 Clay Street, No. 1801 Oakland, CA 94612 FAX (510) 622-5002 DHS BSS2 (2/99) 82/17/2006 14:12 8582440441 WINZLER KELLY PflGE 02 CO SD ASBESTOS SURVEY REPORT Project Site:iy Holiday Park Z Maintenance Building Carlsbad, California 92008 Prepared For: Mr.DalcA.Schuck CITY OF CARLSBAD PUBLIC WORKS 405 Oak Avenue Carlsbad, California 92008 Prepared By: WINZLER & KELLY CONSULTING ENGINEERS 4180 Ruffbi Road, Suite 115 San Diego, CA 92123 (858) 244-0440 Winzler & Kelly Project Number: 1038206002 February 13. 2006 02/17/2906 14:12 85B2440441 WINZLER KELLY CONSULTING ENCINEiRS TABLE OF CONTENTS LIMITED ASBESTOS SURVEY REPORT PAGE 93 SECTION 1- EXECUTIVE SUMMARY SECTION 2- MAIN BODY OF REPORT APPENDIX A - CERTIFICATIONS APPENDIX B - ASBESTOS SAMPLE LOCATION MAP APPENDIX C - ASBESTOS ANALYTICAL DATA (LABORATOR Y REPORT) 82/17/2006 14:12 8582440441 WINZLER KELLY PAGE 84 SECTION 1 EXECUTIVE SUMMARY 02/17/2006 14:12 8582440441 WINZLER KELLY PAGE 05 CONSULTIMO ENGINEERS EXECUTIVE SUMMARY At the request of the City of Carlsbad, Winzler & Kelly Consulting Engineers (Winder & Kelly) performed a limited asbestos survey of the roof of a Maintenance Building within the Holiday Park, located in the City of Carlsbad, County of San Diego, California. The survey was conducted to identify and sample suspect asbestos-containing materials (ACMs). The results of the asbestos survey indicate that non-friable ACMs are present on the roof at the subject building. The following table list the hazardous materials identified on the roof of the subject site building, including the location and the estimated total quantity of the identified hazardous materials feil?il^^ ;'<;'x ^1: • *IAtfiiRlAt •:.:-;:;;::;:;:i;.r:p«scRiPTiON;;?--: Asbestos-Containing Roof Penetration Mastic ^aeiittifiiii^• •- • - ':: •" -•:- .:-; /• ••-•:: - v-'^= si ^i?^ m^mm mm% ••••• :'-' - r^Lbeariiow' :\ :^; Maintenance Building Roof i (Adjacent to horseshoe pits) '•^eiiattfeiii^S Good to Damaged/ Non-fnab^ ':'-( -'•'-•\1'. :::£?. ;'-'?3'3' ft!:;.".^".:-t'i'^;s^*<'>r!tJ'p-{^; 25 SF Notes: SF = square feet LF- linear feet EA * each Asbestos-Cpntainine - 1 % or Krcater of asbestos by Polarized Light Microscopy (PLM), as defined by USEPA At no time should the identified asbestos-containing materials be drilled, cut, sanded, scraped or otherwise disturbed by untrained personnel. These materials should be removed prior to any activities which will impact these materials. Asbestos disturbance and/or removal operations must be conducted by a California Occupational Safety and Health Administration (Cal/OSHA)-registered and State licensed Asbestos Removal Contractor. Disturbance and/or abatement operations should be performed under the direct observation of a California Certified Asbestos Consultant. Construction activities involving so much as the potential for impacting asbestos-containing materials should be conducted in accordance with the requirements of Title 8 of the California Code of Regulations, Section 1529 (8 CCR 1529). For abatement activities which will involve the removal of at least 160 square feet, 260 linear feet, or 35 cubic feet of identified friable asbestos-containing materials and/or regulated asbestos-containing materials, notification must be made to the San Diego Air Pollution Control District (SDAPCD). Notification to the SDAPCD must be accomplished ten working days prior to the initiation of such activities. City of Carlsbad Survey Report - Executive Summary Holiday Park Maintenance Building Roof February 13,2006 Page 1 92/17/2086 14:12 6582440441 WINZLER KELLY PAGE 06 CONSULTING ENGINEERS For abatement activities which will involve any asbestos-related work, notification must be made to the Cal/OSHA. Notification to the Cal/OSHA must be accomplished 24 hours prior to the initiation of such activities. Notification to employees and contractors working within the building should be made in accordance with the California Health and Safety Code, Section 25915 et. seq. and Proposition 65. Should materials similar to those identified in this report or, other forms of suspect hazardous materials be present or identified, maintenance personnel/contractors should be instructed to immediately cease work activities which may initiate an exposure episode, and notify the appropriate management personnel. Report prepared for the City of Carlsbad by: Stephen STKeese Project Coordinator Certified Asbestos Consultant #05-3853 Jerry R. She Hazardous Material Division Manager Certified Asbestos Consultant #97-2324 City of Carlsbad Survey Report - Executive Summary Holiday Park Maintenance Building Roof February 1 3, 2006 p'age 2 62/17/2805 14:12 8582449441 WINZLER KELLY PAGE 07 SECTION 2 MAIN BODY OF REPORT 02/17/2086 14:12 8582448441 WIN2LER KELLY PAGE 0e CONSUITINO ENGINEERS INTRODUCTION At the request of the City of Carlsbad, Winzler & Kelly Consulting Engineers (Winzler & Kelly) performed a limited asbestos survey of the roof of a Maintenance Building within the Holiday Park, located hi the city of Carlsbad, county of San Diego, California. The survey was conducted to identify and sample suspect asbestos-containing materials (ACMs). The limited asbestos survey was conducted on January 27,2006, by Mr. Stephen Reese and Mr. Jerry Sherman. Mr. Sherman and Mr. Reese are California Occupational Safety and Health Administration (Cal/OSHA)- Certified Asbestos Consultants. All members of the survey team are employees of Winzler &. Kelly, and have received Hazardous Waste Operations and Emergency Response (HAZWOl'ER) training in accordance with 8 California Code of Regulations (CCR) 5194. Copies of certifications can be found .in Appendix A of this document. Bujjding Description The survey was limited to the roof of a maintenance building located adjacent to the horseshoe pits in the Holiday Park, which consisted of approximately 250 square feet of built-up roofing materials. METHODOLOGY Asbestos - Survey Methodology Suspect ACM and Presumed ACM (PACM) visual identification was performed by entering representative areas and assessing roofing components for the presence of suspect ACM. Each suspect ACM identified was bulk sampled in accordance with sampling guidelines established by the United States Environmental Protection Agency (USEPA), and satisfies 29 Code of Federal Regulations (CFR) 1926.1101, 40 CFR 763 and 8 CCR 1529. The following summarizes the sampling procedures utilized: 1. The location and total quantity of each ACM was tabulated. 2. These materials were then categorized into homogeneous materials. A homogeneous material is defined as being uniform in texture, color, and date of application. 3. A sampling scheme was developed based upon the location and quantity of the various homogeneous materials. 4. Bulk samples were collected by trained personnel using an appropriate sampling tool and a leak-tight container. 5. Decontamination of bulk sampling tools to prevent the spread of secondary contamination to subsequent bulk samples. 6. Each bulk sample was individually numbered and recorded on a Bulk Sample Log. City of Carlsbad Survey Report - Section 2 February 13, 2006 Holiday Park Maintenance Building Page 1 02/17/2006 14:12 8582440441 WINZLER KELLV PAGE 09 CONiULTING ENGINEERS 7. A Chain-of-Custody Record was maintained for the samples. Representative drawings showing asbestos sample locations can be found in Appendix B of this document. Asbestos - Analytical Methodology All bulk samples were analyzed by AmeriSci of Los Angeles, California. AmeriSci is accredited by the National Voluntary Laboratory Accreditation Program (NVLAP), the National Institute of Standards and Technology (NTST) and is a successful participant in the Proficiency Analytical Testing (PAT) Program. Polarized Light Microscopy (PLM) All bulk samples were analyzed by Polarized Light Microscopy (PLM > utilizing dispersion stai ring techniques in accordance with the EPA Method: "Method for the Determination of Asbestos in Bulk Building Materials U.S. EPA/600/R-93/116" dated July 1993, and adopted by the National Voluntary Laboratory Accreditation Program (NVLAP), NVLAP Test Method Code 18/A01, as affiliated with the National Institute for Standards and Technology (MIST). Each sample was subjected to two microscopy examinations. The first examination was performed at 20X magnification using a stereo microscope equipped with an external illuminator. Each sample was examined for layering, homogeneity, and the presence of fibrous and non-fibrous materials. An estimate of the percentage for each sample component, relative to the entire sample volume, was made. When discrete strata are identified as a separate material, fibers are first identified and quantified by layer and then the results arc combined to yield an estimate of total percent asbestos present The second examination was performed at a range from of 100X to 400X magnification using a Polarized Light Microscope equipped with two polarizing filters to observe specific optical characteristics. The use of polarized light allows the determination of refractive indices along specific crystallographic axes. Morphology and color were also observed. A retardation plate was placed at a 45 degree angle between the cross polars to determine the sign of elongation using orthoscopic illumination. Orientation of the two filters such that their vibration planes were perpendicular allowed observation of the birefringence and extinction characteristics of anisotropic particles. RESULTS Limited Asbestos Survey A total of 6 bulk samples for the determination of asbestos content were collected fiotn the roof of the subject building on January 27, 2006. The following materials were sampled, analyzed by PLM and found TO CONTAIN DETECTABLE CONCENTRATIONS OF 1% OR GREATER OFASitj 1. Roof penetration mastic City of Carlsbad Survey Report - Section 2 February 13, 2006 Holiday Park Maintenance Building Page 2 02/17/2006 14:12 8582448441 W1NZLER KELLY PAGE 10 CONSULTING ENGINEERS The following materials were sampled, analyzed by PLM, and determined NOT to contain detectable concentrations of asbestos: 1. Roof membrane core The individual bulk sampling results can be found in the AmeriSci lalxiratory report, which is located within Appendix C of this document. CONCLUSIONS/RECOMMFNP^TIONS T .imjted Asbestos Survey The results of the limited asbestos survey indicate that non-friable asbestos is present on the roof of the subject building at the Holiday Park, which may be impacted by the impending demolition and/or renovation activities. At no time should the identified asbestos-containing materials be drilled, cut, sanded, scraped or otherwise disturbed by untrained personnel. These materials should be removed prior to any activities which will impact these materials. Asbestos disturbance and/or removal operations must be conducted by a California Occupational Safety and Health Administration (Cal/OSHA)-registered and State licensed Asbestos Removal Contractor. Disturbance and/or abatement operations should be performed under the direct observation of a California Certified Asbestos Consultant. Construction activities involving so much as the potential for impacting asbestos-containing materials should be conducted in accordance with the requirements of Title 8 of the California Code of Regulations, Section 1529 (8CCR1529). For abatement activities which will involve the removal of at least 160 square feet, 260 linear feet, or 35 cubic feet of identified friable asbestos-containing materials and/or regulated asbestos-containing materials, notification must be made to the San Diego Air Pollution Control District (SDAPCD). Notification to the SDAPCD must be accomplished ten working days prior to the initiation of such activities. For abatement activities which will involve any asbestos-related work, notification must be made to the Cal/OSHA. Notification to the Cal/OSHA must be accomplished 24 hours prior to the initiation of such activities. Notification to employees and contractors working within the building should be mudc in accordance with the California Health and Safety Code, Section 25915 et.seq. and Proposition 65. Should materials similar to those identified in this report or, other forms of suspect hazardous materials be present or identified, maintenance personnel/contractors should be instructed to immediately cease work activities which may initiate an exposure episode, and notify the appropriate management personnel. City of Carlsbad Survey Report - Section 2 February 13,2006 Holiday Park Maintenance Building Page 3 02/17/2806 14:12 8582440441 WINZLER KELLY APPENDIX A CERTIFICATIONS 82/17/2006 STATE Uh 14:12 8582440441 WIN2LER KELLY DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF OCCUPATIONAL SAFETY AND HEALTH ASBESTOS CONSULTANT and TRAINER APPROVAL UNJT 2211 Park Towne Circle. Suile 1 Sacramento, CA 95825 Tel: (916)574-2993 Fax: (916) 483-0572 PAGE 12 December 23, 2005 712292324C 158 •erry Robert Sherman 1829 Mendota St San Diego . CA 92106 Dear Certified Asbestos Consultant or Technician: Enclosed is your certification card. To maintain your certification, please abide by the rules printed on the back of the certification card. Your certification is valid for a period of one year. If you wish to renew your certification, you must apply for renewal at least 60 days before the expiration date shown on your card. [8 CCR 341 -15(h)(1)]. Please hold and do not send copies of your required AHERA refresher renewal certificates to our office until you apply for renewal of your certification. Please inform our office at the above address, fax number or actu@dir.ca.gov of any changes in your contact/mailing information within 15 days of the change. Sincerely, Jeff Ferrell Senior Industrial Hygienist JF/ms Attachment: Certification Card cc: File (n«n*wji - card Attxrwd Rcvind 10/1 j/OS) State of California Division of Occupational Safety and Health Certified Asbestos Consultant Jerry Robert Sherman Certification No. Expire;, on 02/06/07 Tki tti*a*n its tart byl* Ovisw U 02/17/2006 14:12 8582440441 WINZLER KELLV p_ „ STATE OF CALIFORNIA Arnold .?«£..! 3 DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF OCCUPATIONAL SAFETY AND HEALTH ASBESTOS CONSULTANT and TRAINER APPROVAL UNIT 2211 Park Towne Circle. Suits 1 Sacramento. CA 95825Tel: (916) 574-2993 Fax: (916) 483-0572 508173853C 282 September 27, 2005 Stephen S Reese 4123 Twilight Ridge San Diego , CA 92130 Dear Certified Asbestos Consultant or Technician: Congratulations, you have passed your certification examination! Enclosed is your certification card. To maintain your certification, please abide by the rules printed on the back of the certification card. Your certification is valid for a period of one year. If you wish to renew your certification, you must apply for renewal at least 60 days before the expiration date shown on your card. [8 CCR 341.15(h)(1)J. Please hold and do not send copies of your required AHERA refresher renewal certificates to the Division until you apply for renewal of your certification. Please inform trie Division of any changes in your mailing address or work address within 15 days. Sincerely, Rick Axe Slate of California Senior Industrial HygieniSt ISI°n °f °«upatlonal Saf«<y and Health Certified Asbestos Consultant RA/ms Attachment ^Hl^k creation MO 05~3853 Expires on_cc: File 02/17/200E 14:12 8582448441 WINZLER KELLY PAGE 14 APPENDIX B ASBESTOS SAMPLE LOCATION MAP CON*ULTIMO 82/17/2006 14:12 8582448441 WINZLER KELLY PAGE 15 CON SULTINQ 7825 Engineer Road, Suite 100, San Diego, CA 92111 (858) 244-0440/FAX (858) 244-0441 By Date Subject 0Wd -fa ___ Sheet No. / of. Job No. a Art 02/17/2006 14:12 B58244B441 WINZLER KELLY PAGE 16 APPENDIX C ASBESTOS ANALYTICAL DATA (LABORATORY REPORT) 02/17/200& 14:12 8582440441 WINZLER KELLY pftQ£ 17 AMERISCI AmeriScI Los Angeles 2441 6 SOUTH MAIN STR EET • SUITE 308 CARSON, CA 90746 TEL: (310) 834-4868 • FAX: (310) 834-4772 January 31 , 2006 Winzler & Kelly Consulting Engineers / San 01 A tin: Slave Reese 4180RufflnRoad Suite 115 San Diego. CA 92123 RE: Winzler * Kelly Consulting Engineers / San Di Job Number 90601 1 773 P.O. « 1038206002 1038208002; City Of Carlsbad; Holiday Park Dear Steve Reave: Enclosed are the results for PLM asbestos analysis of the following Winzler & Kelly Consulting Engineers / San 01 samples received at AmeriSci on Tuesday, January 31, 2006, tor a 24 hour turnaround: HP-01. HP-02. HP-03, HP-04. HP-OS, HP-OS The 6 samples contained In Zlplock Bags were shipped to AmeriSci via Cat Overnight. These samples were prepared and analyzed according to the EPA Interim Method (EPA 60TJ/M4-82-020 per 40 CFR 763, subpt F. App. A). The required analytical information, analysis results, analyst signature and laboratory Wenflffeatlon is contained In the Analyst's Report. This report relates ONLY to the sample analysis expressed as percent asbestos. AmeriSci assumes no responsiblity for customer supplied data such as "sample type", 'location', or "area sampled*. This report must not be used to claim product endorsement by AmeriSci. NVLAP or any agency of the U. S. Government. The National Institute of Standards and Technology Accreditation requirements, mandates that this report must not be reproduced, except tri full without the written approval of the laboratory. This report may contain specific data not covered by NVLAP or E-XAP accreditations respectively, if so identified in relevant lootnotes. AmeriSoi appreciates this opportunity to serve your organization. Please contact us for any further assistance or with any questions. .Sin Mary S. David Customer Service Boilon • Los Aflgwu • N«n tor* • Rlctimsn* 02/17/2006 14:12 8582448441 WINZLER KELLY PAGE IB x AMERI Sa AmeriScf Los Angelei 2441B SOUTH MAIN STREET « SUITE 308 CARSON, CA 90745 TEL: (310) 834-4888 • FKX; (310) 834-4772 PLM Bulk Asbestos Report Winzler & Kelly Consulting Engineers / San Di Attn: Steve Reese 4180 RuffinRoad Suite 115 SanDieqo. CA92123 Date Received 01/31/06 Date Examined 01/31/06 AmeriSci Job No,906011773 P.O. # 1038206002 Page 1 of 2 RE 1038206002; City Of Carlsbad; Holiday Park Client No. / HGA HP-01 Lab No. Asbestos Present 906011773-01 No Location: RR's Adjacent To Horseshoe Pits/Roof Membrane Core Description: Black /Brown, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Cellulose 25. %, Non-fibrous 75. % Total % Asbestos NAD HP-02 906011773-02 Wo Location: RR's Adjacent To Horseshoe Pits/Roof Membrane Core Description: Black, Homogeneous, Fibrous, Bulk Material Asbestos Types: Other Material; Cellulose 90. %, Non-fibrous 10. % NAD HP-03 906011773-03 /Vo Location: RR's Adjacent To Horseshoe Pits/Roof Membrane Core Description: Black, Homogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Cellulose 80. %, Non-fibrous 20. % - - - HP-04 90601 1 773-04 Location: RR's Adjacent To Horseshoe Pits/Roof Penetration Mastic Description: Black, Homogeneous, Non-Fibrous. Bulk Material Asbestos Types: Chrysotile 5. % Other Material: Non-fibrous 95. % 5% - HP-05 906011773-05 Location: RR's Adjacent To Horseshoe Pits/Roof Penetration Mastic 4% Description: Black, Homogeneous, Non-Fibrous, Bulk Materinl Asbestos Types: Chrysotile 4. % Other Material: Cellulose 10. %, Non-fibrous 86. % 02/17/2086 14:12 8582440441 WINZLER KELLV PAGE 19 X" AMER/SCI AmeriSci Los Angeles 24416 SOUTH MAIN STREET • SUITE 308 CARSON, CA 90745 TEL- (310) 834-4868 • \-AX- (310) 834-4772 PLM Bulk Asbestos Report Winzler & Kelly Consulting Engineers / San Di Atln: Steve Reese 4180 Ruffin Road Suite 115 San Dieqo, CA 92123 Date Received 01/31/06 Date Examined 01/31/06 AmeriSci Job No.906011773 P.O. * 1038206002 Page 2 of 2 RE 1038206002; City Of Carlsbad; Holiday Park Client No./HGA HP-06 Lab No. 906011773-06 Asbestos Present Ves Total % Asbestos 8% Location: HR's Adjacent To Horseshoe Pits/Roof Penetration Mastic Description: Black, Homogeneous, Non-Fibrous, Bulk Material Asbestos Types: Chrysotlle 8. % Other Material: Non-fibrous 92.% Reporting Notes: Analyzed By: John •MAO 3 no asbestos •Present" or'NVA" = 1 DetecfldV .-*- •• Date Analyzed: <Date Examined* S—^f-Sfe %; Reporting Limits: CVES *> t%, 400 Pt Ct = 0.25%, 1000 Pi Ct - 0.1%; 'observations made during a qualitative analysis; IUA =-. not analyzed; NA/PS aisible Asbesloal (roservaons mae urng a quatatve anaysis; NA =•- not analyzed; NA/PS * not analyzed / positive stop; PLM Bulk AsbestOSAnalysIs by EPA 600/M4-62-020 per 40 CFR 763 (NVLAP \jt> #200346-0. CA EUP lab #2322); Not*: PLM is not consistently reliable in detecting asbestos In floor coverings and similar NOB materials. TEM Is currently the only method that can be used to determine if this material can be considered or treated as non-asbestos-containing in New York State [also see EPA Advisory for floor tile, FR 59,146, 38970, 8/1/94). WIST Accreditation requirements mandate that this report must nol be reproduced except in lull without the approval of the laboratory. This PLM report relates ONLY to the items tested. Reviewed 02/17/2006 14:12 8582440441 WINZLER KELi-Y PAGE 20 Asbestos Bulk Sample Log 906011773 WINZLER & KELLY CONSULTING ENGINEERS 3531 E. Miraloma Avenue Anaheim. CA 92806 4180 Ruffln Road, Suite US SaaDrego1CA92l23 Client-/ p 7 / Location:U-/I-ion; Hn I c S /VT Pate: 7 C• F Project Number: I 0 ' »r SST No;Jj \~s . -" •isii ttP-d -<# -<?3 -ot -oS" ^4 PR'S «ij«fat ~^ '$!£!•. A •>1 8 X f A^zL c*« \ /^t ( *si-,r. ] w Analytic*! Method: fPlMJ Turnaround Time: . S:tro« Day /Mbry 3 day Sample Receiver: WinzWr & Ke»y ConsuBIng Enginaere - V ' | irg.^lTj i 5"i «bf \? /)y.<^ CHAIN OF CUSTODY: Title Title 3. Signature Title Inclusive Data Inclusive Dues Irx liuive Dales Page ( of f