Loading...
HomeMy WebLinkAboutCourt Concepts Inc; 2007-10-26; PWS08-01ENGRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 i DQC# 2009-0247741 MAY 11, 2009 4:17PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE DAVID L. BUTLER. COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: N/A 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 February 23, 2009. 6. The name of the contractor for such work or improvement is Court Concepts, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 4502, Poinsettia Community Park - Phase 2A Tennis Courts. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD (ie^^v V. Robert T. Johnson, Jr. ^J City Engineer 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 l//?ay $ , 200 f , accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on /l^tuj (/ , 200*?. at Carlsbad, California. ^B 19 784 RESO '2009-083 CIW OF CARLSBAD '", /LORRAINE §= CityCterk 'OOD Word\Masters\Forms\Notice of Completion (City)3/9/98 r • CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/O NO. 005 Project: No. 4502 / Poinsettia Community Park -Ph.2A Tennis Courts Date Routed: Reasons for changes: City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1: Recent rain events have inundated the earthen drainage swales along the eastern limits of lower courts 1 -3. Staff has recommended the installation of concrete brow ditches along the eastern edge of the lower courts. Implementation of this modification will mitigate the excessive rain and sediment from washing onto the courts creating court surface maintenance issues. COST ACCOUNTING SUMMARY: Account No ......................... 33270009060/450229066 & 32070009060/450219066 Original contract amount....................................................... $ 1,271,811.00' Total amount this C/O... .... ..... .. .. .. .. .... .. ..... . .. .. .. .. .. ... .. .. .. ...... $ 7,425.00' Total amount of previous C/O's.......................................... ... $ 106,834.07 ( Total C/O's to date............................................................. $ 114,259.07 New Contract Amount........................................................... $ 1,386,070.0i Total C/O's as % of original contract........................................ 8.98% Contingency monies encumbered........................................... $ Contingency increase........................................................... $ Contingency Subtotal............................................................ $ Total C/O's to date............................................................. $ Contingency Balance............................................................ $ 125,196.00/ 0.00 125,196.001 114,259.0?1 10,936.93' CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL, AND TECHNICAL PROVISIONS FOR POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 BID NO. PWS08-01ENG Revised 11/01/06 Contract No. 4502 Page 1 of 100 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 6 Contractor's Proposal 10 Bid Security Form 15 Bidder's Bond to Accompany Proposal 16 Guide for Completing the "Designation Of Subcontractors" Form 18 Designation of Subcontractor and Amount of Subcontractor's Bid Items 20 Bidder's Statement of Technical Ability and Experience 21 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 22 Bidder's Statement of Re Debarment 23 Bidder's Disclosure of Discipline Record 24 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 26 Contract Public Works 27 Labor and Materials Bond 33 Faithful Performance/Warranty Bond 35 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 37 Revised 11/01/06 Contract No. 4502 Page 2 of 100 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 40 1-2 Definitions 41 1-3 Abbreviations 45 1-4 Units of Measure 48 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 50 2-2 Assignment 50 2-3 Subcontracts 50 2-4 Contract Bonds 51 2-5 Plans and Specifications 52 2-6 Work to be Done 56 2-7 Subsurface Data 56 2-8 Right-of-Way 56 2-9 Surveying 56 2-10 Authority of Board and Engineer 60 2-11 Inspection 61 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 61 3-2 Changes Initiated by the Agency 61 3-3 Extra Work 63 3-4 Changed Conditions 65 3-5 Disputed Work 66 Section 4 Control of Materials 4-1 Materials and Workmanship 69 4-2 Materials Transportation, Handling and Storage 73 Section 5 Utilities 5-1 Location 73 5-2 Protection 74 5-3 Removal 74 5-4 Relocation 75 5-5 Delays 75 5-6 Cooperation 76 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 76 6-2 Prosecution of Work 80 6-3 Suspension of Work 81 6-4 Default by Contractor 81 6-5 Termination of Contract 82 6-6 Delays and Extensions of Time 82 6-7 Time of Completion 83 6-8 Completion, Acceptance, and Warranty 84 6-9 Liquidated Damages 84 6-10 Use of Improvement During Construction 84 Revised 11/01/06 Contract No. 4502 Page 3 of 100 Pages Section 77-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 8-1 Section 9 9-1 9-2 9-3 Responsibilities of the Contractor Contractor's Equipment and Facilities 85 Labor 85 Liability Insurance 85 Workers' Compensation Insurance 86 Permits 86 The Contractor's Representative 86 Cooperation and Collateral Work 86 Project Site Maintenance 87 Protection and Restoration of Existing Improvements 89 Public Convenience and Safety 89 Patent Fees or Royalties 96 Advertising 96 Laws to be Observed 96 Antitrust Claims 96 Facilities for Agency Personnel General 97 Measurement and Payment Measurement of Quantities for Unit Price Work 97 Lump Sum Work 97 Payment 97 Revised 11/01/06 Contract No. 4502 Page 4 of 100 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS DIVISION 02 - SITE WORK 02050 Demolition 02200 Earthwork 02232 Preparation of Pavement Subgrade 02372 Storm Water Pollution Prevention 02527 Concrete Driveway, Sidewalk, Curb and Gutter 02790 Tennis Court Sports Surface 02810 Landscape Irrigation Systems 02830 Chain Link Fence and Gate(s) 02870 Site Furnishings 02900 Landscaping DIVISION 03 - CONCRETE 03100 Concrete Formwork 03200 Reinforcement Steel 03300 Cast-in-Place Concrete 03380 Post-Tensioned Concrete DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07150 Vapor Barrier Damp-Proofing Membrane 07900 Joint Sealants DIVISION 13 - SPECIAL CONSTRUCTION 13129 Prefabricated Shelters DIVISION 15 - MECHANICAL 15057 Copper Tubing, Brass and Bronze Pipe Fittings DIVISION 16 - ELECTRICAL 16010 General Electrical Requirements 16100 Basic Electrical Materials and Methods 16400 Service and Distribution 16500 Lighting APPENDIX "A" - Geotechnical Report APPENDIX "B" - Tennis Court Striping Revised 11/01/06 Contract No. 4502 Page 5 of 100 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON AUGUST 14, 2007, 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: Poinsettia Community Park - Phase 2A Tennis Courts. POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 BID NO. PWS08-01ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General 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. 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. 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. 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 Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction. Sections 2 & 3. 2006 Edition, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. Revised 1 1/01/06 Contract No. 4502 Page 6 of 100 Pages 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. BID DOCUMENTS 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 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: 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 $1,291,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES 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: "A". The Contractor or his designated subcontractor shall demonstrate experience in construction of tennis courts of similar scope. Five (5) projects over the last two (2) years with references are required and must be listed in the Bidder's Statement of Technical Ability and Experience of this document. ESCROW AGREEMENT 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. Revised 11/01/06 Contract No. 4502 Page 7 of 100 Pages OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various 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 $40.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS 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. Requests must be made prior to fourteen (14) calendar days before the bid date. 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. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID 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. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS 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. Revised 11/01/06 Contract No. 4502 Page 8 of 100 Pages ADDENDUMS 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. BOND AND INSURANCE REQUIREMENTS 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 one hundred percent (100%) of the total amount payable by the terms of the contract. 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 General 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. 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-:VII 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. 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. BUSINESS LICENSE 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. 2007-138, adopted on the 19th day of June, 2007. July 5. 2007 Date l^cR" EN R(J$lONOTZ,7rsJslsTant City Clerk" Publish Date: July 10, 2007 Revised 11/01/06 Contract No. 4502 Page 9 of 100 Pages CITY OF CARLSBAD POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 CONTRACTOR'S PROPOSAL OPENED, WITNESSED AND City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DATE SIGNATURE The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, 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. 4502 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: "SCHEDULE A - BASE BID" The entire project as outlined in Poinsettia Community Park - Phase 2A per Dwg. No. 331 -3B "SCHEDULE A - BASE BID" Approximate Item Quantity Unit No. Description and Unit Price Total 1 k, Total Total Poinsettia Phase 2A 3B Dollars amount of amount of l^ _^p Community Park - LS $ */ * 7^ , ^ $ </ i 7^ £>#- "^ per Dwg. No. 331- ' i^^> T."H ^// "?u' (Lump Sum) bid in words: C?'v*"M^t,"-ty«» *^ v^t>» l"\oA>i^lt^ T^fO^rr C/^^ <+**. bid * &**T- 4/u^^ tu^^O (X~U<> VC?^ * 1 -> ll A n -»^in numbers: $ ' / t ", & «/ "SCHEDULE B - DEDUCTIVE ALTERNATE" Includes all work outlined in Poinsettia Community Park - Phase 2A per Dwg. No. 331-3B EXCLUDING the following: a. 4 tennis court shelters per detail "D", sheet CD-2 b. All improvements outside the footprint of the tennis court concrete pads and fencing east of the concrete walk entries to tennis courts #7,#8, #9, and #10 including concrete walks (including compacted sub-base), picnic tables, bleachers, walkway lighting (including wiring), plumbing, drinking fountains, and trash receptacles, with the exception of grading and drainage per plan which shall be included in the work. Revised 11/01/06 Contract No. 4502 Page 10 of 100 Pages m m "SCHEDULE B -DEDUCTIVE ALTERNATE" Approximate * ^ Item Quantity Unit g) No. Description and Unit Price Total f \Si^i<?ln{ *® i '0~a ^" 9<=> m 1 Poinsettia Community Park - LS $ t it? l™-\ . $ [j — Phase 2A per Dwg. No. 331-3B (Less deductive items outlined _ above) x • Dollars (Lump Sum) Total amount of bid in words: 0*4, ^i^(^ £>•* flis*?*,*? tt*«n- Total amount of bid in numbers: $ » PROCEDURE FOR AWARD OF CONTRACT Ml The award of contract will be determined using the following procedure: m 1 . If the lowest responsive "Schedule A - Base Bid" from all bids received is equal to or less than the "Engineer's Estimate" ($1,291,000), then the award will based upon the „, *"*• "Schedule A - Base Bid" amount. *** ••<**'' 2. If the lowest responsive "Schedule A - Base Bid" from all bids received exceeds the "Engineers Estimate", then 'Schedule A - Base Bid" from all contractors will be dis- carded. The award will be based on the lowest responsive "Schedule B - Deductive ** Alternate" bid from all bids received. ** Price(s) given above are firm for 90 days after date of bid opening. m Addendum(a) Note). I _ has/have been received and is/are included in this m proposal. m The Undersigned has carefully checked all of the above figures and understands that the City will not m 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 m 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 _ t^ ((sir _ , classification A _ which expires on tnat thi business or act in the capacity of a.contractor within the State of California, validly licensed under ( [ o& . and tnat this statement is true and correct and has the legal effect of an affidavit. Revised 11/01 /06 Contract No. 4502 Page 11 of 100 Pages License Detail Page 1 of2 California Home Tuesday, August 28, 2007 License Detail Contractor License # 747624 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: 08/28/2007 * * * Business Information * * * COURT CONCEPTS INC PO BOX 710277 SANTEE, CA 92072 Business Phone Number: (619) 390-1614 Entity: Corporation Issue Date: 03/30/1998 Expire Date: 03/31/2008 * * * License Status * * * This license is current and active. All information below should be reviewed. * * *Classifications * * * (Class Description A GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 6031608 in the amount of $12,500 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(I): The Responsible Managing Officer (RMO) MARK JEFFREY COPELAND certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 03/30/1998 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 1126080 Effective Date: 06/01/1997 Expire Date: 06/01/2008 http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 08/28/2007 License Detail Page 2 of 2 Personnel List License Number Contractor Name Personnel Name Request Request Request Salesperson Request © 2006 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 08/28/2007 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. 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 T?g (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. 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 (Streefand Number) City and State / (4) Zip Code Telephone No. (5) E-Mail Revised 11/01/06 Contract No. 4502 Page 12 of 100 Pages IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Sigpafure must be made by a general partner) (3) Place of Business (Street and Number) City and State. (4) Zip Code / Telephone No. (5) E-Mail IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted. (2). (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business V.v . $[0\ (Street and Number) City and State (5) Zip Code g Telephone No. (6) E-Mail _ >^ cs^ &> NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 11/01/06 Contract No. 4502 Page 13 of 100 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County On 7F Date personally appeared _ before me,I nrenzen. Notary Public te of Officer (e.g., "Jane Doe, Notary Public") Nan-lets') of Signer(s) OFFICIAL SEAL |fMILDRED L. LORENZEN Place Notary Seal Above D personally known to me proved to me on the basis of satisfactory evidence) to be the person^jwhose name(S$Js/#3lsubscribed to the within instrument and acknowledged to me that he/sbe/they executed the same in his/hef#hefr authorized capacityOJjg), and that by his/hef/tbe»f signature^ on the instrument the person^, or the entity upon behalf of which the person^ acted, executed the instrument. WITNESS^ny hand and official seal. Signatun 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: Document Date:. Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — D Partner — D LimitedJ>General D Attorney in Fact , D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: _ D Individual Corporate Officer — Title(s): _ r — D Limited D General D Attorrteyjn Fact D Trustee D Guardian or Consso/ator D Other:. Signer Is Representing:. RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2006 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 v609 Reorder: Call Toll-Free 1 -800-876-6827 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: Revised 11/01 /06 Contract No. 4502 Page 14 of 100 Pages BID SECURITY FORM (Check to Accompany Bid) POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 (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 A I iL 1 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 th/ough action of its legally constituted contracting authorities and the undersigned shall fail to e^eetrtea contract and furnish the required Performance, Warranty and Payment Bonds andDwolof insurance coverage within the stipulated time; otherwise, the check shall be returned to^the*tindersigned. The proceeds of this check shall also become the property of the City if the upelefsigned shall withdraw his or her bid within the period of fifteen (15) days after the date se>t6r the opening thereof, unless otherwise required by law, and notwithstanding the award of tha-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 11/01/06 Contract No. 4502 Page 15 of 100 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL POINSETT1A COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 KNOW ALL PERSONS BY THESE PRESENTS: Tnat we COURT CONCEPTS, INC. § g^ principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF THE TOTAL ** 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. ** AMOUNT BID THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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 snail 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 11/01/06 Contract No. 4502 Page 16 of 100 Pages 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. day of.Executed by PRINCIPAL this PRINCIPAL: COURT CONC _,20. (name of Prin< By: (priraLname here) V (Title and Organization of Signatory) By: (sign here) (print name here) (title and organization of signatory) 8TH dayExecuted by SURETY this _ Of AUGUST f 20 07 '. SURETY: FIRST NATIONAL INSURANCE COMPANY OF AMERICA 120 VANTIS, ALISO VIEJO, CA 92656 (address of Surety) 949) 860-6602 (telephone number of Surety] Bv: ^^~' ^- ' (signature of Attorney-in-Fact) DWIGHT REILLY (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 secretory or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By:. Deputy City Attorney Revised 11/01/06 Contract No. 4502 Page 17 of 100 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT !| i! State of California County of ORANGE On AUGUSTS. 2007 Date , before me, SUSAN PUGH, NOTARY PUBLIC Name and Title of Officer (e.g., "Jane Doe. Notary Public') personally appeared DWIGHT REILLY SUSAN PUGH Commission # 1734680 Notary Public - California Orange County M/Comm. Expires Mar 26,2011 1 Name(s) of Signers) B personally known to me D proved to me on the basis of satisfactory evidence to be the personpQ whose nameQQ is/^rfe subscribed to the within instrument and acknowledged to me that he/s^/th^y executed the same in his/l^r/tl^ir authorized capacity (i££), and that by his/rySr/trTK<r signature^) on the instrument the person(& or the entity upon behalf of which the personflf) acted, executed the instrument. WITNESS my hand and offjcja^seal Place Notary Seal Above StfSAN OPTIONAL PUGH Signature of NbTSry PdbHcV 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: BID BOND Document Date: AUGUST 8, 2007 . Number of Pages: 2_ Signer(s) Other Than Named Above: NONE Capacity(ies) Claimed by Signer Signer's Name: DWIGHT REILLY - D Individual D Corporate Officer —Title(s): D Partner — D Limited D General jp Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top ol thumb here Signer Is Representing: FIRST NATIONAL INSURANCE COMPANY OF AMERICA Ji i» »i i i \ \ i 61997 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder Cat Toll-Free 1-800-876-6827 SAFECO*POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA OF ATTORNEY PO BOX 3452*FIRST NATIONAL SURETY SEATTLE. WA 98124-1526 PO BOX 34526 SEATn.li.WA 98124-1526 No. 9SS1 KNOW ALL BY THESE PRESENTS: Thai FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ......................««M»**.....»..«......«...*|| j ourcK, DWIGHT REILLY; Anaheim, California*"**"**""*"""""** its true and lawful attomey(s)-in-fact. with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such Instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this lliti day of January , 2(105 CHRISTINE MEAD. SECRETARY _ MIKE MCGAVICK. PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA. "Article V, Section 13. • FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company In the course of Its Business. On any instrument making or evidencing such appointment, the signatures may M affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however. (hat the seat shall not be necessary to trie validity of any such Instrument or undertaking.* Extract from a Resolution of the Board of Directors of FIRST NATIONAL-INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretaiy of the Company setting out, (I) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment Is in fun force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof. " i, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in ful force and effect. IN WITNESS WHEREOF. I have hereunto set my hand and affixed the facsimile seal of said corporation thb 8TH _ dayof AUGUST _ 2007 . CHRISTINE MEAD. SECRETARY S-1MB/FNEF 7/98 0 A r*gHt«r*d trademark of SAFECO Corporation 01/11/2005 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Date personalty appeared Mildred L. Lorenzen, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") Name(s) of Signer(s) D personally known to me proved to me on the basis of satisfactory evidence) OFFICIAL SEAL I .MILDRED L. LORENZEN.I NOTARY PUBLIC-CALIFORNIA SCOMM. NO. 1635444 %SAN DIEGO COUNTY § MYCOMM.EXP.JAN.31,2010| to be the person(j$ whose name^-is/^ subscribed to the within instrument and acknowledged to me that he/sbe/tlaey executed the same in his/hef#heir authorized capacity(i^), and that by his/hesftheif signature^ on the instrument the person^^or the entity upon behalf of which the person($f acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above SignSure of Notary Public OPTIONAL Though the information below /'s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of f/i/s form to another document. Description of Attached Document Title or Type of Document: Document Date:.. Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator , D Other: / Signer Is Representing: RIGHT THUMSHRINT OF SIGNER Top oKhumb here Officer — Title(s):. D Partner —TS4.imited n General D Attorney in D Trustee D Guardian or Conservator D Other: : Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here O 2006 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 v609 Reorder: Call Toll-Free 1-800-876-6827 ourt concepts inc. CORPORATE RESOLUTION I Donna Copeland, as Vice President/Corporate Secretary of Court Concepts, Inc., do hereby certify that Mark Copeland, as President of Court Concepts, inc., has Power of Attorney for Court Concepts, Inc., and is empowered and authorized to sign all documents related to Court Concepts, Inc., thereby binding Court Concepts, Inc. to said documents. Donna Copeland-Vice President/Corporate Secretary Date r* P.OSBp* 71D277, Santee, CA 92072-0277 (619) 390.1614 (714) 535.7775 fax (619) 390.1611 -(/www. courtconcepts.corrT) Company Profile Page 1 of 2 Company Profile FIRST NATIONAL INSURANCE COMPANY OF AMERICA SAFECO PLAZA SEATTLE, WA 98185-0001 800-332-3226 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 #: 24724 NAIC Group #: 0163 California Company ID #: 0978-7 Date authorized in California: January 03, 1929 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: WASHINGTON 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 glossar AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY 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 http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 08/28/2007 Company Profile Page 2 of 2 Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - July 27, 2007 11:17 AM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 08/28/2007 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 General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General 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 50 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. Note that electrical, landscaping, landscape irrigation, post-tension concrete, and tennis court sports surfacing are considered specialty items. The Contractor shall list any sub-contractors for these specialty items on this form. 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 (50%) of the work with its own forces. Revised 11/01/06 Contract No. 4502 Page 18 of 100 Pages 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 various supplemental provisions. The decision of the City Council shall be final. 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. Revised 11 /01 /06 Contract No. 4502 Page 19 of 100 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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 Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* 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." Revised 11/01/06 Contract No. 4502 Page 20 of 100 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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 C\ \Jl{A \ ^ <- 1 Name and Address of the Employer <<? <^££ A?' C' Name and Phone No. of Person to Contract ^^tif^ Type of Work Amount of Contract Tennis court subcontractor Revised 11/01/06 Contract No. 4502 Page 21 of 100 Pages ourt concepts inc. gntana/Valhalla Tennis Courts, Santee/El Cajon, CA Boh Keisling-C619) 644-8176 Grossmont Union High School District, P.O. Box 1O43, La Mesa, CA 91944 Post Tension Overlays of 20 Tennis Courts-$986,526.OO Completed August 2OO7 Palm Aca4etny & Tennis Courts, 555 D Ave, Coronado, CA Will House-0858) 793-4101 Marcotte + Hearne Builders, 11696 Sorrento Valley Rd, Suite 200, San Diego, CA 92121 Design/Build of Four Post Tension Tennis Courts-$221,434.OO Completed March 2007 Linfielct Christian High School Tennis Facilities, 31950 Patiba Rd, Temecula, CA Terry Cutter C951 ) 676-8111 ext 14O4 Design/Build of Six Post Tension Tennis Cotirts-$242,025.00 Completed September 2006 Villa PalmaP'oro, #1 Covecrest, Newport Coast, CA Mark Falcone-0949) 494-9371 Mark Falcone Builders, 412 Myrtle St, Laguna Beach, CA 92651 Design/Build of One Post Tension Tennis Court Overlay-$58,106.00 Completed March 2O06 Winding Walk Park, Chula Vista, CA Steve Leach-C858) 408-3783 Terra Firma Landscape, 7710 Kenamar Ct, San Piego, CA 92121 Design/Build Post Tension Tennis St Basketball Court-}76,300.00 Completed September 2006 , Roripaugh Ranch, Murrieta, CA Justin Ashby-C714) 317-0012 Ashby International 470 E Harrison St, Corona, CA 92879 Design/Build Post Tension Tennis (2) & Basketball Courts-$187,328.0O Completed February 2006 Olympic Training Center Tennis Facilities, Otay, CA, Ron Brockoff-C858) 292-5550 Koll Construction, 7330 Engineer Rd, San Piego, CA 92111 Four Cushioned Tennis Court Facilities Completed August 1994 Canyonside Tennis Club, Rancho Penas^uitos, CA Kevin Oliver-C619) 533-3015 City of San Piego Parks & Rec, 1010 Second Ave, Ste 14OO, San Piego, CA 921O1 Six Tennis Court Complex-|7O4,935. 00 Completed September 2001 t, . (619) 390.1614 1 : . (714) 535.7775 \ % fax (619) 390.1611 P.O>Bc>* 7;10277, Santee, CA 92072-0277 . - .- ~. - - — ^www.courtconcepts.coinj _.,*,,, Carlsbad Playground Upgrades, Carlsbad, CA ^ Pale Schuck-City of Carlsbad C76O) 4-34-2949 ^""^ Playground Renovations-7 Site-demo, grade engineering, grading, flatwork, equipment, etc.-$316,551.00 Completed November 2006 Civic Center Play Garden, San Marcos City Hall Chris Comes-(760) 594-4708 City of San Marcos, 2O1 Mata Way, San Marcos, CA 92069 Child Care Playground Construction at City Hall-$273,969.00 Completed September 2O06 Santee Lakes Observation Trail-Phase 3, Santee, CA Allen Carlisle-C619) 596-3141 Padre Dam Municipal Water District, 93OO Fanita Parkway, Santee, CA 92071 Park Renovation-demo, grade engineering, grading, walks, curbs, etc-$161,079 Completed September 2005 Powerhouse Park, Del Mar, CA David Scherer-(858) 755-3294 City of Del Mar, 1050 Camino Dei Mar, Del Mar, CA 92014 Park Renovation-demo, grade engineering, grading, walks, curbs, seatwalls, stabilized DG walks, equipment, etc- $147,825.00-Completed June 2002 Balboa Park Improvements, San Diego, CA Kevin Oliver-C619) 533-3015 City of San Diego Parks £ Rec, 1010 Second Ave, Ste 14OO, San Diego, CA 92101 ' New Park Construction-demo, grade engineering, grading, walks, curbs, inlaid seatwalis, resilient surfacing, equipment, ' decorative sandblasting £ inlays, irrigation, landscape, street improvements, etc.-$476,913.OO *""" Completed September 1997 Mesa Viking Park, Mira Mesa, CA Jason Grani-C858) 627-3200 City of San Diego, 9485 Aero Dr, San Diego, CA 92123 Park Renovation-demo, grade engineering, grading, walks, curbs, equipment, etc.-$346,212.00 Completed March 2005 Twin Trails Park, Rancho Penasquitos, CA Tony Bonacorsi-C619) 533-4491 City of San Diego Parks <Sr Rec, 1O1O Second Ave, Ste 14OO, San Diego, CA 921O1 Playground Renovation-demo, grade engineering, grading, walks, curbs, equipment, etc.-$114,999.00 Completed March 2O06 Sandburg Park, Mira Mesa, CA Clark Ri«er-C619) 235-5236 City of San Diego Parks & Rec, 101O Second Ave, Ste 140O, San Diego, CA 921O1 Park Renovation-demo, grade engineering, gt-ading, walks, curbs, equipment, etc.-$290,544.0O Completed November 2003 Solana Highlands Park, Del Mar, CA Clark Ritter-C619) 235-5236 City of San Diego Parks & Rec, 1010 Second Ave, Ste 1400, San Diego, CA 92101 Park Renovation-demo, grade engineering, grading, walks, curbs/equipment, etc.-$253,394.00 ^^ Completed April 2003 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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: 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 and the General 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. Revised 11/01/06 Contract No. 4502 Page 22 of 100 Pages Oct 11 07 04:03a Mark Copeland 619 390-1611 p.2 ACQR0m CERTIFICATE OF LIABILITY INSURANCE coW-K™ PROD!»CER Crosby Insurance, Inc. •^^ . Box 31150 JWneitt CA 92809 Phone: 714-221-5200 Fax:714-221-5210 INSURED Court Concepts, Inc.P.O. Box 71TJ271Santee CA 92072 DATE (Htuoorrrr(\ 09/25/07 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 INSURER A Admiral Insurance Company NAIC# INSURERS: Peerless Insurance Company INSURER c: Evanston Insurance Company INSURER D: INSURER E: COVERAGES THE POL ANY RE: MAYPEF POLICIE WSRMJDTJLTR IISRI A B C B ICIES OF INSURANCE LISTED BELOW HAVE 3EEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING (TAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH 3. AGGREGATE LIMITS SHOWM MAY HAVE BEEN REDUCED BY PAID CLAIMS. __. ,_, .„.„_.-_ POLICY EFFECTIVE POLICY tXFHRATlOhTYPE OF INSURANCE POLICY NUMBER DATE JIMM/DD/YY) DATE (MM/DDnrY) GENERAL LIABILITY X COMMERCIAL GE NERAL LIABILITY . CLAIMS MADE | X | OCCUR X Owner /Cont Prot. SEN L AGGREGATE LIMIT APPLIES PER: | POLICY 'x SECT I LOC AUTOMOBILE LIABILITY X ' ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS'UMBRELLA LIABILITY X~| OCCUR ' ' CLAIMS MADE I DEDUCTIBLE X 1 RETENTION 1 10000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER Auto Umbrella CA00001021501 11/20/06 BA8231961 XMS09911 NO COVERAGE CO 8273463 01/29/07 05/11/07 11/20/07 11/20/07 11/11/07 05/11/07 11/20/07 LIMITS EACH OCCURRENCE "DAMAGE TO RENTED PREMISES (Ea (Kcurenoe) MED EXP (Any cne parscn) PERSONAL & ADV INJURY 51,000,000 $50,000 $ Excluded $1,000,000 GENERAL AGGREGATE '$2,000, 000 PRODUCTS - COMPyOP AGG $2,000,000 COMBINED SINGLE UNIT t i f.f.f. nnn(Easccident; $lfUUU,UUO BODJ-Y INJURY (Per person) BODILY INJURY(Per a=adBn1) PROPERTY3AMAGE (Per accident) ALTO ONLY - EA ACCDENT OTHER THA^I EAACC ALTO ONLY AGG E.^CH OCCURRENCE AGGREGATE j I s s s $ $3,000,000 $3,000,000 $ . S I WO5IAIU- OiH-JTORY LMITS ER EX. EACH ACCIOENT E.L. DISEASE • EA EMPLOYEE E.L. DISEASE - POL'CY LWIT s $ $ $ Auto Uinbr 2,000,000 10 days will be given for non payment of premium Certificate Holder is named as Additional Insured per CG20100704 attached This insurance is primary/non contributing per AD06571203 attached CERTIFICATE HOLDER CANCELLATION C"ITYCAR City of Carlsbad "w-w Engineering Department 5950 El Camino Real Carlsbad CA 92006 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TOTHE LEFT, BUT FAB. LIRE TO DO SO SMALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REBtfSENTApifrE ACORD 25 (2001/08)©ACORD CORPORATION 1988 Oct 11 07 04:03a Mark Copeland 619390-1611 p.3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Oct 11 07 04:03a Mark Copeland 619 390-1611 p.4 Policy Number: CAOOOO10215-01 CG 20 10 07 04 Effective Date: 11/70/2006 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization^): ANY ENTITY FOR WHOM YOU ARE PERFORMING ONGOING OPERATIONS, BUT ONLY IF REQUIRED BY WRITTEN CONTRACT PRIOR TO AN "OCCURRENCE" OR LOSS. Loeatfon(s) Of Covered Operations ALL COVERED PROJECTS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II-Who Is An Insured is amended to include as an additional insured the persou(s) or orgamzation(s) shown in the Schedule, bat only with respect to liability for "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(s) at the locations) designated above. B. With respect to the insurance afforded to these additional insureds, die following additional exclusions apply. This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other man another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 M © ISO Properties, Inc., 2004 Page 1 of 1 Oct 11 07 04:03a Mark Copeland 619 390-1611 p.5 Policy Number: CA000010215-01 AD 06 57 12 03 Effective Date: 11/20/2006 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY/NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE ANY PERSON OR ORGANIZATION QUALIFYING AS AN INSURED UNDER THE ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS ENDORSEMENT FORM CG 20 10 07 04 AND CG 20 37 07 04 ATTACHED TO THIS POLICY. It is agreed Chat Commercial General Liability Coverage Form CG 00 01 Section IV paragraphs 4.b. and 4.c. do not apply with respect to other valid and collectible Commer- cial General Liability insurance, whether primary or excess, available to the person or organization shown in the Sched- ule and: 1) Who is an insured under an Additional Insured- Owaers, Lessees or Contractors endorsement at- tached to this policy; and 2) Who requires by specific written contract that this insurance is to be primary and/or non-contributory to other valid and collectible insurance available to that person or organization. This endorsement does not change the scope of coverage provided to the person or organization by any Additional Insured endorsement. All other terms and conditions remain unchanged. AD 06 5712 03 Page 1 of I Oct 11 07 04:03a Mark Copeland 619 390-1611 p.6 POLICYHOLDER COPY COMPENSATION INSURANCE FUND P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 CERTIFICATE OF WORKERS1 COMPENSATION INSURANCE ISSUE DATE: 08-28-2007 GROUP: POLICY NUMBER: 112B08O-20O7 CERTIFICATE ID: 189 CERTIFICATE EXPIRES: O6-01-2OOB OB-01-2O07/06-01-2008 SD CITY OF CARLSBAD PUBLIC WORKS PURCHASING 1635 FARADAY AVE CARLSBAD CA 92008-7314 SD JOBiPDINSETTIA COMMUNITY PARK PHASE 2A TENNIS COURTS JDB#4502 BIO NO PWS08-01ENG This is to certify that we have issued » valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. Wa will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage affordedby the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other documentwith respect to which this certificate ol 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. FHORIZED REPRESENTATIVE^ PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000.000 PER OCCURRENCE. ENDORSEMENT #16OO - MARK J. COPELAND PRES - EXCLUDED. ENDORSEMENT I16OO - DONNA L. COPELAND SEC.TRES - EXCLUDED. ENDORSEMENT #2OB5 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE O6-01-2O02 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #257O ENTITLED WAIVER OF SUBROGATION EFFECTIVE 20O7-O9-28 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF CARLSBAD PUBLIC WORKS PURCHASING EMPLOYER COURT CONCEPTS (A CORP) PO BOX 71O277 SANTEE CA 92072 SD .,IREV.2:06)PRINTED [LDG.CN] 09-28-2007 Oct 11 07 04:04a Mark Copeland 619390-1611 p.7 WAIVER OF SUBROGATION NOTICE Enclosed is your copy of a certificate of insurance on which the certificate holder required a waiver of subrogation: 1. Please be advised that a waiver of subrogation requires that a 3% surcharge will be applied by State Fund ONLY to the premium assessed on the payroll of your employees earned while engaged in work for that certificate holder who requested the waiver. (Note: if you have no employee payroll on that job, then there is no charge.) 2. To apply the 3% surcharge, you must also agree to maintain accurately segregated payroll records for employees engaged in work on job/s for the certificate holder who has the waiver. The payroll records are subject to verification by an auditor. Example: Payroll for job: $5,000.00 Sample Rate: 13.30% Regular Premium equals: $ 665.00 Surcharge: 3.00% Additional Waiver charge: $ 19.95 Total premium equals $ 684.95 (665.00 + 19.95) BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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 debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: (print name/title) Page of pages of this Re Debarment form Revised 11/01/06 Contract No. 4502 Page 23 of 100 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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 contractor's 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? JC 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 therefore. (If needed attach additional sheets to provide full disclosure.) Page ^ of ( pages of this Disclosure of Discipline form Revised 11/01/06 Contract No. 4502 Page 24 of 100 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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. Z. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (print name/title) Page I of ' pages of this Disclosure of Discipline form Revised 11/01/06 Contract No. 4502 Page 25 of 100 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 State of California County of ) ss. (Name of Bidder) _, being first duly sworn, deposes and says that he or she is r-^* Of (Title) (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 t?7"HH <jay of kObosr , 20£>7. Signature of Bidder ^Subscribed and sworn to before me on the / X on Ac ten of satisfactory evidence to be the person(s) who appeared before me. (NOTARY SEAL OFFICIAL SEAl MILDRED L COMM. NO \{&E\AAA ^PamKriBPU Revised 11/01/06 Contract No. 4502 Page 26 of 100 Pages of Carlsbad Public Works - Contract Administration August 8, 2007 ADDENDUM NO. 1 RE: POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS, CONTRACT NO. 4502, BID NO. PWS08-01ENG 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 bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (76O) 6O2-4677 • FAX (760) 6O2-8562 CITY OF CARLSBAD Poinsettia Community Park - Phase 2A Tennis Courts Contract No. 4502 Addendum No. 1 From: Eva Plajzer, Project Manager Phone: (760)602-2787 Fax: (760) 602-8562 Date: August 8, 2007 Bid Opening Date: August 14, 2007, 2:00 pm This addendum is in response to a request for information. Question 1. Please provide manufacture and Catalog #'s for the existing pathway poles and fixtures that we are to match for the above project. Response 1. The requested information was not available from previous phase submittals or "as-builts" for the park. The contractor will need to field verify height and type to match installation. Question 2. Is the tennis court pole a 22 ft pole or a 20 ft pole which would include the fixture for a total height of 22 ft.? Mcgraw Edison (cooper Lighting) poles go from 20 ft to 25ft. Response 2. The design height for the luminaire is for the bottom to be at 22 feet above the finish of the court surface. Other manufacturers are listed as alternates, and a custom pole height should be considered to achieve this luminaire height of 22 feet. CONTRACT PUBLIC WORKS This agreement is made this < day of _ fltx— > _ , 2007, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and _ COURT CONCEPTS INC. _ whose principal place of business is _ PO Box 7 10277 Santee CA 92072 _ (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 (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, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General 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 responsibility 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 General 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. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 11/01/06 Contract No. 4502 Page 27 of 100 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 11/01/06 Contract No. 4502 Page 28 of 100 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 City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial 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. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. 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. 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. Revised 11/01/06 Contract No. 4502 Page 29 of 100 Pages 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 insurer'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 ten (10) days' prior written notice has been sent 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. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. 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 City Council Policy # 70. (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. (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 Section 3 of the General Provisions. 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. Revised 11 /01 /06 Contract No. 4502 Page 30 of 100 Pages (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. I have read and understand all provisions of Section 1 1 above. '(' init _ 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. 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. Revised 11/01/06 Contract No. 4502 Page 31 of 100 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. 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. 17. 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:\ corporation of (sign here) ~ r « (print name and title) By; (sign here) (print name and title) ''''? if *V\NX'President or vice-president and secretary or assistant secretary must sign foV'fcbrpWations. 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 By: -* Deputy City Attorney Revised 11/01/06 Contract No. 4502 Page 32 of 100 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of. ' Date personally appeared before me, Title of Office/(e.g., "Jane Doe, Notary Public") -\^a Name(s) of Signer(s) OFFICIAL SEAL LARRY RODGERST/W.RJBUC-CAUFQRNIA 1/• Place Notary Seal Above D personally known to me /0\pr proved to me on the basis of satisfactory evidence) to be the person(s}rwhose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sha/they executed the same in his/her/their authorized capacity(iee); and that by his/hef^beir signature^ 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 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: f) I K Y^ M U I Qt~Y~ Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 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 D Guardian or Conservator D Other: Signer Is Representing:. RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2006 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 v609 Reorder: Call Toll-Free 1-800-876-6827 BOND #6473459 I ARDR A Kin MATPRIAI ^ ROND PREMIUM INCLUDED ONLAbSUK ANU MA I tKIAUS BUNU PERFORMANCE BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-246, adopted September 19, 2007, has awarded to COURT CONCEPTS INC. (hereinafter designated as the "Principal"), a Contract for: POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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. WHEREAS, 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 subcontractors 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 extent hereinafter set forth. NOW, THEREFORE, WE, COURT CONCEPTS INC. . as Principal, (hereinafter designated as the 'Contractor"), and FIRST NATIONAL INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Carlsbad in the sum of One Million Two Hundred Seventy One Thousand Eight Hundred Eleven Dollars ($1,271,811.00), 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 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 work contracted to be done, 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 under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorneys fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder 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 11/01/06 Contract No. 4502 Page 33 of 100 Pages In the event that Contractor is an Individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this. day of .,20. Executed by SURETY this. Of SEPTEMBER 25TH .day . 20 07 CONTRACTOR: COURT CONCEP SURETY: FIRST NATIONAL INSURANCE COMPANY OF AMERICA (name of Surety) 120 VANTIS, ALISO VIEJO, CA 92656 (sign here)(address of Surety) 949-860-6620 (print name here)(telephone number of Surety) (title and organization of signatory) By:. (sign here) (print name here) (signature of Attomey-in-Fact) DWIGHT REILLY (printed name of Attomey-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR 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 11/01/06 Contract No. 4502 Page 34 of 100 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of / ^3 &- A- On 1/3T/OT ' Date personally appeared 0; ~*> } before me. h^^rJ^y (^-CtJ^Fj ' (/Vop^V * < /Name and Titlrf of Officer (e.g., "Jane Doe, Notary Public") f VV ic r'J^ ^ O D-12^1 ^C*^-O H Name(s) of Signer(s) OFFICIAL SEAL LARRY RODGERS NOTARYPy D personally known to me proved to me on the basis of satisfactory evidence) to be the person(e) whose name(«) is/are subscribed to the within instrument and acknowledged to me that he/sbeAhey executed the same in his/h«#heir authorized capacity(ies), and that by his/ho#heir signature(s) on the instrument the person(e), or the entity upon behalf of which the person(s)- acted, executed the instrument. Place Notary Seal Above WITNESS my/hand and official seal. Signature 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 j I Title or Type of Document: J-<2 !^< persons reyng on te ocument to another document. r ( - I Q /T&^«-\ O P^V^/ Document Date: Signer(s) Other Than Named Above: . Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 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 D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ffl 2006 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 v609 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ORANGE ss. On September 25th, 2007 before me, Date ALLISON RITTO, NOTARY PUBLIC personally appeared Name and Title of Officer (e.g., 'Jane Doe, Notary Public') DWIGHT REILLY ALLISON RITTO Commission #1537464 Notary Public-California Orange County Name(s) of Signer(s) 29 personally known to me D proved to me on the basis of satisfactory evidence to be the personfs) whose name^e) is/are subscribed to the within instrument and acknowledged to me that he/oho/thoy executed the same in his/her/their authorized capacityftcs), and that by his/her/their signature^)-on the instrument the person^*), or the entity upon behalf of which the person^ acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public ALLISON RITTO 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: Payment Bond Document Date:September 25th, 2007 . Number of Pages:. Signer(s) Other Than Named Above:.NONE Capacity(ies) Claimed by Signer Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General $ Attorney in Fact D Trustee D Guardian or Conservator D Other: DWIGHT REILLY RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:FIRST NATIONAL INSURANCE COMPANY OF AMERICA POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA OF ATTORNEY PO BOX 34526FIRST NATIONAL SURETY SEATTLE, WA 98124-1526 PO BOX 34526 SEATTLE, WA 98124-1526 No. 9551 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ...,.,,...,..,..»..„....*....,..„».»......„.,.,I j DUECK. DWIGHT REILLY; Anaheim, California*****************"*"*************'*****"***** its true and lawful attomey(s)-ln-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this llth day of January , 2005 CHRISTINE MEAD. SECRETARY _ MIKE MCGAVICK. PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instalment making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seat shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAUINSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (ill) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this _ 25th _ day of September , 2007 . CHRISTINE MEAD, SECRETARY S-1049/FNEF 7/98 $ A regj,ler8d trademark of SAFECO Corporation 01/11/2005 PDF BOND #6473459 PREMIUM: $10,903 PREMIUM IS FOR CONTRACT TEHM FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-246, adopted September 19, 2007, has awarded to COURT CONCEPTS INC. (hereinafter designated as the "Principal"), a Contract for: POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 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 which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, _ COURT CONCEPTS INC. _ , as Principal, (hereinafter designated as the "Contractor"), and FIRST NATIONAL INSURANCE COMPANY OF AMERICA _ _ as Surety, are held firmly bound unto the City of Carlsbad in the sum of One Million Two Hundred Seventy One Thousand Eight Hundred Eleven Dollars ($1,271,611.00), 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 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 above bounden 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 indemnify 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 therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under 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 11/01/06 Contract No. 4502 Page 35 of 100 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this _ day of , 20_ CONTRACTOR: COURT CONCEPTS, INC. (name By:. (sign herST"" |"^> (print name here) (JJ- (Title and Organization of Signatory) (sign here) (print name here) Executed by SURETY this 25TH day of SEPTEMBER .,20.07 SURETY: FIRST NATIONAL INSURANCE COMPANY OF AMERICA (name of Surety) 120 VANTIS, ALISO VIEJO, CA 92656 (address of Surety) 949-860-6620 By: (telephone number of Surety) (signature of Attomey-in-Fact) DWIGHT REILLY (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR 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 11/01/06 Contract No. 4502 Page 36 of 100 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of/ "3x£ A V/ 3n *7/2-7/0> / Date personally appeared before me. L^rr/ ^acU^ U^oW fW<2cK 1 Name and Title of Officer (e.g., "Jane Doe, Notary Pq <L ( f\ r^t> 1 cs i^ f~l VjName(s) of Signer(s) / f0^'^"blic") OFFICIAL SEAL LARRY RODGERS NOTARY PUBUC-CAUFQRNIA Place Notary Seal Above D personally known to me [Mor proved to me on the basis of satisfactory evidence) to be the person (o) whose name(s) is/a*e subscribed to the within instrument and acknowledged to me that he/sbeAhey executed the same in his/hetftheir authorized capacity(w6), and that by his/hef/their signature(e) on the instrument the person^ or the entity upon behalf of which the person(s^ acted, executed the instrument. WITNESS my fiand and official seal. Signature OPTIONAL - Though the information below /s 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: Document Date:.. Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 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 D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2006 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 v609 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ORANGE ss. On September 25th, 2007 . before me,ALLISON RITTO, NOTARY PUBLIC personally appeared Name and Title of Officer (e.g., "Jane Doe. Notary Public") DWIGHT REILLY ALLISON RITTO Commission # 1537464 Notary Public-California Orange County My Comm. Expires Dec 23.20081 Name(s) of Signer(s) B personally known to me D proved to me on the basis of satisfactory evidence to be the personfs) whose name(e) is/we subscribed to the within instrument and acknowledged to me that he/oho/thoy executed the same in his/her/their authorized capacityfies), and that by his/her/their signature^on the instrument the person^), or the entity upon behalf of which the person^ acted, executed the instrument. WITNESS my hand, and officialseal. Place Notary Seal Above Signature of Notary Public ALLISON RITTO 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: Performance Bond Document Date:.September 25th, 2007 . Number of Pages:. Signer(s) Other Than Named Above:.NONE Capacity(ies) Claimed by Signer Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General S Attorney in Fact D Trustee D Guardian or Conservator D Other: DWIGHT REILLY RIGHT THUMBPRINT OF SIGNEH Top of thumb here Signer Is Representing:FIRST NATIONAL INSURANCE COMPANY OF AMERICA SAFECO*POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA OF ATTORNEY PO BOX 34526 FIRST NATIONAL SURETY SEATTLE, WA 98124-1626 PO BOX 34526 SEATTU;.WA 98124-1526 No KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint,.„..,...,.,...,..,»..„„.,...,,„„..,.,.,.,„,[ j DUECK; DWIGHT RCILLY; Anaheim, California"""* its true and lawful attomey(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character Issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this Ilih day of January , 2005 CHRISTINE MEAD, SECRETARY _ MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business.. . On any instalment making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL-INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I. Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this _ 25th _ day of September , 2007 . CHRISTINE MEAD. SECRETARY S-1049/FNEF 7/98 $ A regi^,^ trademark of SAFECO Corporation 01/11/2005 PDF 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 7+t> _ whose address is Vo \hvK ~ltt?i~~n i ^\>T<z,£f rf 51^72. hereinafter called "Contractor1 and £-mkx*M. ^_~ N • A-. whose address is _ IISIE PZMat/JlD PlajTL £f. Za* 7>/-*x> CA <?2-/2-# 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 1 0263 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 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 in the amount of if ?Tf. &{( . " _ dated j^^-^f? (hereinafter referred to_ as the "Contract"). Alternatively, on written request of the Contractor, tfie 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 11 /01706 Contract No. 4502 Page 37 of 100 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 For Contractor: Address 1635 Faraday Avenue. Carlsbad. CA 92008 Title _ Name Signature Address For Escrow Agent: At the time the Escrow Account is opened, the City an a fully executed counterpart of this Agreement. Agent Revised 11/01/06 Contract No. 4502 Page 38 of 100 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: Title MAYOR Name Signature I a/flVJ g A- Jr\-£ti) ij Drive. Carlsbad, CA 92008Address 1200Cal Title Name Signature Address Title Name Signature Address I i fr/ IT c-\ ^^Q ^ 2- Revised 11/01706 Contract No. 4502 Page 39 of 100 Pages GENERAL PROVISIONS FOR POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 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. 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. 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. 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 11/01/06 Contract No. 4502 Page 40 of 100 Pages 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representa- tive. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Revised 1 1/01/06 Contract No. 4502 Page 41 of 100 Pages Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the general conditions, permits from other agencies, the Special Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Revised 11/01/06 Contract No. 4502 Page 42 of 100 Pages Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. 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. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Revised 11/01/06 Contract No. 4502 Page 43 of 100 Pages Specifications - Standard Specifications, Reference Specifications, Special Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Special Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street - Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 11/01/06 Contract No. 4502 Page 44 of 100 Pages 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. o 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete AGP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APIS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curia face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONG Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSSD Carlsbad Supplemental Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXPJT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation O Revised 11/01/06 Contract No. 4502 Page 45 of 100 Pages FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIF Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL . Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent Revised 11/01/06 Contract No. 4502 Page 46 of 100 Pages SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey Revised 11/01/06 Contract No. 4502 Page 47 of 100 Pages 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (jim) 1 jnch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) „ 1.6093 kilometer (km) 1 square foot (fr) 0.0929 square meter (mt\ \l\ /..... W*W*/b«/ W^UCUw 1ll^l\7l I*", 1 square yard (yd ) 0.8361 square meter (m 1 cubic foot (ft3) . 0.0283 cubic meter (m,) 1 cubic yard (yd) 0.7646 cubic meter (m) 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) ............................................................................. 29.5735 millileter (ml_) 1 pound mass (Ib) (avoirdupois) ........................................................... 0.4536 kitogram (kg) 1 ounce mass (oz) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) ................................................................ 0.9072 Tonne (= 907 kg) 1 Poise .................................................................................................. 0.1 pascal • second (Pa s) 1 centistoke (cs) ................................................................................... 1 square millimeters per second (mm /s) 1 pound force (Ibf) ................................................................................ 4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) ................................................................ 1 .4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ...................................................................... 1 .3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) .............................................. 1.3558 Watt (W) 1 part per million (ppm) ......................................................................... 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................ Degree Celsius (°C): °F = (1 .8 x °C) + 32 ............................................................................... °C = (°F - 32)/1 .8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 11/01/06 Contract No. 4502 Page 48 of 100 Pages Common Metric Prefixes kilo(k) 103. centi(c) 10^ milli(m) 10'j; micro (n) 10~® nano(n) 10* pico(p) 10'12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes " Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line Revised 11/01/06 Contract No. 4502 Page 49 of 100 Pages SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one- half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 11/01/06 Contract No. 4502 Page 50 of 100 Pages 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 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 Board 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 Board 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. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. 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 a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. 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. Revised 11/01/06 Contract No. 4502 Page 51 of 100 Pages 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. 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 un-revoked 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. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), 2006 Edition (Part 2 & 3), 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. 331-3B and consists of 21 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. Revised 11/01/06 Contract No. 4502 Page 52 of 100 Pages The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, and within the Work limits, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. 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) Carlsbad General Provisions. 3) Plans. 4) Technical Specifications 5) City of Carlsbad Engineering Standards, 2004 Edition. 6) San Diego Regional Standard Drawings 7) Standard Specifications for Public Works Construction 8) State of California Department of Transportation Standard Plans 9) Reference Specifications 10) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Contract Documents, Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in Section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. Revised 11/01/06 Contract No. 4502 Page 53 of 100 Pages The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. 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: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Revised 11/01/06 Contract No. 4502 Page 54 of 100 Pages Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. Revised 11701/06 Contract No. 4502 Page 55 of 100 Pages 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 therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. Revised 11/01/06 Contract No. 4502 Page 56 of 100 Pages 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 11/01/06 Contract No. 4502 Page 57 of 100 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10m (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities®, ® Curb Traffic Signal ® Signal Poles & Controller ® Junction Box © Conduit CD Minor Structure ® Abutment Fill Wall® Stake Description ® SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Point +Guard Stake Centerline or Parallel to Centerline Spacing®, <E> <1000', Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 50' on tangents & < 25' on curves, Painted line - continuous Intervisible and < 50' < 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' <;50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' < 25' or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 25', BC & EC, at 1/4A, VfeA & *A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% for catch basins: at centerline of box, ends of box & wings & at each end of the local depression ® < 50' & along end slopes & conic transitions < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height Lateral Spacing <3>, <S> on street centerline at clearing line Grade Breaks &<25' N/A ( constant offset) N/A <22' edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate Setting Tolerance (Within) 0.02' Horizontal, also see Section 2-9.2.1 herein 1' Horizontal 0.1' Vertical & Horizontal 0.1' Horizontal 0.1' Vertical & Horizontal V Horizontal & V4" Vertical V Horizontal & V Vertical %" Horizontal & V4" Vertical V Horizontal & Y4" Vertical •Vs" Horizontal & V4" Vertical V Horizontal & 74" Vertical V Horizontal & when depth cannot be measured from existing pavement V4" Vertical 78" Horizontal & V4" Vertical (when vertical data needed) 0.1 'Verticals Horizontal V4" Horizontal & V4" Vertical Revised 11/01/06 Contract No. 4502 Page 58 of 100 Pages Feature Staked Major Structure ® Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous © Contour Grading ® Utilities ®, ® Channels, Dikes & Ditches ® Signs ® Subsurface Drains © Overside Drains ® Markers ® Railings & Barriers © AC Dikes © Box Culverts Pavement Markers® Stake Description ® RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP Centerline or Parallel to Centerline Spacing®, ® 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% intervisible & < 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & < 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R< 1000'. At beginning & end and < 50' on tangents & curves when R > 1000' & < 25' on curves when R< 1000' At beginning & end 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 200' on tangents, 50' on curves when R > 1000' & 25' on curves when R < 1000'. For PCC surfaced streets lane cold joints will suffice Lateral Spacing <3>, <E> as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) Setting Tolerance (Within) °/8" Horizontal & V4" Vertical °/8" Horizontal & '// Vertical 0.1' Vertical & Horizontal °/8" Horizontal & 74" Vertical 0. 1' Horizontal &'/4" Vertical 0.1 'Verticals. Horizontal 0.1' Horizontal &74" Vertical 0.1 'Horizontals. '// Vertical V4" Horizontal %" Horizontal & Vertical 0.1' Horizontal & Vertical J/8" Horizontal & 74" Vertical 74" Horizontal o ® Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature ® > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number fol- lowing the symbol. ® The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) Revised 11/01/06 Contract No. 4502 Page 59 of 100 Pages TABLE 2-9.2.2(6) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 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. Revised 11/01/06 Contract No. 4502 Page 60 of 100 Pages 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. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. Revised 11/01/06 Contract No. 4502 Page 61 of 100 Pages 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 25 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 25 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 25 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 25 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 125 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 25 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 75 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 75 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3-2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. Revised 11/01/06 Contract No. 4502 Page 62 of 100 Pages 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Revised 11/01/06 Contract No. 4502 Page 63 of 100 Pages 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. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (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. Revised 11/01/06 Contract No. 4502 Page 64 of 100 Pages 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. 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. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be 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. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. Revised 11/01/06 Contract No. 4502 Page 65 of 100 Pages 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. 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. 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. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. 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: Revised 11/01/06 Contract No. 4502 Page 66 of 100 Pages 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 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. 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. Revised 11/01/06 Contract No. 4502 Page 67 of 100 Pages (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. (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 non-binding 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 11701/06 Contract No. 4502 Page 68 of 100 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. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. Revised 11/01/06 Contract No. 4502 Page 69 of 100 Pages 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. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these 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, Technical Specification, and any 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. Revised 11/01/06 Contract No. 4502 Page 70 of 100 Pages 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. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. 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. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. Revised 11/01/06 Contract No. 4502 Page 71 of 100 Pages All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: Revised 11/01/06 Contract No. 4502 Page 72 of 100 Pages 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 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. 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. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. Revised 11/01/06 Contract No. 4502 Page 73 of 100 Pages The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. Revised 11 /01 /06 Contract No. 4502 Page 74 of 100 Pages 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301 -1.6, 2006 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. 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 therefore 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. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. Revised 11/01/06 Contract No. 4502 Page 75 of 100 Pages The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. 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 seven (7) calendar days after receipt of the "Notice to Proceed". 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. 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. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Revised 11/01/06 Contract No. 4502 Page 76 of 100 Pages 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. Revised 11/01/06 Contract No. 4502 Page 77 of 100 Pages 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. Revised 11/01/06 Contract No. 4502 Page 78 of 100 Pages 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.4 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.5 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. Revised 11/01/06 Contract No. 4502 Page 79 of 100 Pages 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 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 therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore the park and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 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 construction of seven (7) tennis courts and all necessary appurtenances as shown on the plans. 6-2.3 Project Meetings. The Engineer will establish the time and location of Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, 'The Contractor's Representative". 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 11/01/06 Contract No. 4502 Page 80 of 100 Pages 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. Revised 11/01/06 Contract No. 4502 Page 81 of 100 Pages 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. 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) therefore. Revised 11/01/06 Contract No. 4502 Page 82 of 100 Pages 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. Unless otherwise specified, the time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within one hundred twenty (120) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 5:00 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. No work involving warming up of equipment or any noise generating activities shall be performed by the Contractor before 8:00 a.m. or after 5:00 p.m. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. Revised 11/01/06 Contract No. 4502 Page 83 of 100 Pages 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. 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. 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. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of nine hundred dollars ($900) Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that nine hundred dollars ($900) 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. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 11/01/06 Contract No. 4502 Page 84 of 100 Pages SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR ^ ^J 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement ^"** on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE Insurance shall be required as specified in Section 10 of the Public Works Contract. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation /**** Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the ^j Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. Revised 11/01/06 Contract No. 4502 Page 85 of 100 Pages All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. 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. 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. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Revised 11 /01 /06 Contract No. 4502 Page 86 of 100 Pages Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 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. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. 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 therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. Revised 11701/06 Contract No. 4502 Page 87 of 100 Pages 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. 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 therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) per technical specification 02372. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. The City of Carlsbad will prepare and file a Notice of Intent (NOI) with the SWRCB after the Contract is awarded. The Contractor will provide the City all information necessary for the NOI within ten (10) calendar days of Contract award. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 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. Revised 11/01/06 Contract No. 4502 Page 88 of 100 Pages 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Revised 11/01/06 Contract No. 4502 Page 89 of 100 Pages Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. 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. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 1 2 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. ^F Revised 1 1/01/06 Contract No. 4502 Page 90 of 100 Pages 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760) 602-2720 2) Carlsbad Fire Department Dispatch (760) 931-2197 3) Carlsbad Police Department Dispatch (760)931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760)438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these 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 11/01/06 Contract No. 4502 Page 91 of 100 Pages 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 210-1.6 for 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 traveling 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 traveling 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 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 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 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. AW20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than six feet (6'), nor operate equipment within two feet (2') from any traffic lane occupied by traffic. For equipment, two feet (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one (1) paved traffic lane, not less than twelve feet (12') wide, shall be open for use by public traffic in each direction of travel. Revised 11/01/06 Contract No. 4502 Page 92 of 100 Pages 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Revised 11/01/06 Contract No. 4502 Page 93 of 100 Pages 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 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 therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Revised 11701 /06 Contract No. 4502 Page 94 of 100 Pages Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. Revised 11/01/06 Contract No. 4502 Page 95 of 100 Pages 7-10.4.5 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 properly 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: Prior to start of construction, the Contractor shall submit a work plan for approval by the City Engineer indicating staging and all construction methodologies that will ensure continued use of the existing park. Use of the existing Poinsettia Community Park amenities shall not be impeded in any way. 7-10.5 Adjacent Public Use. This project is within the same site as the Poinsettia Community Park which will continue to operate on a daily basis. Prior to the Notice to Proceed, the Contractor shall submit a written plan outlining how their work will be performed so as not to conflict with the adjacent activities of Poinsettia Community Park. This plan is subject to approval of the Engineer prior to issuing a Notice to Proceed. Access to the park shall be limited to the northeast area. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. 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. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." Revised 11/01/06 Contract No. 4502 Page 96 of 100 Pages SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. No facilities provided for Agency personnel shall be provided by contractor. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Revised 11/01/06 Contract No. 4502 Page 97 of 100 Pages Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. 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 these General Provisions. 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 Revised 11/01/06 Contract No. 4502 Page 98 of 100 Pages 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 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. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. 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 Section 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. Revised 11/01/06 Contract No. 4502 Page 99 of 100 Pages 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 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 Section 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 Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 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 11 /01 /06 Contract No. 4502 Page 100 of 100 Pages TECHNICAL SPECIFICATIONS SECTION 02050 DEMOLITION PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish materials, equipment, and labor necessary to perform and complete demolition work called for in the Contract Documents. B. The WORK includes demolition of existing utilities to be cut, abandoned and capped or removed to facilitate new construction as shown & specified. In addition, miscellaneous surface features are to be removed or relocated as indicated. C. Manufactured articles, materials, equipment, and accessories shall be demolished as shown and in accordance with the manufacturer's specifications and recommendations, and industry standards, unless otherwise shown or specified. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork. B. PROTECTION OF PERSONS AND PROPERTY AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. C. ENVIRONMENTAL CONTROLS of the GENERAL PROVISIONS. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the Carlsbad City Building Code. 1.4 CONTRACTOR SUBMITTALS A. General: Submittals shall be made in accordance with the GENERAL PROVISIONS. B. Demolition Schedule: The CONTRACTOR shall submit a complete coordination schedule for demolition work, including shut-off and continuation of utility services, with the ENGINEER'S approval prior to start of the work. The schedule shall indicate proposed methods and operations of facility demolition, and provide a detailed sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. 1.5 QUALITY ASSURANCE A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 05/08/2007 DEMOLITION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 02050-1 TENNIS COURTS 1.6 JOB CONDITIONS A. Condition of Facilities: AGENCY assumes no responsibility for actual condition of facilities to be demolished. The CONTRACTOR shall visit the site and inspect the existing facilities. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 OCCUPANCY AND POLLUTION CONTROL A. Water sprinkling, temporary enclosures, and other suitable methods shall be used to limit dust and dirt rising and scattering in the air. Comply with AGENCY regulations pertaining to environmental protection. B. Water shall not be used when it creates hazardous or objectionable conditions such as ice, flooding, or pollution. C. Water contaminated with sediment or hazardous or toxic materials shall not be allowed to run off into the public storm drain system (including street gutters). Such runoff shall be intercepted, collected and disposed of according to existing environmental regulations. 3.2 PROTECTION A. Safe passage of persons around area of demolition shall be ensured. Operations shall be conducted to prevent damage to adjacent buildings, structures, other facilities, and people. B. Existing landscaping materials, structures, and appurtenances, which are not to be demolished shall be protected and maintained as necessary and in accordance with Section 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS of the GENERAL PROVISIONS. C. The CONTRACTOR shall protect and maintain conduits, drains, sewers, pipes, and wires that are to remain on the property. 3.4 BELOW-GRADE DEMOLITION A. Existing storm drain structures shall be demolished and removed as indicated on the Drawings. B. Below-grade areas and voids resulting from demolition of structures shall be completely filled. C. All fill and compaction shall be in accordance with Section 02200, "Earthwork". D. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as shown. 05/08/2007 DEMOLITION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 02050-2 TENNIS COURTS 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the CITY. Alternate routes shall be provided around closed or obstructed traffic ways. B. Site debris, rubbish, hazardous materials identified in Part 1.1-B herein and other materials resulting from demolition operations shall be removed at the CONTRACTOR'S expense. Burning of removed materials from demolished structures shall not be permitted on site. C. The ENGINEER will provide a list of approved Treatment, Storage and Disposal Facilities (TSDF's) from which the contractor may select one for disposal of hazardous waste. Prior to disposal, of the hazardous material the CONTRACTOR shall submit to the ENGINEER the name of the proposed TSDF that the CONTRACTOR has selected from the approved TSDF list. D. The CONTRACTOR shall request from the ENGINEER an EPA Generator ID Number. The ENGINEER will provide the number to the CONTRACTOR. This number will be used on all Hazardous Waste Manifests or Shipping Papers used to transport hazardous waste. Copies of all manifests and shipping papers will be provided to the ENGINEER at the time of transport for any Hazardous Waste and completed copies signed by the TSDF will be returned to the ENGINEER within the time frames specified by state and federal regulations. 3.6 PATCHING AND REPAIRING A. The CONTRACTOR shall provide patching, replacing, repairing, and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces whether shown or not shown, with materials and procedures approved by the ENGINEER. B. The CONTRACTOR shall repair all damages caused to adjacent facilities by demolition as directed by the ENGINEER at no cost to the CITY. C. The CONTRACTOR shall make a detailed inspection after patching and repairing has been completed, and shall carefully remove splattering of mortar from adjoining work (particularly, but not limited to, plumbing fixtures, trim, tile, and finish metal surfaces), and make good any damage caused by such cleaning operations. 3.7 CLEANING A. During and upon completion of work, the CONTRACTOR shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean, approved condition in accordance with the GENERAL PROVISIONS. 05/08/2007 DEMOLITION POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 02050-3 TENNIS COURTS B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition, as directed by the ENGINEER or the INSPECTOR, and return adjacent areas to condition existing prior to start of work. C. The CONTRACTOR shall remove and legally dispose of demolished materials and debris from the site. D. The CONTRACTOR shall clean and sweep the street and road daily. 05/08/2007 DEMOLITION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 02050-4 TENNIS COURTS SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 THE REQUIREMENT A. The work of this Section includes all earthwork required for construction of the WORK. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation; all pumping, ditching, draining, dewatering, and other required measures for the removal or exclusion of water from the excavation; the supporting of structures above and below the ground; all backfilling around structures and all backfilling of trenches and pits; the disposal of excess excavated materials; borrow of materials to make up deficiencies for fills; and all other incidental earthwork, all in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Division 15 MECHANICAL, Piping, General. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards: 1. Commercial Standards: ASTM C 136 Test Method for Sieve Analysis of Fine and Coarse Aggregates. ASTM D 422 Test Method for Particle-Size Analysis of Soils. ASTMD 1556 Test Method for Density of Soil in Place by the Sand-Cone Method. ASTMD 1557 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457-mm) Drop. ASTM D 1633 Test Method for Compressive Strength of Molded Soil-Cement Cylinders. ASTM D 2166 Test Method for Unconfined Compressive Strength of Soils. ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK-PHASE 2A CONTRACT NO. 4502 02200-1 TENNIS COURTS ASTM D 2435 Test Method for One-Dimensional Consolidation Properties of Soils. ASTM D 2487 Classification of Soils for Engineering Purposes. ASTM D 2901 Test Method for Cement Content of Freshly-Mixed Soil-Cement. ASTM D 2922 Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). ASTM D 3017 Test Methods for Moisture Content of Soil & Rock in Place by Nuclear Methods (Shallow Depth). UBC No. 29-2 Test Method for Expansion Index of Soils. 2. Standard Specifications: SSPWC Sections 203-1, 203-2, 203-3 - Bituminous Materials SSPWC Section 211 - Soil and Aggregate Tests SSPWC Section 300 - Earthwork SSPWC Section 306-1 - Open Trench Operations 3. Uniform Building Code. 4. California Labor Code. 1.4 CONTRACTOR SUBMITTALS A. Submittals, including samples of materials, shall be in accordance with the GENERAL PROVISIONS. B. The CONTRACTOR'S attention is directed to the provisions for "Shoring and Bracing Drawings" in Section 6705 of the California Labor Code, and SSPWC Section 306-1.1. The CONTRACTOR, prior to beginning any trench or structure excavation 5 feet deep or over shall submit to the ENGINEER and shall be in receipt of the ENGINEER'S written acceptance of the CONTRACTOR'S detailed plan showing design of all shoring, bracing, sloping of the sides of excavation, and other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. The plans shall be prepared by a qualified civil or structural engineer licensed in the State of California and employed by an independent engineering firm insured against errors and omissions to the extent required by the ENGINEER. The submittal(s) shall include a site location map referencing existing features; detailed plans; elevations, and various sections indicating all excavation slopes, shoring components and connections and showing all structures and utilities potentially influenced by the performance of shoring, trenching or structure excavation along with supporting calculations; notes including sequence of construction, materials, and other clarification as required by the California Labor Code, SSPWC, and the contract documents. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK - PHASE 2A CONTRACT NO. 4502 02200-2 TENNIS COURTS 1.5 QUALITY ASSURANCE A. General: All soils testing will be done by a testing laboratory of the ENGINEER'S choice at the AGENCY'S expense except as specified in Paragraph 1.5C below. B. Where soil material is required to be compacted to a percentage of maximum dry density, the maximum dry density at optimum moisture content will be determined in accordance with the latest version of ASTM D 1557. In-place field density tests will be performed in accordance with ASTM D 1556, (sand cone) and/or ASTM D 2922 and ASTM D 3017 (nuclear gauge). The number and location of field density tests will be determined by the ENGINEER. At least one sand-cone test (ASTM D 1556) will be taken for every four nuclear tests (ASTM D 2922 and 3017). C. In case the tests of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to ensure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the ENGINEER and shall be at the CONTRACTOR'S expense. All imported fill material not specified in the contract shall be tested at the CONTRACTOR'S expense and approved by the ENGINEER. D. Where imported fill material is required to possess certain gradation, strength, and settlement properties, the grain size distribution of soils will be determined using ASTM D 422, the gradation of concrete aggregate and base materials will be determined using ASTM C 136, the sand equivalent of soils will be determined using ASTM D 2419, the consolidation of soils will be determined using ASTM D 2435, the unconfined compressive strength of soils will be determined using ASTM D 2166, and the expansion index of soils will be determined using UBC No. 29-2. 2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENT A. General: Fill and backfill materials shall be suitable selected or processed clean, fine earth, rock, or sand, and free from grass, roots, brush, or other vegetation; contamination; or deleterious material. B. Suitable materials may be obtained from onsite excavations, may be processed onsite materials, or may be imported provided these materials meet all the requirements in the Geotechnical Report, prepared by Leighton Consulting, dated October 25, 2006 (Project No. 601554-001). If imported materials are required to meet the requirements of this Section or to meet the quantity requirements of the project, the CONTRACTOR shall provide the imported fill materials and the required reports of test results at no additional expense to the AGENCY, unless a unit price item is included for imported materials in the bidding schedule. Unclassified fill shall consist of all fill unless separately designated. Unclassified fill shall conform to the requirements of SSPWC Section 300-4 and the requirements stated in the recommendations of the Geotechnical Report, prepared by Leighton Consulting, dated October 25, 2006 (Project No. 601554-001). The following types of suitable materials are designated and defined as follows: 1. Crushed Aggregate Base (CAB) shall conform to the requirements of SSPWC Section 200-2.2. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK - PHASE 2A CONTRACT NO. 4502 02200-3 TENNIS COURTS 2. Crushed Miscellaneous Base (CMB) shall conform to the requirements of SSPWC Section 200-2.4. Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded and shall meet the following gradation requirements: , •_--:- r. -. Sieve Size - - ~ v™.r •>:• 1 -inch 3/4-inch 3/8-inch No. 4 No. 8 No. 30 No. 50 No. 200 ^"rfercentsgelRS^singZC'1 - 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 The drainrock shall have a sand equivalent value not less than 75. The finish graded surface of the drainrock immediately beneath hydraulic structures shall be stabilized to provide a firm, smooth surface upon which to construct reinforced concrete floor slabs. The CONTRACTOR shall use, at its option, one of the asphalt types listed below, conforming to SSPWC Section 203-2 or SSPWC Section 203-3. Designation Spray Temperature (QF) Coverage (gal/sq yd) •~;Type-1^> SC-70 135-175 0.50 • ~-TypeJ,c7: SC-250 165-200 0.50 -r:Type3 ; RS-1 70-120 0.50 If the surface remains tacky, sufficient sand shall be applied to absorb the excess asphalt. Primary Structural Fill shall conform to the requirements stated in the recommendations of the Geotechnical Report, prepared by Leighton Consulting, dated October 25, 2006 (Project No. 601554-001). Structure Backfill material shall conform to the requirements of SSPWC Section 300-3.5.1 and the requirements stated in the recommendations of the Geotechnical Report, prepared by Leighton Consulting, dated October 25, 2006 (Project No. 601554- 001). Previous Backfill material shall conform to the requirements of SSPWC Section 300-3.5.2 and the requirements in the recommendations stated in the recommendations of the Geotechnical Report, prepared by Leighton Consulting, dated October 25, 2006 (Project No. 601554-001). Type A Bedding material shall conform to the requirements for 3/4-inch Crushed Rock, 1/2-inch Crushed Rock, No. 3 Concrete Aggregate, No. 4 Concrete Aggregate, or Portland Cement Concrete Sand in SSPWC Section 200-1 for pipes larger than 24 inches in diameter. Type A Bedding material shall conform to the requirements for Type B Bedding material or the requirements for Portland Cement Concrete Sand in SSPWC Section 200-1 for pipes 24 inches or smaller in diameter. 05/08/2007 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS CONTRACT NO. 4502 EARTHWORK 02200-4 Type B Bedding material shall conform to the requirements for 1/2-inch Crushed Rock or No. 4 Concrete Aggregate in SSPWC Section 200-1. Concrete Pipe Bedding material shall conform to the requirements of SSPWC Section 201-1. Sand-Cement Slurry material shall conform to the requirements of SSPWC Section 201- 1 for Trench Backfill Slurry. Soil Cement material shall conform to the requirements of SSPWC Section 301-3.1. Topsoil material shall conform to the requirements of SSPWC Section 212-1.1. USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES C. The CONTRACTOR shall use the types of materials as designated herein for all required fill, backfill, and embankment construction hereunder. D. Where these Specifications conflict with the requirements of any local agency having jurisdiction, or with the requirements of a material manufacturer, the ENGINEER shall be immediately notified. In case of conflict therewith, the CONTRACTOR shall use the most stringent requirement, as determined by the ENGINEER. E. Fill and backfill types shall be used in accordance with the following provisions: 1. Embankment fills shall be constructed of Unclassified Fill material, as conforming to the requirements recommended in the Geotechnical Report, prepared by Leighton Consulting, dated October 25, 2006 (Project No. 601554-001). 2. Pipe zone backfill, as defined under "Pipe and Utility Trench Backfill" herein, shall consist of the following materials for each pipe material listed below. a. Mortar coated pipe, concrete pipe, and uncoated ductile iron pipe shall be provided Type A Bedding, Type B Bedding, or Concrete Pipe Bedding materials as defined herein for pipe zone backfill material. b. Plastic pipe and vitrified clay pipe shall be backfilled with 3/4-inch Crushed Rock conforming to SSPWC Section 200-1 or Concrete Pipe Bedding material as defined herein for pipe zone backfill material. 3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shall be Unclassified Fill material as defined herein unless conditions require the use of a designated material as indicated in the Contract Documents. 4. Final backfill material for pipelines under paved areas, as defined under "Pipe and Utility Trench Backfill" shall be Crushed Aggregate Base (CAB) material as defined herein. 5. Trench backfill and final backfill for pipelines under structures shall be the same material as used in the pipe zone, except where concrete encasement is required by the Contract Documents. 6. Aggregate base materials under pavements shall be Crushed Aggregate Base (CAB) material constructed to the thickness shown or specified. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK - PHASE 2A CONTRACT NO. 4502 02200-5 TENNIS COURTS 7. Backfill around or behind structures shall consist of Structure Backfill as defined herein unless indicated otherwise in the Contract Documents. 8. Fill materials beneath structures shall be as follows: a. Fill beneath hydraulic structures or other water retaining structures with underdrain systems shall be drainrock material, as defined herein, constructed to the limits and thicknesses shown or specified. b. Fill beneath structures without underdrain systems shall be Primary Structural Fill as defined herein. c. Fill beneath structures where groundwater must be removed to allow placement of concrete shall be Primary Structural Fill as defined herein. 9. Backfill used to replace pipeline trench over-excavation shall consist of Type B Bedding material as defined herein. 10. The top 6 inches of fill on concrete reservoir roofs, embankment fills around hydraulic structures, and all other embankment fills shall consist of Topsoil as defined herein. PART 3 - EXECUTION 3.1 CLEARING, GRUBBING, AND STRIPPING A. Clearing and grubbing shall be performed in accordance with SSPWC Section 300-1. B. Stripping shall include the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The depth of stripping shall be as shown on the Drawings and specified herein. C. Topsoil from the strippings shall be stockpiled and may be used for the finished site grading, subject to the approval of the ENGINEER. Excess topsoil will be placed in the waste disposal areas designated by the ENGINEER. D. Prior to beginning any excavation or fill, strip the topsoil to a depth of 24-inches, to a depth sufficient to remove all organic material and stockpile for future use. In general, topsoil shall be removed where structures are to be built, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. Topsoil shall be stored clear of the construction area. Take reasonable care to prevent the topsoil from becoming mixed with subsoil. In lieu of reusing stockpiled topsoil, use imported topsoil as required for finished grading. 3.2 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. General: Except when specifically provided to the contrary, excavation shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown or ordered. Unless otherwise provided, the entire construction site shall be stripped of all vegetation, debris, and all deleterious materials, and such materials shall be removed from the site prior to performing any excavation or placing any fill. The CONTRACTOR shall furnish, place, and maintain all supports and shoring that may be required for the sides of the 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK-PHASE 2A CONTRACT NO. 4502 02200-6 TENNIS COURTS excavations, and all pumping, ditching, or other measures for the removal or exclusion of water, including taking care of storm water, groundwater (dewatering if required), and wastewater reaching the site of the work from any source so as to prevent damage to the work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable Uniform Building Code requirements, State safety requirements, and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926), and the Contract Documents. B. Excavation Beneath Structures and Embankments: Except where otherwise specified for a particular structure or ordered by the ENGINEER, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath structures or fills shall be over-excavated. The subgrade areas beneath embankments shall be excavated to remove not less than the top 24inches of native material and where such subgrade is sloped, the native material shall be benched. When such over-excavation is shown, both over-excavation and subsequent backfill to the required grade shall be performed by the CONTRACTOR. When such over-excavation is not shown on the plan and not specified but is ordered by the ENGINEER, such over-excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established and approved by the ENGINEER prior to commencing the work; otherwise payment will be made in accordance with a negotiated price. After the required excavation or over-excavation has been compjeted, the exposed surface shall be scarified to a depth of 8 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain the required relative compaction. C. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base, if such base is called for; otherwise it shall extend to the paving thickness. After the required excavation has been completed, the exposed surface shall be scarified to a depth of at least 12 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain 95 percent of maximum dry density. D. Excavation Subgrade and Below Subgrade: 1. Excavate and shape subgrade to line, grade, and cross-section shown on Drawings. Following receipt of written acceptance for the subgrade by the ENGINEER, compact the subgrade with approved equipment until the top 6-inches is compacted to 90percent of maximum dry density at optimum moisture content as determined by ASTM D 1557. Remove all soft, loose, or otherwise unsuitable material and replace with suitable sandy material. The finished subgrade shall be firm, hard and unyielding. The subgrade shall be considered to extend over the full width of the base course. Compaction shall extend 18 inches beyond the edge of paving, curb, or form. 2. Where the ENGINEER deems subgrade material to be unsatisfactory, excavation below subgrade will be required to such depths as necessary to remove the unsatisfactory material. Excavation below grade shall be of the same classification as that above it provided it is removed in the same operation as the normal excavation. Special equipment or hand excavation may be required because of the presence of shallow utilities or other unforeseen conditions. E. Notification of ENGINEER; The CONTRACTOR shall notify the ENGINEER at least 2 working days in advance of completion of any structure excavation and shall allow the ENGINEER a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK-PHASE 2A CONTRACT NO. 4502 02200-7 TENNIS COURTS 3.3 PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Unless otherwise shown or ordered, excavation for pipelines and utilities shall be open-cut trenches conforming to SSPWC Section 306-1.1. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the CONTRACTOR, but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 18 inches. The maximum width at the top of the pipe shall be in accordance with Table A of Standard Plan S-251. If the maximum trench width is exceeded, the Contractor shall provide substitute installation in accordance with Table B of Standard Plan S-251. B. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be allowed. C. Open Trench: the maximum amount of open trench permitted in any one location shall be 500 feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is greater. All trenches shall be fully backfilled at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than 100 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. D. Over-Excavation: When ordered by the ENGINEER, whether indicated on the Drawings or not, trenches shall be over-excavated beyond the depth shown. Such over-excavation shall be to the depth ordered. The trench shall then be backfilled to the grade of the bottom of the pipe. All work specified in this Section shall be performed by the CONTRACTOR when the over-excavation ordered by the ENGINEER is less than 6 inches below the limits shown. When the over-excavation ordered by the ENGINEER is over 6 inches below the limits shown, additional payment will be made to the CONTRACTOR for that portion of the work which is located below said 6 inch distance. Said additional payment will be made under separate unit price bid items for over-excavation and bedding if such bid items have been established; otherwise payment will be made in accordance with a negotiated price. E. Obtain ENGINEER'S approval before beginning excavation. Complete clearing and grubbing prior to the start of trenching. Do not permit excavated materials to cover brush or trees prior to disposal. 3.4 OVER-EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over-excavation carried below the grade ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. Such work shall be performed by the CONTRACTOR at its own expense. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK - PHASE 2A CONTRACT NO. 4502 02200-8 TENNIS COURTS 3.5 EXCAVATION IN LAWN AREAS A. Where excavation occurs in lawn areas, the sod shall be carefully removed and stockpiled to preserve it for replacement. Excavated material may be placed on the lawn; provided, that a drop cloth or other suitable method is employed to protect the lawn from damage. The lawn shall not remain covered for more than 72 hours. Immediately after completion of backfilling and testing of the pipeline, the sod shall be replaced in a manner so as to restore the lawn as near as possible to its original condition and to the satisfaction of the ENGINEER. CONTRACTOR shall provide new sod if stockpiled sod has remained so for more than 72 hours within the scope of the contract. 3.6 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the ENGINEER. Trees shall be supported during excavation by any means previously reviewed by the ENGINEER. 3.9 PROTECTION OF SUBGRADE A. After preparing the subgrade as specified, all traffic on the subgrade shall be avoided. Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for transporting materials over the prepared subgrade shall be equipped with pneumatic tires. B. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross-section, will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. C. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. D. The subgrade shall be maintained in the finished condition until the first succeeding course of concrete is placed. E. The ENGINEER has the right to test the reworked subgrade and approve or disapprove the subgrade depending on its condition. 3.10 BACKFILL - GENERAL A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the concrete has attained specified strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. B. Except for drainrock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK - PHASE 2A CONTRACT NO. 4502 02200-9 TENNIS COURTS 3.11 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment, the layers shall be evenly spread in loose lifts not exceeding 8 inches in thickness so that when compacted each layer shall not exceed 6 inches in thickness. B. During spreading, each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Pipe zone backfill materials shall be manually spread around the pipe so that when compacted, the pipe zone backfill will provide uniform bearing and side support. C. Where the backfill material moisture content is below the optimum moisture content, water shall be added before or during spreading until the proper moisture content is achieved. D. Where the backfill material moisture content is too high to permit the specified degree of compaction, the material shall be dried until the moisture content is satisfactory, at or slightly above optimum moisture content. 3.12 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer or fill shall be mechanically compacted using proper compaction equipment (not rubber tire or wheel rolling) to the specified percentage of maximum dry density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. B. Flooding, ponding, or jetting shall not be used to densify and fill materials. C. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the depth of the fill at that time, but not less than 5 feet. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. D. Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557. Where agency or utility company requirements govern, the highest compaction standards shall apply. ' r:'-:- -'"' '^^^!^e^^^^j^^^^^S^^^^^ Pipe zone backfill portion above bedding for flexible pipe. Pipe zone backfill bedding and over-excavated zones under bedding/pipe for flexible pipe. Pipe zone backfill portion above bedding for rigid pipe. Pipe zone backfill bedding and over-excavated zones under bedding/pipe for rigid pipe. Final backfill, beneath paved areas or structures. Final backfill, not beneath paved areas or structures. Trench zone backfill. Topsoil Aggregate base '4r-Perdentag^of;c"- Maximum Density 90 90 90 90 95 90 90 85 95 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK - PHASE 2A CONTRACT NO. 4502 02200-10 TENNIS COURTS E. Trench Backfill Requirements: The pipe has been structurally designed based upon the trench configuration specified herein. F. The CONTRACTOR shall maintain the indicated trench cross section up to a horizontal plane lying 6 inches above the top of the pipe. G. If, at any location under said horizontal plane, the CONTRACTOR slopes the trench walls or exceeds the maximum trench widths indicated in the Contract Documents, the pipe zone backfill shall be "improved" or the pipe class increased as specified herein, at no additional cost to the AGENCY. "Improved" backfill shall mean sand-cement backfill containing at least 188 pounds of cement per cubic yard or equal materials acceptable to the ENGINEER. H. If the allowable vertical deflection specified for flexible pipe is exceeded, the CONTRACTOR shall expose and re-round or replace the pipe, repair all damaged lining and coating, and reinstall the pipe zone material and trench backfill as specified at no additional expense to the AGENCY. 3.13 PIPE AND UTILITY TRENCH BACKFILL A. Pipe Zone Backfill: The pipe zone is defined as that portion of the vertical trench cross-section lying between a plane 6 inches below the bottom surface of the pipe, i.e., the trench subgrade, and a plane at a point 6 inches above the top surface of the pipe. The bedding for flexible pipe is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The bedding for rigid pipe is defined as that portion of the pipe zone backfill material between the trench subgrade and a level line which varies from the bottom of the pipe to the spring line as shown. B. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines. Unless otherwise specified or shown, for other pipelines the bedding may be omitted if all the following conditions exist. 1. The pipe bears on firm, undisturbed native soil which contains only particles that will pass a one-inch sieve. 2. The trench excavation is not through rock or stones. 3. The trench subgrade soils are classified as suitable fill and backfill materials per Paragraph 2.1. 4. The trench subgrade soils have, as a maximum, a moisture content that allows compaction. C. Where bedding is required, after compacting the bedding the CONTRACTOR shall perform a final trim using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. D. The pipe zone shall be backfilled with the specified backfill material. The CONTRACTOR shall exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK-PHASE 2A CONTRACT NO. 4502 02200-11 TENNIS COURTS Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross-section lying between a plane 6 inches above the top surface of the pipe and a plane at a point 18 inches below the finished surface grade. If concrete or sand- cement slurry backfill are used, the pipe shall be filled with water to prevent flotation. 05/08/2007 EARTHWORK POINSETTIA COMMUNITY PARK - PHASE 2A CONTRACT NO. 4502 02200-12 TENNIS COURTS SECTION 02232 PREPARATION OF PAVEMENT SUBGRADE PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work of preparation of subgrade requirements as indicated on the Drawings and specified herein. B. The subgrade will be considered as those areas and surfaces, new or existing, upon which subbase or base material, pavement, curbs and gutters, driveways, or sidewalks are to be placed. C. All underground work in the area of the subgrade shall be completed and properly backfilled and compacted in compliance with Section 02200 "Earthwork" before subgrade work is started. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02050 Demolition. B. Section 02200 Earthwork. C. Section 02527 Concrete Driveway, Sidewalk, Curb and Gutter. ,j«% 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications of the GENERAL PROVISIONS. B. Comply with SSPWC Section 301 - 1.4. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Quality assurance shall be as specified in Section 02200 "Earthwork". PART 2-PRODUCTS 2.1 EXCAVATION AND EMBANKMENT A. The excavation is unclassified and shall include removal of materials which are encountered in excavating to the required grades, including existing pavement and curbs designated to be removed, or other deleterious materials as required to accomplish the construction. B. Unsuitable material below the processing depth for subgrade shall be excavated and disposed of as directed by the ENGINEER. >«*«. 05/08/2007 PREPARATION OF PAVEMENT SUBGRADE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 02232-1 TENNIS COURTS PART 3 - EXECUTION 3.1 SUBGRADE A. Excavate and shape subgrade to line, grade, and cross-section shown on Drawings. Scarify and compact the top 12 (twelve) inches of subgrade to at least 95 percent of the maximum dry density attainable as determined by ASTM D 1557 except clay soils with a Liquid Limit greater than or equal to 50 percent and a plasticity index greater than or equal to 20 shall be prepared according to the recommendation of the ENGINEER. Remove all soft or otherwise unsuitable material and replace with suitable material as specified in Section 02200 "Earthwork". In sandy soils the moisture content shall be kept at, or slightly above, the optimum moisture content. However, in Clayey and Silty soils, the moisture content shall be kept at about 2% above the optimum moisture content. The finished subgrade shall be firm, hard and unyielding. The subgrade shall be considered to extend over the full-width of the base course. Compaction shall extend at least 18 inches beyond the edge of paving, curb, or form. B. Subgrade tolerances for roadway structures, sidewalk, curb and gutter and driveways shall be in conformance with SSPWC Section 301 -1.4. 3.2 EXCAVATION BELOW SUBGRADE A. Where the ENGINEER determines the subgrade material to be unsuitable, excavation below subgrade will be required to such depths as necessary to remove the unsuitable material. Excavation below grade shall be of the same classification as that above it provided it is removed in the same operation as the normal excavation. Special equipment may be required because of the presence of shallow utilities or other unforeseen conditions. B. The over-excavated unsuitable subgrade shall be replaced with suitable material per Section 02200 "Earthwork". 3.3 PROTECTION OF SUBGRADE A. After preparation the subgrade as specified, all traffic on the subgrade shall be avoided. Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for transporting materials over the prepared subgrade shall be equipped with pneumatic tires. B. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross-section, will not be permitted. The CONTRACTOR shall protect the preparation subgrade from all traffic. C. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. D. The subgrade shall be maintained in the finished condition as required by Section 3.1 A, until the first succeeding course is placed. 05/08/2007 PREPARATION OF PAVEMENT SUBGRADE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 02232-2 TENNIS COURTS SECTION 02372 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Preparation, implementation and monitoring of Storm Water Pollution Prevention Plan (SWPPP) for the purpose of preventing the discharge of pollutants from the Project site into receiving waters. This includes the elimination of pollution discharges such as improper dumping, spills or leakage from storage tanks or transfer areas. B. Compliance with local, state, and federal regulations. C. Payment of application and annual fees required by the State Water Resources Control Board (SWRCB) until the date of Substantial Completion. D. Certification that the Project has met all of the conditions of the General Construction Activity Storm Water Permit (GCASP). 1.2 RELATED SECTIONS A. GENERAL PROVISIONS Section 2-5.3: Submittals B. GENERAL PROVISIONS Section 8: Facilities for Agency Personnel C. GENERAL PROVISIONS Section 9: Measurement and Payment PART 2-PRODUCTS 2.1 MATERIALS A. Provide the quality, grade, and type of materials as specified in the City of Carlsbad Department of Public Works - Development Best Management Practices - Part A - Construction Activities. PART 3 - EXECUTION 3.1 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: 1. The City of Carlsbad Department of Public Works - Development Best Management Practices in accordance with Order no. 2001-01 SUSMP and General Provisions Section 7-8.6. 05/08/2007 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 02372-1 TENNIS COURTS 3.2 PREPARATION AND SUBMITTAL A. Prepare and submit to the OWNER, within fourteen (14) days after the Effective Date of the Contract, four (4) copies of the completed Storm Water Pollution Prevention Plan and Monitoring Program Checklist (Checklist) and Storm Water Pollution Prevention Plan (SWPPP) as required to comply with storm water pollution regulations for the Project site. B. The City will prepare and submit the Notice of Intent application to the State Water Resources Control Board. The contractor shall provide all necessary information of the Notice of Intent before the City will issue a notice to proceed. Information required for completing the application can be found on the State Water Resources Control Board web site: http://www.swrcb.ca.gov/stormwtr/gen const.html#const permit C. Prepare Checklist by downloading instructions from the State Water Resources Control Board web site: http://www.swrcb.ca.gov/stormwtr/gen const.htmlflconst permit D. Prepare SWPPP by downloading template from www.cabmphandbooks.com 3.3 IMPLEMENTATION A. Install perimeter controls prior to starting Work at the Project site. B. Curtain on-site storm water on the Project site. Do not drain on-site water directly into the storm drain. C. Designate trained personnel for the proper implementation of the SWPPP. D. Revise SWPPP to suit changing Project site conditions and also when properly installed systems are ineffective. E. Upon Substantial Completion: 1. Leave storm water pollution prevention controls in place when required for post- construction storm water management and remove those that are not needed as determined by OWNER. OWNER will maintain prevention controls left in place. 2. Provide Site Monitoring Reports, SWPPP revisions, Compliance Certifications and related documents to OWNER. Post-construction storm water operation and the management plan as mentioned in the compliance certifications are considered to be in place at Final Completion. 3.4 MONITORING A. Conduct examination of pollution prevention controls on a monthly basis, as well as before and after each storm and each day during extended storm events. Prepare and maintain, at the Project site, a log of each inspection using Site Monitoring Report forms. Notify to RWQCB within 30 days if there is any noncompliance. 05/08/2007 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 02372-2 TENNIS COURTS 3.5 LIABILITIES AND PENALTIES A. Review of the SWPPP and inspection log by OWNER shall not relive CONTRACTOR from liabilities arising from non-compliance of storm water pollution regulations. B. Payment of penalties for non-compliance by CONTRACTOR shall be the sole responsibility of CONTRACTOR. C. Compliance with the Clean Water Act pertaining is the sole responsibility of CONTRACTOR. Any fine against OWNER due to non-compliance by CONTRACTOR, OWNER shall recover all costs of the fine by appropriate assessment. 3.6 ATTACHMENTS A. Attachment A - Compliance Certification. B. Attachment B - Site Monitoring Report. 05/08/2007 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 02372-3 TENNIS COURTS OWNER Project Number ATTACHMENT "A" GENERAL CONSTRUCTION ACTIVITY STORM WATER PERMIT COMPLIANCE STATE OF CALIFORNIA STATE WATER BOARD WDID NO. Name of Project: Project Description:Contract Number ANNUAL CERTIFICATION I certify the Project has met the following conditions: All elements of the Storm Water Pollution Prevention Plan are in place; construction materials and equipment maintenance waste have been disposed of properly; and the Project site is in compliance with all local storm water management requirements including erosion/sediment control requirements, and the appropriate use permits have been obtained. CONTRACTOR: Print Name: Signature: Title: Date: FINAL COMPLETION CERTIFICATION I certify the Project has been completed and the following conditions have been met: All elements of the Storm Water Pollution Prevention Plan have been completed; construction materials and equipment maintenance waste have been disposed of properly; the Project site is in compliance with all local storm water management requirements including erosion/sediment control requirements and the appropriate use permits have been obtained; and a post- construction storm water operation, and management plan is in place. CONTRACTOR: Print Name: Signature: Title: Date: 05/08/2007 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS Contract No. 4502 STORM WATER POLLUTION PREVENTION 02372-4 OWNER Project Number ATTACHMENT "A" STORM WATER POLLUTION PREVENTION SITE MONITORING REPORT STATE OF CALIFORNIA STATE WATER BOARD WDID NO. o Name of Project: Project Description:Contract Number 1. 2. 3. 4. 5. 6. Type of Examination: (Use one form for each type of examination): Q Prior to Anticipated Storm Event fj After Actual Storm Event Q Monthly Event Date Examined: Check the response for each SWPPP question below: NO YES Do you have an approved Storm Water Pollution Prevention Plan (SWPPP) and a BMP Handbook on the Project site? Does your SWPPP incorporate an up-to-date erosion control plan? Is the erosion control installed per plan? Is the Work at a stage where the erosion control plan cannot be constructed, is the erosion control at the Maximum Extent Practicable for the stage you are in? Did you observe the presence of any floating materials such as oil, grease, pieces of wood, paper, etc., odor, toxics, and/or sediments? If yes, what is that you observed? ^_^ D D D D D D III. Check the status of the following items as observed: SWPPP Items Not Repairs Date Repairs Acceptab|e Required Completed 1. De-silting Basins (Cleaned) d 2. Water Quality Basin D 3. Silt Fences D 4. Hay bales/Check dams/Sandbags D 5. Berms and Dikes D 6. Sand/Gravel Inlet n D D D D D.n nnn nn 05/08/2007 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS ~^vm,f&r Contract No. 4502 STORM WATER POLLUTION PREVENTION 02372-5 SECTION 02527 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER PART 1 - GENERAL 1.1 THE REQUIREMENT A. THE CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Contract Documents and specified herein. B. This section covers the work necessary to construct the following concrete driveways, sidewalks, and curb and gutters, complete, in place in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 Earthwork. B. Section 03100 Concrete Formwork C. Section 03290 Joints in Concrete 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Work of this section shall be performed in accordance with the Standard Specifications for Public Works Construction (SSPWC), unless otherwise specified herein. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Comply with the applicable Reference Specifications of the GENERAL PROVISIONS. PART 2 - PRODUCTS 2.1 FORMS A. Form material shall be in conformance with SSPWC Section 303-5.2. 2.2 CRUSHED AGGREGATE BASE A. Crushed Aggregate Base shall conform to 200-2.2 of the Standard Specification for Public Works Construction. 05/08/2007 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02527-1 TENNIS COURTS 2.3 EXPANSION JOINT FILLER A. Expansion joint filler shall be 1/4-inch thick, preformed asphalt-impregnated, expansion joint material conforming to ASTM D 994. 2.4 CONCRETE A. Refer to Section 03300 "Cast-ln-Place Concrete". 2.5 ACCEPTANCE OF MATERIALS A. All materials shall be subject to testing, inspection, and acceptance by the ENGINEER and the INSPECTOR at any time prior to or during the work as applicable. 2.6 EXCAVATION AND BACKFILL A. Refer to Section 02200 "Earthwork". PART 3 - EXECUTION 3.1 EXCAVATION AND BACKFILL A. Excavation and backfill shall be in conformance with Section 02200 "Earthwork". 3.2 PREPARATION OF SUBGRADE A. Preparation of subgrade shall be in conformance with Section 02232 "Preparation of Pavement Subgrade". 3.3 PLACING CRUSHED AGGREGATE BASE A. Crushed Aggregate Base shall be in conformance with the SSPWC Section 301 -2.2. B. Crushed Aggregate Base shall be compacted in conformance with SSPWC Section 301-2.3. 3.4 SETTING FORMS A. Setting forms shall be in conformance with SSPWC Section 303-5.2.1. 3.5 SLIP FORMING A. Slip-form equipment shall be in conformance with SSPWC Section 303-5.2.2. 3.6 EXPANSION JOINTS A. Expansion joints shall be constructed in conformance with SSPWC Section 303-5.4.2. 3.7 WEAKENED PLANE JOINTS A. Weakened plane joints shall be placed in conformance with SSPWC Section 303-5.4.3. 05/08/2007 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02527-2 TENNIS COURTS 3.8 PLACING CONCRETE A. Concrete shall be placed in conformance with SSPWC Section 303-5.3. 3.9 FINISHING A. General: Finishing shall be completed as specified herein for the type work being performed. B. Curb: The stripping of front forms and finishing of curb shall be in conformance with SSPWC Section 303-5.5.2. C. Walk: The finished surface of the walk shall be in conformance with SSPWC Section 303-5.5.3. D. Gutter: The gutter shall be finished in conformance with SSPWC Section 303-5.5.4. E. Access Ramps and Driveways: The Access Ramps and Driveways shall be finished in conformance with SSPWC Section 303-5.5.5. 05/08/2007 CONCRETE DRIVEWAY, SIDEWALKS, CURB AND GUTTER POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02527-3 TENNIS COURTS SECTION 02790 TENNIS COURT SPORTS SURFACE PART 1 - GENERAL 1.1 REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This section covers the application of a new wearing surface for new concrete tennis courts as specified herein and shown on Drawings. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 03100 Concrete Formwork B. Section 03380 Post Tensioned Concrete 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. Comply with American Sports Builders Association standards 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. The following submittals and specific information shall be provided. 1. Product Data: Surface preparation and installation instructions. 2. Samples: Material proposed for use showing color range available 3. Quality Control Submittals: a. Applicator Qualification: Documentation showing completion of a minimum of five (5) Plexipave projects of similar scope. 4. Contract Closeout Submittals: Guarantee per section 1.7. 1.5 PRODUCT HANDLING A. Deliver materials to the jobsite in sealed containers, each bearing manufacturer's name and product designation. B. Store and protect products from damage, deterioration, and contamination in accordance with manufacturer's written recommendations. 05/08/2007 TENNIS COURT SPORTS SURFACE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02790-1 TENNIS COURTS 1.6 ENVIRONMENTAL CONDITIONS A. Ambient Temperature: at least 50 degrees F and rising when products are applied. B. No parts to the paving system shall be applied during rainfall or when rain is imminent. 1.7 WARRANTY A. The work in the Section shall be warranted in writing against defect of materials and workmanship for a period of 1 year after the Date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURER A. California Products Corporation, Andover, Massachusetts, (800-225-1141). 2.2 MATERIALS A. Plexipave Court Surfacing System for Concrete Surfaces 1. Concrete Preparer - Concrete Preparer is especially formulated acid etching pre- treatment for previously uncoated Portland Cement Concrete that requires no after-wash. Concrete Preparer is self-neutralizing, and prepares the surface to receive the Plexipave Coating System by forming a water-insoluble reaction in the surface of the concrete. This surface reaction creates a barrier to reduce the osmotic effect of water vapor and moisture which can create blisters and destroy the bond between the Plexipave Coatings and the concrete substrate. 2. California Ti-Coat - Ti-Coat is a clear two-packaged water based epoxy primer. It penetrates concrete with an alkali resistant polymeric coating that tightly adheres to irregular texture of the concrete surface. 3. Plexipave Court Patch Binder - Court Patch Binder is a high strength acrylic latex bonding liquid designed to mix with Silica Sand and Portland Cement as an easy to use patching compound. The patching mix may be used over new or existing asphalt and concrete surfaces to repair depressions, cracks and other irregularities. Court Patch Binder allows for application of quick drying leveling patches up to %" in depth. 4. Acrylic Resurfacer - Acrylic Resurfacer is an asbestos free, acrylic latex binder developed expressly for job mixing with silica sand to obtain a fast drying filler coat that reduces surface posterity in asphalt and concrete pavements. 5. Plexipave Color Base - Plexipave Color Base is an asbestos free, naturally colored texture base used for mixing with Plexichrome and water to produce Fortified Plexipave. 6. Plexichrome - Plexichrome is a 100% acrylic coating, highly pigmented to provide a colorful, long lasting finish on tennis courts and other types of recreational areas. 7. Plexicolor Textured Line Paint (White) - Highly reflective marking paint for use over any bituminous surface or color coating system in recreational or light traffic areas. 8. Water - The water used in all mixtures shall be fresh potable. 05/08/2007 TENNIS COURT SPORTS SURFACE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02790-2 TENNIS COURTS PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. Concrete shall have a wood float or medium broom finish. DO NOT PROVIDE STEEL- TROWEL FINISH. DO NOT ALLOW ANY CURING AGENTS OR HARDENERS TO BE USED. B. Concrete must cure for a minimum of 28 days. C. Thoroughly remove all dirt, dust, mud, oil, and all foreign matter. D. Flood the surface, locate and mark all depressions greater than the thickness of a nickel. E. Prior to applying this system, the net sleeves, center strap anchor, and fencing shall be installed and approved by the ENGINEER. F. Edges to adjacent pavement and landscaping shall be adequately masked with tape or otherwise protected during these applications. The CONTRACTOR shall also erect appropriate temporary barriers to protect the coatings during the drying and curing periods. 3.2 CONCRETE PREPARER A. Concrete surface must be etched with Concrete Preparer solution. After drying, all latent material must be removed from the surface. 3.3 DEPRESSIONS A. After the surface has dried, fill marked depressions with Court Patch Binder according to specifications using the following mix: 10Olbs. 60-80 mesh silica sand (dry) 3 gallons Plexipave Court Patch Binder 1 or 2 gallons Portland Cement, Type 1 (20lbs. min.) 3.4 TACK COAT A. A tack coat is necessary under patches only and shall be mixed as follows: Plexipave Court Patch Binder diluted 1 part Court Patch Binder to 2 parts water and allowed to thoroughly dry prior to patching. After patching the surface shall not vary more than 1/8" in ten feet measured in any direction. 3.5 PRIMER COAT A. Mix and apply California Ti-Coat epoxy primer according to the manufacturer's specifications. Use only on uncoated surfaces. 05/08/2007 TENNIS COURT SPORTS SURFACE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02790-3 TENNIS COURTS 3.6 ACRYLIC FILLER COAT A. A coat of Acrylic Resurfacer shall be applied within 1 to 3 hours of the application of Ti - Coat while still tacky to fingertip touch. Acrylic Resurfacer - 55 gallons Sand (60-80 mesh) - 600-900 Ibs. Water - 20-40 gallons Liquid Yield = 112-138 gallons 3.7 PLEXIPAVE COLOR BASE AND PLEXICHROME A. Plexipave Acrylic textured coats shall be applied on the clean, dry underlying surface in 3 applications to obtain a total quantity of not less than .15 nor more than .23 gallons per sq. yd. of area, based on the material prior to dilution. No application shall be covered by a succeeding application until thoroughly dried. Dilution with Plexichrome and water to obtain proper application consistency will be as follows: Plexipave Color Base - 30 gallons Plexichrome - 20 gallons Water - 20 gallons (NOTE: Other mix ratios may be used after consulting the manufacturer.) B. The diluted material shall be homogeneous. Segregation before or during application will not be permitted. The finished surface shall have a uniform appearance and shall be free from ridges and tool marks. C. The first applications shall be applied lengthwise on the court surfaces. The second coat shall be applied crosswise to the court. The third coast shall be applied crosswise to the court. The color sealer shall be applied using 24 inch or 36 inch 50 Durometer rubber squeegees approved by the manufacturer. 3.8 PLAYING LINES A. Four hours minimum after completion of the color coating, textured playing lines shall be accurately located, marked and painted by using masking tape or templates with textured Plexicolor Line Paint as specified by the U.S. Tennis Association and the American Sports Builders Association (see attached drawing). 1. All playing lines shall be 2 inches wide except for base lines. 2. Base lines shall be 4 inches wide. 05/08/2007 TENNIS COURT SPORTS SURFACE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02790-4 TENNIS COURTS SECTION 02810 LANDSCAPE IRRIGATION PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This Section covers the construction of an automatic irrigation system, complete and operable, in accordance with the requirements of the Contract Documents. C. The irrigation system shall include, but not be limited to, all pipes, fittings, sprinklers, valves, automatic control valves, controllers, valve boxes, drain valves, hose bibb valves, operating wrenches, riser assemblies, direct burial wires, electrical connections, wiring and other appurtenances, piping, connections, testing, cleanup, maintenance and adjustments necessary for a complete operating system, ready for immediate use upon completion. Minor items necessary for proper construction and functional operation of this system, not specifically described in the Contract Documents, shall be included as a part of the work of this Section. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 0220 Earthwork B. Section 02900 Landscaping 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. Comply with SSPWC Sections 212-2, and 308-5. C. Comply with Carlsbad Municipal Water District's "Carlsbad Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, June 1991". 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Submit complete lists of irrigation materials and equipment, include manufacturer's name and address, specific trade names, catalog numbers complete with illustrations and/or necessary descriptive literature and clearly mark or underline proposed items. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-1 TENNIS COURTS 2. Controller literature, specifications, installation wiring diagram, and circuit breaker information shall be submitted to the ENGINEER for review prior to ordering. 3. Shop drawings are required for any irrigation structure as may be specified. 4. Prior to final inspection, submit "as installed" drawings, showing locations of all valves, pipes (lines), heads, dimensions, controllers, control lines, and electrical wires. Accurately dimension location including depths of all piping, valves, and control equipment as installed. 1.5 QUALITY ASSURANCE A. In addition to other inspection as provided by the INSPECTOR, the CONTRACTOR shall give at least 72 hours' notice to the INSPECTOR for scheduling the following special inspections: 1. The layout of the system. 2. Inspection of trenches, backfilling, and equipment. 3. Pressure tests. 4. Coverage adjustment. 5. Automatic operation. B. The CONTRACTOR shall notify the INSPECTOR at least 48 hours prior to performing the tests. All tests shall be performed in the presence of the INSPECTOR. Test requirements shall be: 1. After assembly and installation, all water pipes, fittings, automatic equipment, and appurtenances shall be tested at a hydrostatic pressure of 150 psi at the lowest point of the system for not less than 60 minutes. 2. The first test shall be made in such a manner that all valves in the new water pipe sprinkler lines will be tested for watertight closure. Valves may be tested in groups or singly while subjected to 150 psi water pressure for a period of not less than 60 minutes. 3. The second test shall be made by forcing all air from the pipes with water and capping or plugging pipe risers. After the pipe risers have been plugged or capped, all line valves shall be fully opened and the pipe lines subjected to the full static water pressure for a period of not less than 120 minutes. (Pressure pipelines 150 psi). 4. The third test requires that lateral lines be tested at 100 psi for 120 minutes. 5. The fourth test requires that all pressure lines be tested at 120 psi for 24 hours. 6. Water lines and valves which show evidence of leakage or fail to be watertight shall be repaired or replaced. After all repairs or replacements have been made, the above-required tests shall be performed again. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-2 TENNIS COURTS 7. When the sprinkler system is completed, the CONTRACTOR, in the presence of the ENGINEER and the INSPECTOR, shall perform a test coverage of water afforded the lawn and planting areas. The CONTRACTOR shall furnish all material and perform all work required to correct any inadequacies of coverage disclosed. The CONTRACTOR shall inform the ENGINEER of any deviation from the Drawings required due to wind, planting, soil, or site conditions that bear on proper coverage. 8. Upon completion of each phase of the work, the CONTRACTOR shall check and adjust each sprinkler head to meet the site requirements and the requirements of the Contract Documents. 1.6 OPERATING MANUALS AND EQUIPMENT A. Furnish the AGENCY with operating and maintenance manuals for all irrigation system equipment such as automatic controllers. B. Explain, in detail, all irrigation equipment operation and maintenance procedures to the personnel directed by the ENGINEER before completion of the project. C. Provide the AGENCY with a reduced legible copy of the "as-installed" irrigation plan hermetically sealed in a plastic cover to be installed in the controller cover. D. Provide one quick coupler key with 1 -inch hose swivel for each quick coupler installed. E. Provide one pull box key for each pull box installed. F. Provide one extra, a new electric remote control valve of each size used on this Contract. G. Provide five extra sprinkler heads, including body, nozzle and screen, for each type and arc of sprinkler head installed on this Contract. 1.7 GUARANTEE A. Guarantee the entire irrigation system against defects in materials and workmanship for a period of one year from the date of acceptance of the work. B. Should any deficiencies develop within the specified guarantee period due to inferior or faulty material and workmanship, correct such deficiencies to the satisfaction of the ENGINEER without added expense to the AGENCY. C. The CITY reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the AGENCY will not relieve the CONTRACTOR of his responsibilities under the terms of the guarantee. D. Repair any settlement or backfilled trenches, which may occur during a 30-day period after final acceptance by the ENGINEER and the INSPECTOR, to the ENGINEER'S and the INSPECTOR'S satisfaction, without expense to the AGENCY, including the complete restoration of all damaged planting, paving, or other improvements of any kind. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-3 TENNIS COURTS 1.8 EXISTING UTILITIES AND CONDITIONS A. Prior to cutting into the soil, the CONTRACTOR shall locate all cables, conduits, sewers, septic tanks, and other such underground utilities, and shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the CONTRACTOR shall promptly notify the ENGINEER. B. The CONTRACTOR shall be responsible for coordinating its work with the operation of existing utilities and new utilities on the Project. The CONTRACTOR shall notify the ENGINEER or its representative when utilities which are in operation require shut-off. C. Due to the scale of Drawings, it is not possible to indicate all offset, fittings, etc., which may be required. The CONTRACTOR shall carefully investigate the structural and finished conditions affecting all its work, and plan its work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The Contract Documents are generally diagrammatic and indicative of the work to be installed. The work shall be installed in the most direct and workmanlike manner, so that conflicts between sprinkler systems, planting, structures, piping, and etc., will be avoided. D. The CONTRACTOR shall verify the water pressure and the flow available at the site before installation of the system to make sure there is adequate pressure to properly operate sprinkler heads and valves, and shall also provide pressure reducing valves if required. If the pressure provided at job site or any other job condition will create problems that will prevent proper operation of the irrigation system, the ENGINEER and the INSPECTOR shall be notified before commencement of any work. Minor additions and adjustments of heads, piping, and circuits shall be made at no additional cost to AGENCY where it is necessary to make the irrigation system operate properly. 1.9 STORAGE OF MATERIALS A. The CONTRACTOR shall be responsible for storage of materials and for damage to the work covered by these Contract Documents before final acceptance of its work. The CONTRACTOR shall securely cover openings into the system, and shall cover all apparatus, equipment, and appliances both before and after being set in place to prevent obstruction in the pipes and the breakage, misuse, or disfigurement of said apparatus, equipment, or appliances. 1.10 SCHEDULING AND COORDINATION A. The CONTRACTOR shall be responsible for making arrangements for the coordination of its construction operations with those of all others on the job. The CONTRACTOR shall permit others engaged in work to accomplish their portion of work without undue interference or delay. B. The CONTRACTOR shall be responsible for the scheduling and coordination of the electrical and water connections and the installation of the piping and equipment in a manner that will affect the earliest completion of the work in conformance with the construction progress schedules. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-4 TENNIS COURTS PART 2 - PRODUCTS ^\ ^J 2.1 PIPES, TUBES, AND FITTINGS A. Hard Copper Tube: ASTM B 88, Type K, water tube, drawn temper. 1. Copper Pressure Fittings: ASME B16, 18, cast-copper-alloy or ASME B16.22, wrought-copper, solder-joint fittings. Furnish wrought-copper fittings if indicated. 2. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces and solder-joint or threaded ends. B. Plastic Pipe: Rigid polyvinyl chloride PVC 1120 (Type 1, Grade 2), conforming to ASTM D 1785. (PVC pipe marked with product standard PS-21-70 conforms to ASTM requirements.) C. PVC Pipe: PVC SDR 13.5 compound, Type 1, Grade 1, purple color for recycled water use. C315 for 2" size and larger irrigation main piping. D. PVC, Pressure-Rated Pipe: PVC compound, SDR 21, Class 200 purple pipe for recycled water use. E. All pipes shall be homogeneous throughout and free from cracks, holes, foreign materials, blisters, deleterious wrinkles, and dents. /-^ F. Use Schedule 40 PVC plastic pipe for installation on the discharge side of control valves and Schedule 80 PVC plastic pipe for continuously pressurized pipe on the supply side of control valves unless otherwise indicated. G. Supply Schedule 80 PVC plastic pipes only, when threaded joints are specified or otherwise permitted by the ENGINEER. H. All pipes shall be permanently marked with the following: manufacturer's name or trademark, size, schedule, and type of pipe, working pressure at 73 degrees F and National Sanitation Foundation (NSF) approval. I. Fittings and Couplings for Plastic Pipe: Threaded or slip-fitting tapered socket solvent weld type. Provide threaded adapters with socket pipe for connections to threaded pipe. Plastic pipe fittings and couplings shall be PVC I or PVC I/I I material supplied in the same schedule size specified for the pipe. The type of plastic materials and schedule size shall be marked on each fitting or coupling. Fittings and couplings shall comply with the following Specifications: Socket Fittings Threaded Fittings Schedule 40 ASTM D 2466, D 1784 Schedule 80 ASTM D 2464 Schedule 80 ASTM D 2467, D 1785 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-5 TENNIS COURTS 2.2 VALVES AND VALVE BOXES A. General: Provide valves of the type and capacity designated on the plan and with the requirements specified herein. All valves except quick couplers shall be capable of satisfactory performance at a working pressure of 200 psi. Design shall permit disassembly for replacement of the seals without removal of the valve body from the pipeline. B. Shutoff Valves: Sizes 2-inch and smaller shall be bronze ball type (Stockham, Crane, Nibco, Gee, Kennedy, or equal). Sizes 2-1/2-inch and larger shall be iron body brass trimmed with other features the same as for 2-inch size. C. Remote Control Valves: Electrically operated, brass bodied with resilient solenoid valve seat surface, equipped with flow control adjustment, with capability for manual operation and readily disassembled for servicing, slow opening and adjustable closing speed, and self-cleaning. The valve manufacturer shall submit a written guarantee stating that the valves will operate under dirty water conditions for a period of 1 year after date of final acceptance. D. Quick Coupler Valve and Assembly: Quick couplers shall be of the Acme thread keyway type. Quick couplers shall be constructed of rod brass and cast brass, shall have a maximum capacity of 20 gpm, and shall have a 1 -inch bottom female pipe thread and wastewater caution sticker. Install in remote control valve box with remote control valve or individually below grade in a valve box as indicated on the Drawings. Quick-coupling valve assemblies shall include the valve, corresponding key and hose swivel. E. Meter Boxes and Covers shall be polymer-type boxes and lids selected from approved materials list. Meter box sites shall be as follows: Size of Box Meter Box Use 12"x20" 1" Services 17"x30" 2" Services Meter box lids for potable water shall be gray in color. Meter box lids for recycled water shall be purple in color. F. Remote Control Valve (RCV) Box Lids: Lids shall be marked with the controller letters and station numbers called out on the Drawings. Letters shall be 2 inches in height and made using stencils and black paint. All stencils and paint shall be approved prior to application. 2.3 SPRAY HEADS A. Use types and sizes shown on the plans, of brass and stainless steel except for minor components unless otherwise indicated or as specified in legend. Provide equipment of one type and flow characteristic from the same manufacturer and bearing the manufacturer's name. 2.4 ACCESSORIES A. Provide two each special head wrenches for installation, removal, and adjustment for each type and make of sprinkler equipment. Provide two keys each for quick couplers, controller units, and valve boxes. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-6 TENNIS COURTS PART 3 - EXECUTION 3.1 GENERAL A. Inspection: In all cases where inspection of the irrigation system is required and where portions of the work are specified to be performed under the direction and inspection of the INSPECTOR, notify the INSPECTOR at least 48 hours in advance of the times such inspection and direction is required. B. Verifications: All scaled dimensions are approximate. Carefully check and verify all dimensions before proceeding with any work. Immediately notify the ENGINEER should any errors or conflicts in the Drawings and specifications and/or actual jobsite conditions be found which would affect the proper execution of the irrigation work. Do not work in areas where such discrepancies occur until further instructed by the ENGINEER. 3.2 IRRIGATION SYSTEM INSTALLATION A. General: 1. Perform all work on the irrigation system, including hydrostatic and coverage tests, preliminary operational test of the automatic control system, and the backfill and densification of trenches and other excavations after topsoil work and before planting, except as otherwise provided or directed. 2. With the ENGINEER'S approval, make adjustments where necessary to conform to actual field conditions. 3. Make the irrigation system operational with uniform and adequate coverage of the areas to be irrigated, prior to planting. 4. Make water and utility connections as shown on the drawings or designated by the utility company. 5. Where piping on the Drawings is shown under paved areas but running parallel and adjacent to planted areas, the intent of the Drawings is to install piping in the planted areas. B. Trench Excavating and Backfilling: Size trenches and other excavations to accommodate the irrigation system components, conduits, and other required facilities. Provide additional space to assure proper installation and access for inspections. 1. Unless otherwise specified, the minimum depth of cover over pipelines and conduits shall be as follows: a. Electrical conduit - 24-inches (36-inches under roadways). b. Waterlines continuously pressurized - 24-inches (36-inches under roadways). c. Lateral sprinkler lines - 18-inches. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-7 TENNIS COURTS 2. Make the bottom of trenches true to grade and free of protruding stones, roots, or other matter which would prevent proper bedding of pipe or other facilities. 3. Backfill trenches so that the specified thickness of topsoil is restored to the upper part of the trench. Compact trench backfill through paved areas in 8-inch layers to 95 percent relative compaction up to subgrade to receive asphalt concrete paving and base material. 4. Resurface trenches through paved areas to match an existing pavement. C. Irrigation Pipeline Installation: 1. Install pipe fittings in accordance with the manufacturer's recommendations and these Specifications. When requested by the ENGINEER, furnish the manufacturer's printed installation instructions before pipe installation. 2. Bed pipes in at least 2 inches of finely divided material to provide a firm, uniform bearing. Surround the pipe with additional finely divided material to at least 2-inches over the top of the pipe. 3. Deposit trench backfill sufficient to anchor the pipe before the pipeline pressure testing, except that joints shall remain exposed until satisfactory completion of testing. 4. When two or more pipelines are installed in the same trench, separate the pipelines by a minimum horizontal clear distance of 4 inches. Install equipment so that each pipeline, valve, or other component may be serviced or replaced without disturbing another. 5. Accomplish all assemblies as specified and in accordance with the manufacturer's directions. 6. During installation of pipe, fittings, valves, and other pipeline components, prevent foreign matter from entering the system. Temporarily cap or plug all open ends at cessation of installation operations. 7. Accomplish changes in pipeline size with reducer fittings. 8. Place all mainlines under paving in Schedule 40 PVC sleeves. Oversize the sleeves sufficiently to house the pipe, fittings, and control valves. D. Plastic Pipeline: 1. Joint plastic pipe with socket type solvent welded fittings, threaded fittings, rubber ring fittings, or by other means specified. Install steel pipe first when plastic pipe is jointed to steel pipe. 2. Cut square, externally chamfer approximately 10-15 degrees, and remove all burrs and fins. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-8 TENNIS COURTS 3. Make solvent welded joints in accordance with ASTM D 2855. Use the solvent recommended by the pipe manufacturer. 4. Install plastic pipe in accordance with ASTM D 2774 and the requirements herein. 5. Exercise care in assembling a pipeline with solvent welded joints so that stress on previously made joints is avoided. Handling of the pipe following jointing, such as lowering the assembled pipeline into the trench, shall not occur prior to the set times specified in ASTM D 2855. 6. Apply solvent to pipe ends in such a manner that no material is deposited on the interior surface of the pipe or extruded into the interior of the pipe during jointing. Wipe off excess cement on the exterior of the joint immediately after assembly. 7. Plastic pipes shall not be field threaded. 8. Make threaded joints using Teflon tape or other approved jointing material. Do not use solvent with threaded joints. 9. Protect pipe from tool damage during assembly. Use vises with padded jaws and strap wrenches for installation of fittings and nipples. 10. Remove and replace plastic pipe which has been nicked, scarred or otherwise damaged. 11. Snake plastic pipe from side to side in the trench to allow 1 foot of expansion and contraction per 100-feet of straight run. 12. Do not expose pipelines to water for 24 hours after the last solvent welded joint is made. E. Installation of Valves, Valve Boxes, and Special Equipment: 1. General: Provide and install all valves and other equipment in strict accordance with the details in a normal upright position, a minimum of 6-inches from the edge of curbs, walks, or pavement, in planting areas. Make all equipment readily accessible for operation, maintenance, and replacement. 2. Install valves the same size as the pipeline in which they are installed, unless otherwise indicated. 3. Install gate valves and sectional control valves below ground. House in a covered acceptable box that will permit access for field servicing. Mark covers of shutoff valves "IRRIG. EFFLUENT' and automatic control valve covers "RCV IRRIG. EFFLUENT' in 2-inch cast letters. In addition, with an approved black paint, on the automatic control valve box cover stencil the controller letter and station number 2-inches in height. 4. Quick-coupler valves shall have red covers and shall be installed as detailed on the Drawings. Mark valve box cover "Q.C. IRRIG. EFFLUENT' in 2-inch cast letters. 5. Set valve boxes and valve markers to finish grades on a 12-inch deep layer of 1 -inch size crushed rock and set valves at sufficient depth to provide clearance between cover and valve handle or key when the valve is in the fully open position. Place crushed rock below the valve. Do not cover the valve with crushed rock. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-9 TENNIS COURTS F. Irrigation Head Installation and Adjustment: 1. General: Flush and pressure test all mains and laterals, including risers, before installing irrigation heads, after which perform a water coverage test. 2. Location, Elevation, and Spacing: a. Do not exceed the maximum irrigation head spacing shown on the Drawings or recommended by the manufacturer. b. Locate irrigation heads projecting above finish grades at least 6-inches away from adjacent curbs, walks, paving, and similar improvements unless otherwise indicated. 3. Riser Installation: a. Install risers perpendicular to finished grade to obtain optimum coverage of the area. b. All risers shall be prethreaded Schedule 80 PVC unless otherwise indicated (length and diameter as required). c. Provide threaded pipe between the connection to the lateral or main and sprinkler head. 4. Irrigation Head Adjustment: a. When all irrigation heads are installed and the irrigation system is operating, adjust and balance each section or unit with all section control valves fully open to obtain uniform and adequate coverage. b. Adjust irrigation heads having adjustable pin nozzles, screws or orifices to provide adequate distribution of water over the coverage pattern. Without additional cost to the CITY, substitute larger or smaller nozzle cores in nonadjustable sprinkler heads as necessary. G. Automatic Control System Installation: 1. General: Install a complete automatic irrigation control system, including the remote control valves and low voltage direct burial wiring, and all necessary accessories. 2. All service wiring shall be installed in galvanized steel conduit at the minimum depth specified in SSPWC Section 308-2.2 from the service point to the controller. Install a separate disconnect switch between the power source and the controller. 3. Locate splices only in specified pull boxes and make splices with a packaged kit approved for underground use. Set pull boxes to finish grades on a 12-inch deep layer of 1 -inch crushed rock. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-10 TENNIS COURTS 4. House control wiring in conduits between the controller and a concrete electrical ^^% pull box at the base of the controller. House control wire under all paved areas in ***? Schedule 40 PVC pipe sleeve. All other wiring issuing from the pull box shall be direct burial installed in the main or lateral waterline trenches wherever practicable. 5. Bundle and secure the wiring to the lower quadrant of the irrigation pipeline at 10-foot intervals with plastic electrical tape. Leave sufficient slack in the wiring to provide for expansion and contraction. When control wiring cannot be installed in a pipe trench, install control wiring at least 18 inches below finish grade and install a bright colored plastic ribbon with suitable markings in the trench 6 inches below finish grade directly over the wire. 6. Color code all common wire white, with all control wire any color except white. Leave at least 2-feet of coiled slack at each splice and point of connection inside of valve boxes. 7. Test all wiring for continuity, open circuits and unintentional grounding prior to connection to equipment. 8. Leave the control system in operating condition with an operational chart mounted within the controller cabinet upon completion of the work. 3.3 FLUSHING AND TESTING ^\A. Flushing: After completion, and prior to the installation of any terminal fittings, thoroughly .^J flush the entire pipeline system to remove dirt, scale, or other material. B. After flushing, conduct the following tests in the sequence listed below. Provide all equipment, materials, and labor necessary to perform the tests. Conduct all tests in the presence of the ENGINEER and the INSPECTOR. 1. Pipeline Pressure Test: Perform a water pressure test on all pressure mains and laterals before any couplings, fittings, valves, etc., are concealed. Cap all open ends after the water is entering the line in such a manner that all air will be expelled. Test pressure mains with all control valves to lateral lines closed. After the pressure main test, open all valves to test lateral lines. The constant test pressure and the duration of the test are as follows: All pipes shall be pressure tested at 200 psi for two (2) hours. 2. Sprinkler Coverage Test: Perform the coverage test after sprinkler heads have been installed. Demonstrate that each section or unit in the system is balanced to provide uniform and adequate coverage of the areas serviced. Correct any deficiencies. 3. Operational Test: Evaluate the performance of all components of the automatic control system for manual and automatic operation. Make all necessary repairs, replacements, and adjustments until all equipment, electrical work, controls and instrumentation are functioning in accordance with the Contract Documents. ^. 05/08/2007 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02810-11 TENNIS COURTS SECTION 02830 CHAIN LINK FENCE AND GATE(S) PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This section covers the work necessary for the chain link fence and gate(s) as shown on the Drawings and specified in the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02527 Concrete Driveways, Sidewalks, Curb and Gutter 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications as specified in the GENERAL PROVISIONS. B. SSPWC Sections 206-6 and 304-3: Chain Link Fence. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. Comply with the applicable Reference Specifications of the GENERAL PROVISIONS. PART 2 - PRODUCTS 2.1 GENERAL A. All materials and fittings shall be in conformance with SSPWC Section 206-6 unless otherwise noted on the construction details. B. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. 2.2 FABRIC A. Galvanized Fabric: 1. Chain link fabric shall conform to the requirements of SSPWC Section 206-6.3.1. B. Polyvinyl Chloride (PVC) Coated Fabric: 1. PVC coated chain link fabric shall be in conformance with SSPWC Section 206-6.3.2. 05/08/2007 CHAIN LINK FENCE AND GATE(S) POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02830-1 TENNIS COURTS 2.3 POSTS, RAILS AND BRACES A. The materials for posts, rails and braces shall be in conformance with SSPWC Section 206-6.2 unless otherwise noted on the construction details. 2.4 TENSION WIRES AND FABRIC TIES A. Tension wires and ties used to fasten the fabric to posts, rails, and gate frame shall be in conformance with SSPWC Section 206-6.4. 2.5 TRUSS OR TENSION RODS A. Truss or tension rod used in construction shall be in conformance with SSPWC Section 206-6.5. 2.6 FITTINGS A. All required fittings and hardware shall be galvanized and in conformance with SSPWC Section 206-6.6. 2.7 REPAIR OF DAMAGED COATINGS A. Repairs to abraded or otherwise damaged zinc coating shall be made in conformance with SSPWC Section 206-6.8. 2.8 GATES A. Gates shall be swing as indicated, complete with latches, stops, keepers, and hinges. B. Gate frames shall be constructed of tubular members welded at all corners. On steel, welds shall be painted with zinc-based paint. Gate leaves shall have vertical intermediate bracing as required, spaced so that no members are more than 8 feet apart. Gate leaves 10 feet or over shall have a horizontal. C. Fabricate frames of standard weight pipe 1.90-inch outside diameter, weight 2.72 pounds per linear foot. D. Gate fabric shall be the same type as used in the fence construction. The fabric shall be attached securely to the gate frame at intervals not exceeding 15 inches. E. Gate hinges shall be of adequate strength for gate and with large bearing surfaces for clamping in position. The hinges shall not twist or turn under the action of the gate. The gates shall be capable of being opened and closed easily by one person. F. Gate latches, stops, and keepers shall be provided for all gates. Single gates of openings less than 10 feet wide a forked latch shall be provided. Latches shall be arranged for locking with padlocks. No stop is required for single gates. Keepers shall consist of a mechanical device for securing the free end of the gate when in the full open position. 2.9 CONCRETE A. Materials as specified in Section 03300 Cast-ln-Place Concrete. Proportions shall be as shown on the Drawings. 05/08/2007 CHAIN LINK FENCE AND GATE(S) POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02830-2 TENNIS COURTS PART 3 - EXECUTION 3.1 INSTALLATION A. Installation of fencing shall meet the requirements of ASTM F 567. B. Fence Construction shall be in confprmance with SSPWC Section 304-3.2 and Standard Plan S-691 unless otherwise noted in the Drawings. 1. Delete paragraph five of Section 304-3.2 of the SSPWC and replace with: Fences shall be installed with a top and bottom rail. 2. Delete paragraph six of Section 304-3.2 of the SSPWC and replace with: The fabric shall be installed on the playing side of the post and shall be installed so that the top edge projects over the top rail of the fence. The fabric shall be stretched taut and securely fastened to the posts, top rail, bottom rail, and middle rail. The bottom of the fabric shall extend 2 inches above the finished grade of the paved surface. C. Installation of Gates shall be in confprmance with SSPWC Section 304-3.3 and Standard Plan S-691 unless otherwise noted in the Drawings. 3.2 CLEANUP A. Upon completion of the fence installation, clean up all waste material resulting from the operation to the satisfaction of the ENGINEER and the INSPECTOR. 05/08/2007 CHAIN LINK FENCE AND GATE(S) POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02830-3 TENNIS COURTS SECTION 02870 SITE FURNISHINGS PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This section covers all site furnishings as specified herein and shown on Drawings. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02527 Concrete Driveways, Sidewalks, Curb and Gutter B. Section 02810 Landscape Irrigation C. Section 02900 Landscaping 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Material descriptions, dimensions of individual components, and finishes. 2. Site preparation instructions and recommendations. 3. Storage and handling requirements and recommendations. 4. Installation methods. 1.5 PRODUCT HANDLING A. Deliver, handle, and store site furnishing to prevent damage and deterioration. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Precast Concrete Picnic Tables: Models QS42FC and QS42FC3, material SRC (Steel Reinforced Concrete), Color Natural, horizontal surfaces (eating and sitting) shall have Smooth Finish, all other surfaces shall have Light Sandblast Finish, STD (standard) sealer, with umbrella hole by Quick Crete Products Corporation (951-737-6240) or approved equal. B. Precast Concrete Trash Receptacles: Model TR-D, natural color, LSB (Light Sand Blast) finish, standard lid (color charcoal) by Dura Art Stone (800-821-6000) or approved equal. 05/08/2007 SITE FURNISHINGS POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02870-1 TENNIS COURTS PART 3-EXECUTION 3.1 EXAMINATION A. Examine subgrades, finished surfaces, and installation conditions. Do not start landscape accessories work until unsatisfactory conditions are corrected. 3.2 PREPARATION A. Remove loose material and debris from base surface before placing site furnishings. B. Obtain location approval from the ENGINEER prior to installation. 3.3 INSTALLATION A. Install site furnishings using "Epoxy Mount" method per the manufacturer's instructions. 3.4 CLEANING A. Clean up and dispose of all waste materials and debris resulting from this operation off the site. 05/08/2007 SITE FURNISHINGS POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02870-2 TENNIS COURTS SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Drawings as specified herein. B. Landscaping as referred to herein shall include, but not be limited to the following work: soil preparation, weed control, finish grading, furnishing and installing plant materials, furnishing and installing bark mulch,, cleanup, maintenance, guarantee. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02110 Clearing, Grubbing, and Stripping B. Section 02200 Earthwork. C. Section 02810 Landscape Irrigation. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. Comply with the SSPWC Section 212-1 and 308-5. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. General: The CONTRACTOR shall furnish a certificate with each delivery or bulk material delivery, stating source, quantity, and type of material. All materials shall conform to specification requirements. All certificates shall be delivered to the INSPECTOR at the time of each delivery. All bulk delivered materials shall be delivered with level load volume plainly marked on the truck bed. C. Topspil Report: Topsoil report as well as literature on fertilizers, and mulch, "shall be submitted as specified. D. Certificates of Inspection: Certificates of inspection of plant material, as may be required by Federal, State, or other authorities having jurisdiction, shall be furnished and accompany the shipment. E. Samples: Typical samples, 3 of each variety and size of plants, shall be submitted to the ENGINEER for approval at the site. These samples, if approved, shall be planted and maintained as standards for comparison with plants furnished. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-1 TENNIS COURTS F. Certified Report on Topsoil Analysis: The CONTRACTOR shall submit for approval by the ENGINEER a certified report by an approved analytical laboratory showing analyses of representative samples of topsoil proposed for use. The topsoil shall not be delivered to the site until approval is received from the ENGINEER. Approval of the laboratory report does not constitute final acceptance. Topsoil shall be subject to rejection by the ENGINEER on or after delivery if it is found not to meet the requirements of the Specifications or does not conform to the laboratory test results. G. Certified Report on Soil Analysis: The CONTRACTOR shall submit for approval by the ENGINEER a certified report by an approved analytical laboratory showing analyses of two representative samples taken from on-site areas approved by the ENGINEER to determine nutrient and mineral content, compositional characteristics, permeability, and existence of possible toxic elements. The Analyses shall include recommendations for amending or correcting soil conditions. Results of the analysis shall be provided to the ENGINEER for approval prior to ordering soil amendments and amending of soil. Based on the soils test results, the quantity and types of amendments may be modified by the ENGINEER. 1.5 QUALITY ASSURANCE A. General: All plants furnished by the CONTRACTOR shall be true to type or name as shown in the Contract Documents and shall be tagged in accordance with the standard practice recommended by the Agricultural Code of the State of California; however, determination of plant species or variety will be made by the ENGINEER. B. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the ENGINEER. C. The CONTRACTOR shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that such clearance has been obtained shall be filed with the ENGINEER. D. All inspections herein specified will be made by the ENGINEER or the INSPECTOR. The CONTRACTOR shall request inspection at least 24 hours in advance of the time inspection work is required. Inspection will be required on the following stages of the WORK: 1. During preliminary grading, soil preparation, and initial weeding. 2. When shrubs are spotted for planting, but before planting holes have been excavated. 3. When finish grading has been completed. 4. When all specified work, except the maintenance period, has been completed. 5. Final inspection at the completion of the maintenance period. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-2 TENNIS COURTS E. Plants shall be subject to inspection and approval or rejection by the ENGINEER at place of growth and upon delivery to site at any time before or during progress of the work based on: 1. Quantity, quality, size, and variety; 2. Ball and root condition; and 3. Latent defects and injuries resulting from handling, disease, and insects. F. Plants approved at pre-planting inspection shall still be subject to rejection during planting if found not to be in compliance with the Specifications. G. Rejected plants shall be identified in an obvious manner, removed from the site and replaced with acceptable equals. H. Plants shall have been grown in nurseries which have been inspected by the governing authorities. Inspection of plant materials required by CITY, County, State, or Federal authorities shall be the responsibility of the CONTRACTOR, who shall have secured permits or certificates prior to delivery of plants to site. 1.6 EXISTING UTILITIES AND CONDITIONS A. Prior to cutting into the soil, the CONTRACTOR shall locate all cables, conduits, sewers, septic tanks, and other such underground utilities, and shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the CONTRACTOR shall promptly notify the ENGINEER. B. The CONTRACTOR shall be responsible for coordinating its work with the operation of existing utilities and new utilities on the Project. The CONTRACTOR shall notify the ENGINEER or its representative when utilities which are in operation require shut-off. 1.7 CLEANUP A. Upon completion of all planting operations, the portion of the project site used for work or storage area by the CONTRACTOR shall be cleaned of all debris, superfluous materials, and equipment. All such materials and equipment shall be entirely removed from the project site. Cleaning shall be done in a manner that will not result in any discharge of contaminated materials into any catch basin. B. All walks or pavement shall be swept or washed clean upon completion of WORK. C. During the entire Contract period, plant containers that have been cut or removed from plant materials shall be removed from the project site daily. 1.8 MAINTENANCE OF LANDSCAPING PLANTING PRIOR TO ACCEPTANCE OF PROJECT A. General: The CONTRACTOR shall be responsible for protecting, watering, and maintaining all planting and irrigation systems until final acceptance of all work under the contract. B. At time of acceptance of the complete project, the lawn shall be totally established with no bare spots. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-3 TENNIS COURTS C. Watering: Shrubs shall be thoroughly soaked after planting and provided with additional water at intervals as necessary to provide for good health and growth of the planting. D. Upon completion of laying sod, the entire area shall be soaked to saturation by a fine spray. The new planting shall be kept moist during dry weather or whenever necessary for proper establishment of the lawn. Care shall be taken to avoid excessive washing or puddling on the surface and any such damage caused thereby shall be repaired by the CONTRACTOR at its own expense. E. Protection: The CONTRACTOR shall provide adequate protection to all newly planted areas including the installation of temporary fences approved by the ENGINEER to prevent trespassing and damage, as well as erosion control, until the end of the one-year correction period. F. The CONTRACTOR shall replace any materials or equipment it has damaged or which have been damaged by its employees or subcontractors. G. Partial utilization of the project by the CITY shall not relieve the CONTRACTOR of any of the requirements contained in the Contract Documents. H. Mowing of Lawn Areas: First mowing of lawn areas shall begin as soon as the grass has reached a height of 3-inches and subsequent mowing shall be at least once a week, or as often as necessary to maintain all lawn areas at a uniform height of 1-1/2 to 2-inches. I. All lawns shall be fertilized every 3 weeks with 6 Ib of 16-16-8 commercial fertilizer per 1,000 sq ft for the first 7 weeks and fertilized thereafter once each 5 months prior to acceptance and during maintenance and correction period. J. All plants shall be maintained in a vigorous, thriving condition by watering, cultivating, weeding, pruning, spraying, and other operations necessary. No trees or shrubs will be accepted unless they are healthy and show satisfactory foliage conditions. K. All planted areas shall be cultivated at least every 2 weeks and raked smooth, to present a neat appearance, and additional mulch shall be added where necessary. L. Maintenance shall include, in addition to the foregoing, cleaning, edging, repairs to stakes, wire, and wrappings, the repair of erosion, and all other necessary work of maintenance. Sidewalks and other paved areas shall be kept clean while planting and maintenance are in progress. M. Any sprinkler lines broken or disrupted by the CONTRACTOR shall be immediately repaired to proper working order, or replaced and be acceptable to the ENGINEER and the INSPECTOR. 1.9 FINAL INSPECTION AND GUARANTEE A. Final inspection of all lawns and plantings will be made at conclusion of maintenance. B. Written notice requesting final inspection shall be submitted to the ENGINEER at least 10 days prior to the anticipated inspection date. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-4 TENNIS COURTS C. Final acceptance of the work prior to guarantee period of the contract will be accepted upon written approval by the ENGINEER and the INSPECTOR, on the satisfactory completion of all work, including maintenance, but exclusive of the replacement of plant material. D. Any delay in the completion of any item of work in the planting operation which extends the planting into more than one season shall extend the correction period in accordance with the date of completion given above. E. The CONTRACTOR shall replace, as soon as weather conditions permit, all plants not in a vigorous, thriving condition which are noted at the end of the one-year correction period. F. Plants used for replacement shall be of the same size and variety specified in the plant list. Plants shall be furnished, planted, staked, and mulched as specified. G. All work done under this contract shall be left in good order to the satisfaction of the ENGINEER. The CONTRACTOR shall, without an additional expense to the CITY, replace any shrubs, or plant material which develop defects or die during the one-year correction period. 1.10 MAINTENANCE AND GUARANTEE FOLLOWING ACCEPTANCE OF PROJECT A. General: The CONTRACTOR shall be responsible for a period of sixty (60) days after date of acceptance of all work under the Contract, for maintaining all plantings, including all necessary plant replacements, weeding, cultivating, fertilizing, pruning, controlling insects and diseases, re-guying, and performing all other operations incident thereto, as well as maintenance of the irrigation system specified in Section 02810 "Landscape Irrigation". The CONTRACTOR shall provide a written guarantee to the CITY from the landscaping subcontractor, embodying the provisions of this Section of the Specifications. B. The work covered by the maintenance and guarantee portions of these specifications consists of providing all replacements of plants, labor, materials, equipment, and supplies and in performing all operations in connection with maintenance and guarantees. C. The inspection of lawn areas is independent of the final inspection and maintenance period. After the lawn has been accepted and has been mowed 4 or more times, the responsibility for mowing and irrigation will be turned over to the CITY. However, the weeding, fertilizing, and controlling of diseases of the lawn areas shall remain the responsibility of the CONTRACTOR for the remainder of the one-year maintenance and correction period. D. All planting, plant materials, and irrigation systems required under this contract shall be in a condition acceptable to the ENGINEER at the end of the maintenance guarantee period. E. All water required during the maintenance and correction period will be furnished by the CITY. F. Maintenance: Watering and mowing of the lawn during the maintenance and correction period will be performed by the CITY in accordance with written instructions which shall be furnished by the CONTRACTOR. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-5 TENNIS COURTS G. The CONTRACTOR shall make any changes or adjustments necessary to the automatic sprinkler system during the maintenance and correction period. H. The CONTRACTOR shall replace any dead or diseased plants during the maintenance and correction period. I. All lawn and planting areas shall be fertilized during the maintenance and correction period with 16-6-4 chemical fertilizer. Fertilizer shall be applied per manufacturer's written instructions on bag. Fertilizers applied to planting areas shall be cultivated into the top 2 inches of topsoil. J. The CONTRACTOR shall clean-up and remove unused or waste materials from the site and leave the area in a neat condition, satisfactory to the ENGINEER, whenever it performs work during the maintenance period. K. Final Inspection: The ENGINEER, the INSPECTOR, and CONTRACTOR shall make a final inspection at the end of the one-year correction period. Any plants and materials found defective at time of final inspection shall be replaced within a time agreed upon by both parties. If it is too late in the planting season for replanting, the replacements shall be made during the next planting season even though such planting may run beyond the maintenance and correction period. PART 2 - PRODUCTS 2.1 GENERAL A. All landscaping materials for soil conditioning, weed abatement, or planting shall be first-grade, commercial quality and shall have certificates indicating the source of material, analysis, quantity, or weight attached to each sack or container or provided with each delivery. Delivery certificates shall be given to the ENGINEER as each shipment of material is delivered. A list of the materials used, together with typical certificates of each material, shall be submitted to the ENGINEER prior to the final acceptance of the job. 2.2 TERMINOLOGY AND QUALIFICATIONS A. Plants or plant material having characteristics not conforming to terms as defined will not be accepted. The terms "plant material" or "plants" refer to all vegetation, whether trees, shrubs, ground cover, or herbaceous vegetation. B. Quality refers to structure and form, as evidenced by density and number of canes and branches, compactness, symmetry, and general development without consideration of size or condition. Standard quality indicates the least acceptable quality. Plants shall be typical of the species and variety of good average uniform growth, shall be well formed and uniformly branched, and shall have the minimum number of canes specified, free from irregularities, or shall conform to minimum quality index. Where the number of canes is not specifically stated in describing this grade, the standards of the "Horticultural Standards" as adopted by the American Association of Nurserymen, shall apply. In this case, the number of canes and other factors for the appropriate classification under "quality definition" in the Horticultural Standards shall be the Quality index. Plant material below this standard will be considered "culls" and are not acceptable. Plants shall be nursery grown. C. Specimen means an exceptionally heavy, symmetrical, tightly-knit plant, so trained or favored in its development and appearance as to be outstanding, superior in form, number of branches, compactness, and symmetry. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-6 TENNIS COURTS D. Size is the factor controlled by dimensions representing height or spread, or both, without consideration of quality or conditions. For standard quality, a dimension is given for height or container size, or a dimension is given for height as well as container size. E. Height is usually indicated with a tolerance. The smaller dimension is the minimum acceptable. The larger dimension represents the maximum permissible. The average dimension of all plants must equal the average of the tolerance figures shown on each item. F. Condition is the factor controlled by vitality and ability to survive and thrive and be comparable with normal plants of the same species and variety in the vicinity, at the same season of the year. In addition, plants shall be free from physical damage or adverse conditions that would prevent thriving. Conditions also sometimes refer to state of growth, i.e., whether "dormant condition" or "growing condition" and this state shall be comparable to plants of similar species in the vicinity or leaves, formation of buds, and the like. G. Cane means a primary stem which starts from the ground, or close to the ground, at a point not higher than V* the height of the plant. H. Caliber shall be taken 12 inches above the finish grade or ground, as a guide, or where a dimension in trunk appears to form the head of the tree. I. Foliage line is maximum dimension in case of specimen plants. It measures from ground to lowest part of body of plant. J. Collected plants shall not be used. 2.3 TOPSOIL A. General: Topsoil shall be designated as Class A (imported), Class B (selected) or Class C (unclassified) as specified herein. The ENGINEER shall determine the suitability of topsoil prior to use. Topsoil shall be transported from source to final position unless stockpiling is specified. B. Class A Topsoil: Class A topsoil shall be from a source outside the limits of the project selected by the CONTRACTOR and in compliance with the requirements specified herein. The ENGINEER may make such inspections and perform such tests as deemed necessary to determine that the material meets the requirements. 1. At least 15 days before scheduled use, the proposed topsoil source must be submitted to the ENGINEER for approval. The CONTRACTOR shall submit a written request for approval, accompanied by a written report of a testing agency registered by the State for agricultural soil evaluation which states that the proposed source complies with these specifications. Class A topsoil shall have the same relative composition and structure, a friable sandy loam character, and be free of roots, clods, and stones larger than 1 inch in greatest dimension, pockets of coarse sand, noxious weeds, sticks, brush and other litter. It shall not be infested with nematodes or undesirable insects and plant disease organisms. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-7 TENNIS COURTS 2. Class A topsoil shall meet the following additional requirements: a. Gradation Limits: Sand, 50-80 percent, clay 20 percent maximum, and silt, 30 percent maximum. The sand, clay, and silt gradation limits shall be as defined in ASTM D 422. b. Permeability Rate: Not less than 0.5-inches per hour nor more than 2-inches per hour when tested in accordance with ASTM D 2434, California Test 220, or other approved methods. c. Agricultural Stability: The topsoil shall be suitable to sustain the growth of the plants specified. C. Class B Topsoil: Class B topsoil is defined as material which is obtained from sources and in the quantities designated on the plans or in the Specifications and which requires transport to the designated landscape areas. Such designated sources of the Class B topsoil may be within or outside the project limits. The cost of stripping the surface of vegetation and debris at the designated locations and processing of material to a finely divided state, before it is spread, shall be included in the price for hauling and placing. D. Class C Topsoil: Class C topsoil is defined as soil found in place in the designated landscape area, including soil compacted in place as part of the earthwork specified for the project. E. Soil mix for interior plants shall be sphagnum moss or an approved soil mix furnished in bags or other standard containers with name, weight, and guaranteed content analysis clearly marked thereon. The soil mix shall be designed specifically for interior container or potted planting. 2.4 SOIL FERTILIZING AND CONDITIONING MATERIALS A. General: Fertilizing materials shall comply with the applicable requirements of the State Agricultural Code. All fertilizing materials shall be packaged first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizing material shall not contain toxic ingredients or fillers in quantities harmful to human life, animals or plants. The CONTRACTOR shall furnish a Certificate of Compliance stating that the material meets the specifications. B. Manure: Manure shall be the product of yard fed cattle, free of weed seed, straw, or other inert material, and aged at least 3 months. The manure shall have been processed by grinding and screening and shall be of a consistency that will readily spread with a mechanical spreader. Manures shall be supplied in bulk if the source is approved in advance by the ENGINEER. C. Commercial Fertilizer: Commercial fertilizer shall be a palletized or granular product having a chemical analysis as follows: pre-plant commercial fertilizer shall be granular 12-12-12 (N-P-K); post-plant fertilizer shall be 16-6-4; and planting tablets shall be compressed, slow-release fertilizer tablets (20-10-5) in twenty-one (21) gram sizes.Commercial fertilizer shall be free-flowing material delivered in unopened sacks. Material which becomes caked or otherwise damaged shall not be used. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-8 TENNIS COURTS D. Organic Soil Amendment: Type 1 organic soil amendment shall be used. 1. Type 1 organic soil amendment shall be a ground or processed wood product derived from redwood, fir, or cedar sawdust, or from the bark of fir or pine, treated with a non-toxic agent to absorb water quickly, and shall comply with the following requirements: Grad Sieve 1/4- No. No. - Nitrogen Content (percent dry weighty— rr--^5^,-~ -™ Redwood Fir Cedar Fir Bark Pine Bark 0.40 - 0.60% 0.56 - 0.84% 0.56 - 0.84% 0.80 - 1 .20% 0.80-1.20% E. Maximum saturation extract conductivity: 6.35 milliohms/inch at 77QF. Wetabilitv When one teaspoon of tap water is applied to 4 cubic-inches (volumetric ratio of 1:15) of the air-dry product, the material shall become completely damp in a period not exceeding 2 minutes. Any wetting agent added shall be guaranteed non-phyto-toxic at the rate used. Mulch: Type 1 mulch shall be used. Mulch shall be packaged in bales or bags unless the ENGINEER approves a bulk source in advance of delivery to the jobsite. 1. Type 1 mulch (ground wood product), shall be shredded cedar, pine, or fir bark or equal commercial product. Typical mulch size shall be three inches by one-half inch (3" x Vz}. Submit two (2) samples to the Engineer for approval prior to installation. The material shall be free of seeds, debris, and deleterious materials, and shall have a rich brown color when supplied. 2.5 PLANT MATERIALS A. Plants shall meet requirements of the Contract Documents and shall be in accordance with the botanical names and applicable standards of quality, size, condition, and type. They shall be true to name, genera, species, and variety in accordance with reference publications. B. Plant names are defined in "Standardized Plant Names" and "Bailey's Encyclopedia of Horticulture". When a name is not found in either reference, the accepted name used in the nursery trade shall apply. C. Plants shall be marked for identification. Each bundle of plants and at least 25 percent of each species and variety of separate plants in any one shipment shall have legible labels securely attached before delivery to the site. D. All shrubs shall be measured while their branches are in their normal position. Height and spread dimensions specified refer to the main body of the plant and not from branch or root tip to tip. No trees will be accepted with their leaders cut, or so damaged that cutting is necessary. 05/08/2007 POINSETTIA COMMUNITY PARK PHASE 2A TENNIS COURTS Contract No. 4502 LANDSCAPING 02900-9 E. All plants shall be symmetrical and shall conform to the size, age, and condition as specified on the plant list shown in the Contract Documents. Exceptions are as follows: 1. Plants larger than specified in the plant list may be used if approved by the ENGINEER, but use of such plants shall not increase the contract price. If the use of larger plants is approved, the spread of roots or ball earth shall be increased in proportion to the size of the plant. Bare root plants furnished in size greater than specified shall be balled and burlapped when required by the ENGINEER. 2. Where caliper or other dimensions of any plant materials are omitted from the Plant List, it shall be understood that such plant materials shall be normal stock for type listed. F. Plants shall be of sound health, vigorous, and free from plant disease and shall be well- branched, shall have full foliage when in leaf, and shall have a healthy well-developed normal root system. Cold storage plants will not be accepted. Plants that are sensitive to shock from elevation change shall be grown at elevations close enough to site to alleviate any plant damage due to such change for at least 2 years. G. Bare rooted (BR) plants shall have well-developed branch systems and vigorous root systems. They shall be dug to sufficient depth to ensure full recovery and development of the plants. Roots of these plants shall be covered with a uniformly thick coating of mud being puddle immediately after they are dug. H. Balled and burlapped (BB) plants shall have firm, natural balls of earth, or diameter not less than that specified and of sufficient depth to include all the fibrous and feeding roots. No plant moved with a ball will be accepted if the ball is cracked or broken before or during plant operations, except on special approval of the ENGINEER. I. Roots or balls of all plants shall be adequately protected at all times from sun and drying winds. J. Plants (indicated to be in marked cans, pots, or other containers on the plant list) shall have been grown in the containers for a minimum of 6 months and a maximum of 2 years. Roots shall fill the containers but show no evidence of being or having been root bound. K. Trees shall have straight trunks and all old abrasions and cuts shall be completely callused over. In no case shall trees be topped before delivery. L. Plants shall have been transplanted or root-pruned at least once in the 2 years. Plants shall not be pruned prior to delivery except as authorized by the ENGINEER. 2.6 SOD GRASS A. Sod shall contain at least 85 percent permanent grass suitable to the climate in which it is to be placed; not more than 25 percent nursing grass; not more than 10 percent weed and undesirable grasses, and shall be of good texture, free from obnoxious roots, stones and foreign materials. The sod shall be cut in 16-inch squares, 16-inch wide strips, 4-ft wide strips or 4-ft wide squares, uniformly 1 ^-inches thick with clean cut edges. B. The sod shall be nursery grown Dwarf Tall Fescue sod. It shall be uniformly cut approximately %-inch or more thick and shall be well rooted, 2-year old growth of permanent and desirable grasses indigenous to this general location. The sod shall be practically free from weeds and undesirable grasses. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-10 TENNIS COURTS PART 3 - EXECUTION 3.1 GENERAL A. The landscape work shall not be performed at any time when it may be subject to damage by climatic conditions. B. The CONTRACTOR shall carefully scale or otherwise verify all dimensions in the Contract Documents. Any discrepancies or inconsistencies discovered on the plans shall be brought to the attention of the ENGINEER. Dimensions and plant locations shown shall be coordinated with the ENGINEER and final location shall be site-oriented by the planter and the ENGINEER. C. In case of conflict between the plant list totals and total plant count of the Contract Documents, the CONTRACTOR shall provide the higher number of plants. D. Delivery of materials may begin only after samples and tests have been accepted by the ENGINEER. All materials furnished for the work shall be not less than the accepted sample. E. Substitutions for the indicated plant materials may be permitted pursuant to the Contract Documents. F. The CONTRACTOR shall provide temporary fencing, barricades, covering, or other protections to preserve existing landscaping items indicated to remain and to protect the adjacent properties and other structures when they may be damaged by the landscape work. G. The CONTRACTOR shall retain the services of a tree surgeon acceptable to the ENGINEER to repair damage to existing trees. Existing trees which are to be saved and which cannot be restored to full growth, as determined by tree surgeon, shall be removed and replaced with a new similar tree of 24-inch box size of the same species. H. The CONTRACTOR shall remove and/or relocate landscape items such as trees, shrubs, grass, other vegetation, improvements, and obstructions as shown on Drawings or otherwise specified. I. Waste materials shall be removed from the CITY'S property, and disposed of at a designated landfill unless otherwise noted. J. It shall be the responsibility of the CONTRACTOR to avail itself of any information regarding utilities which are in the area of work and to prevent damage to the same. The CONTRACTOR shall provide protection to the utilities as necessary. K. Burning of combustible materials on the site shall not be permitted. L. The CONTRACTOR shall provide protection to structures, sidewalks, pavements, and other facilities in areas of work which are subject to damage during landscape work. Open excavations shall be provided with barricades and warning lights which conform to the requirements of governing authorities and the State's OSHA safety requirements. M. Planting areas include all areas to be landscaped unless specified or shown otherwise. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-11 TENNIS COURTS 3.2 SOIL PREPARATION A. The landscape work shall not begin until all other trades have repaired all areas of settlement, erosion, rutting, etc., and the soils have been re-established, recompacted, and refinished to finish grades, to the ENGINEER'S approval. B. Areas requiring grading by the landscaper including adjacent transition areas shall be uniformly level or sloping between finish elevations to within 0.10-ft above or below required finish elevations. C. The landscape work shall not proceed until after walks, curbs, pavings, edging, and irrigation systems are in place. The contract operations shall be completed to a point where the landscape areas will not be disturbed. The subgrade shall be cleaned free of all waste. D. During grading, waste materials in the planting areas such as weeds, rocks (2-inches and larger) building materials, rubble, wires, cans, glass, lumber, sticks, etc., shall be removed from the site. Weeds shall be dug out by the roots. E. Fertilizers, additives, seed, peat, etc., subject to moisture damage shall be kept in a weatherproof storage place in such a manner that they will be kept dry. F. After removal of waste materials, the planting area subgrade shall be scarified and pulverized to a depth of not less than 6 inches and all surface irregularities below the cover of topsoil removed. G. Finish grading shall consist of: 1. Final contouring of the planting areas. 2. Placing all soil additives and fertilizers at the following rates: (The soils amendments below shall be used for bidding purposes only. Actual types and quantities may be altered based on the soil analysis) The conditioning material per 1000 square feet shall be: a) Four (4) cubic yards organic amendment b) Twenty (20) Ibs. gypsum c) Twenty-five (25) Ibs. 12-12-12 pre-plant fertilizer d) Ten (10) Ibs. iron sulfate e) Ten (10) Ibs. soil sulfur 3. Tilling of planting areas. 4 After tilling, bring areas to uniform grades by floating and/or hand raking. 5 Making minor adjustment of finish grades as directed by the ENGINEER. 6 Removing waste materials such as stones, roots, or other undesirable foreign material and raking, disking, dragging, and smoothing soil ready for planting. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-12 TENNIS COURTS 7. After the irrigation installation and before the planting installation, the Contractor shall irrigate the planting areas a minimum of seven (7) times over fourteen (14) days to germinate existing weed seeds. Allow weed seeds to grow until they reach a maximum height of two to three inches. A post-emergent herbicide spray material shall then be applied per the manufacturer's specifications and instructions. The sequence of operations shall be approved by the ENGINEER prior to beginning spraying operations. Before applying any chemical spray material, the Contractor shall obtain from the Resident Engineer written approval of the material to be used, the rate, and method of application. Any weed growth, which subsequently appears, shall be killed by additional spraying before the weeds exceed two-inches (2") in height. At the time of planting, each area to be planted shall be free of living weeds of any height. The Contractor shall immediately remove and dispose of mowed weed growth and all other debris generated by clearing and grubbing when so directed by the Resident Engineer. The Contractor shall allow sufficient time in the construction schedule to perform weed eradication without causing construction delays. Any delays due to weed eradication shall be at the Contractor's expense. H. Any unusual subsoil condition that will require special treatment shall be reported to the ENGINEER. I. Surface drainage shall be provided as shown by molding the surfaces to facilitate the natural run-off of water. Low spots and pockets shall be filled with topsoil and graded to drain properly. J Finish grade of all planting areas shall be 11/2-inches below finish grades of adjacent pavement of any kind. K In all shrub planting areas, 11/2-inches of peat moss or soil-aid shall be raked into the top 3-inches of soil. 3.3 DELIVERY, STORAGE, AND HANDLING OF PLANT MATERIALS A. No plants other than the required samples shall be dug or delivered to the site until the required inspections have been made and the plant samples are approved. B. Plants shall not be pruned prior to delivery except upon approval by the ENGINEER. C. Plant material shall be planted on the day of delivery if possible. The CONTRACTOR shall protect the stock in a temporary nursery at the project site where it shall be protected from sun and drying winds and shall be shaded, kept moist, and protected with damp soil, moss, or other acceptable material. Plants shall be planted within 2 days after delivery. D. All balled and burlapped plants which cannot be planted immediately on delivery shall be set on the ground and shall be well protected with soil, wet moss, or other acceptable material. Bare rooted plants, which cannot be planted immediately, shall be planted on heeled-in trenches immediately upon delivery. No material heeled-in more than one week may be used. Bundles of plants shall be opened and the plants separated before the roots are covered. Care shall be taken to prevent air pockets among the roots. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-13 TENNIS COURTS E. During planting operations, bare roots shall be covered with canvas, wet straw, or other suitable materials. No plants shall be bound with wire or rope at any time so as to damage the bark or break branches. F. Plants shall not be picked up or moved by stem or branches, but shall be lifted and handled from the sides of the containers. G. Plants shall be lifted and handled from the bottom of the ball or container. Plants with balls cracked or broken before or during planting operations will not be accepted and shall be immediately removed from the site. 3.4 PLANT LOCATIONS A. Plant pits, centered on location stakes, shall be excavated circular pits with vertical sides and flat or saucer shape bottom in accordance with the following sizes unless shown otherwise: 1. Shrubs shall be planted in pits or holes of soil 24-inches deep below finished grade, or as much deeper as necessary to properly set the plant at finished grade with a minimum of 6 inches of planting soil under balls of all plants. Shrubs with balls shall be planted in pits that are at least 24-inches greater in diameter than the bottom of ball. Bare root shrubs shall be planted in pits at least 12- inches below the roots of the plant. 3.6 PREPARED BACKFILL A. Shrub pit backfilling soil shall consist of 4 parts topsoil, and 1 part peat or soil-aid by volume. Commercial fertilizer shall be sparingly mixed with the prepared topsoil, using 5 Ib/cu yd or as required by manufacturer's printed recommendations. B. Planting pit, bin, and trench filling and bedding soil shall consist of 4 parts by volume topsoil mixed with 1 part manure and 5 Ib of commercial fertilizer per cubic yard. C. Materials shall be thoroughly rotary-mixed on the site before placement. Mixing of materials in pits, bins, trenches or beds will not be permitted. D. Tree and shrub pits shall be provided with fertilizer tablets as follows: 1 per one-gallon can plant 3 per 5-gallon can plant 5 per 15-gallon can plant 3.7 ROCKS OR UNDERGROUND OBSTRUCTIONS A. In the event that rock or underground obstructions are encountered in the excavation of plant pits, alternative locations shall be selected by the ENGINEER. Moving of trees to alternative locations shall not entail additional costs to the CITY. 3.8 SETTING PLANT MATERIALS A. The soil shall not be worked when the moisture content is so great that excessive compaction will occur, nor when it is so dry that a dust will form in the air or that clods will not break readily. Water shall be applied if necessary to provide ideal moisture for filling and planting as specified. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-14 TENNIS COURTS B. Plants shall be set in center of pits as shown in the Contract Documents. They shall be set plumb and straight, and at such a level that after settlement the crown of the plant will be 2-inches above the finished grade. C. All ground cover plants shall be evenly spaced, staggered in rows, and set at intervals specified, so as to produce a uniform effect. Plants shall be watered immediately after planting operations have been completed. D. All shrubs shall be pruned to remove damaged branches. All bare root shrubs shall be pruned and shaped to compensate for transplant root loss. E. Planting soil around roots or balls shall be thoroughly compacted and watered. After planting, the soil in the shrub beds shall be cultivated between shrubs, raked smooth, and neatly outlined. Muddy soil shall not be used for backfilling. All broken or frayed roots shall be properly cut off. F Shrubs on slopes steeper than 6 to 1 shall be provided with watering dams or berms at least 6-inches high and 8-inches wider than planting pit (hole) unless specified or shown otherwise. G All shrubs shall be thoroughly watered immediately after planting. H. Remove all tags and labels when directed by ENGINEER. 3.9 PRUNING AND MULCHING A. Each shrub shall be pruned in accordance with standard horticultural practice to preserve the natural character of the plant in the manner fitting its use in the landscape design, as approved by the ENGINEER. B Plants shall be mulched after planting and cultivating have been completed. A layer of mulch materials, as hereinbefore specified, shall be spread on finished landscaping grade within all planting areas to a depth of 3 inches. The mulch around isolated plants shall be 6 inches greater in diameter than the planting hole. All shrub and ground cover beds shall be completely covered with the mulch. 3.10 SODDING A. Grass sod shall be provided where shown or specified and shall be maintained. B. The soil shall be prepared and fertilized before sodding. The CONTRACTOR shall prepare only enough ground that can be planted within 24 hours thereafter. C. Soil preparation shall consist of the following: 1. Preparation of sub-grade grading shall be per "Part 3 - Execution" in Paragraphs entitled "General" and "Soil Preparation", herein. 2. Finish grading shall be per "Part 3 - Execution" in Paragraph entitled "Soil Preparation", herein. Topsoil required at areas to be sodded shall be 11/6-inches. The soil additives and fertilizer for finish grading shall consist of mulch at 5 cu yd/1000 sq ft and commercial fertilizer at 20 lb/1000 sq ft. D. Sod shall be cut and laid on site the same day. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-15 TENNIS COURTS E. The sod shall be placed over leveled, compacted, and prepared finish graded soil. The topsoil and sub-base shall be moist enough to resist shifting. F. Sod may be placed at any time when the ground is not frozen. The surface on which the sod is to be laid should be firm and free from footprints or other depressions. A string or line of boards may be used as a guide for setting the first line of sod across the area. Sods of the next course are matched against the edge of this first line in such a way the joints between the individual sod pieces in the 2 lines do not coincide. Successive courses are matched against the last line laid, in the same manner. Sod shall be laid on indicated areas. G. Sod joints shall be closely laid and filled with a mixture of grass seed and screened topsoil at the rate of 2 Ibs of seed to each cu yd of topsoil. Sod fill soil shall be thoroughly tamped to a true and even surface at the required finished grade. H. All new sod shall be rolled or firmly but lightly, tamped with a suitable wooden or metal tamper, sufficiently to set or press sod into underlying soil. I. After sodding has been completed, the sodded area shall be cleaned up and thoroughly moistened by sprinklers. 05/08/2007 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 02900-16 TENNIS COURTS SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 THE REQUIREMENT A. The 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 Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 03200 Reinforcement Steel. B. Section 03290 Joints in Concrete. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Government Standards: PS 1 U.S. Product Standard for Concrete Forms, Class I. 2. Commercial Standards:^^gjjC ACI 347 Recommended Practice for Concrete Formwork. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Falsework Calculations and Drawings: The CONTRACTOR'S attention is directed to all the latest applicable Sections of the Division of Industrial Safety, Construction Safety Orders, which requires that all falsework or vertical shoring installations where the height of the falsework or vertical shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds 14 feet, or where individual horizontal span lengths exceed 16 feet, or provision for vehicular or railroad traffic through falsework or vertical shoring is made, Plans and Calculations shall be approved and signed by a civil engineer, registered in the State of California; provided further, that a copy of the falsework plan or shoring layout shall be available on the job site at all times. The Engineer who designed the falsework or vertical shoring shall personally inspect such work and provide a written certification that the work conforms to the design. 2. The CONTRACTOR shall, in accordance with the requirements in GENERAL PROVISIONS submit detailed plans of the falsework proposed to be used. Such plans and calculations shall be in sufficient detail to indicate the general layout, sizes of members, anticipated stresses, grade of materials to be used in the ^. falsework, and typical soil conditions. 1 05/08/2007 CONCRETE FORMWORK POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03100-1 TENNIS COURTS 1.5 QUALITY ASSURANCE A. Tolerances: The variation from established grade or lines shall not exceed 1/4-inch in 10 feet 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 2.1 GENERAL A. Except as otherwise expressly accepted by the ENGINEER, all lumber brought on the job site for use as forms, shoring, or bracing shall be new material. 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 Plywood, steel panels All other work Steel panels, plywood or tongue and groove lumber 2.2 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 material approved by the ENGINEER 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. Forms for exposed exterior concrete surfaces shall be American Plywood Association (APA) High Density Overlay (HDO) Plyform Class I Ext. 48" X 96" X %" minimum thickness. Forms for other concrete surfaces shall be American Plywood Association (APA) Douglas Fir B-B Plyform Class I Exterior PS 1-76 %-inch minimum thickness. B. Unless otherwise shown, exterior corners in concrete members shall be provided with %- inch chamfers. Re-entrant corners in concrete members shall not have fillets unless otherwise shown. C. Forms and falsework to support the roof and floor slabs shall be designed for the total dead load, plus a live load of 30 psf (minimum). 05/08/2007 CONCRETE FORMWORK POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03100-2 TENNIS COURTS PART 3 - EXECUTION 3.1 GENERAL A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. The 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 properly installed before concrete placement and shall be maintained during placement. Such lines shall be used by CONTRACTOR'S personnel and by the INSPECTOR 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 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. 3.2 FORM DESIGN A. 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, 3/4-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. The 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 INSPECTOR. 3.3 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 will not be permitted 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. 05/08/2007 CONCRETE FORMWORK POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03100-3 TENNIS COURTS C. Form Ties: 1. Embedded Ties: Holes left by the removal of form tie cones shall be clean and rough before being filled with mortar as specified for "Finish of Concrete Surfaces" in Section 03300, "Cast-in-Place Concrete". Wire ties for holding forms will not be permitted. No form-tying device or part thereof, other than metal, shall be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. The use of snap-ties which cause spalling of the concrete upon form stripping or tie removal will not be permitted. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strength forms, the rods shall remain embedded and shall terminate not less than 1 -inch back from the formed face or faces of the concrete. 2. Removable Ties: Where taper ties are approved for use in non-water bearing structures, the larger end of the taper tie shall be on the wet side of walls in water retaining structures. After the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be located at the wall centerline. The hole shall be completely filled with non-shrink grout for water bearing and below-grade walls. The hole shall be completely filled with non-shrink or regular cement grout for above-grade walls which are dry on both sides. Exposed faces of walls shall have the outer 2-inches of the exposed face filled with a cement grout which shall match the color and texture of the surrounding wall surface. 3.4 REUSE OF FORMS Forms may be reused only if in good condition and only if acceptable to the INSPECTOR. 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 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 INSPECTOR. 3.5 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 damage to the concrete. No heavy loading on green concrete will be permitted. The period of time for formwork removal shall be in accordance with ACI 318, Chapter 6 and Section 303-1.4.1 of Standard Specifications and as follows: 1. In the case of concrete members subject to bending stresses, where the member relies upon forms for vertical support, forms shall remain in place until test cylinders attain a minimum comprehensive strength of 75 percent of the 28-day strength specified in Section 03300, "Cast-in-Place Concrete", provided, that no forms shall be disturbed or removed under 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 7 days. 05/08/2007 CONCRETE FORMWORK POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03100-4 TENNIS COURTS 2. Forms for all vertical walls and columns shall remain in place at least 3 days after the concrete has been placed. 3. Formwork removal shall also be subject to the curing requirements of section 03300 of these specifications and as authorized by the ENGINEER. The time required to establish said strength shall be determined by the ENGINEER based on test cylinders made for this purpose from the concrete placed and in accordance with ACI 318 and the curing requirements of section 03300. If the time so determined is more than the minimum time specified above, then that time shall be used as the minimum length of time. Forms for all parts of the WORK not specifically mentioned herein shall remain in place for periods of time as determined by the ENGINEER. 3.6 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, the forms shall be thoroughly cleaned. The 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, the CONTRACTOR shall perform the oiling at least two weeks in advance of their use. Care shall be exercised to keep oil off the surfaces of steel reinforcement and other metal items to be embedded in concrete. 3.7 FALSEWORK A. The CONTRACTOR shall be responsible for the design, engineering, construction, maintenance, and safety of all falsework, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable requirements of the provisions of the OSHA Safety and Health Standards for Construction, the requirements of the Construction Safety Orders of the California Division of Industrial Safety, and the requirements specified herein. B. All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstructure shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. C. Falsework shall be placed upon a solid footing, safe against undermining, and protected from softening. When the falsework is supported on timber piles, the maximum calculated pile loading shall not exceed 20 tons. When falsework is supported on any portion of the structure which is already constructed, the load imposed by the falsework shall be spread, distributed, and braced in such a way as to avoid any possibility of damage to the structure. 3.8 BACKFILL AGAINST WALLS A. Backfill against walls shall not be placed until concrete has attained compressive strength equal to specified 28-day comprehensive strength. B. Place backfill simultaneously on both sides of wall to prevent differential pressures. 05/08/2007 CONCRETE FORMWORK POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03100-5 TENNIS COURTS SECTION 03200 REINFORCEMENT STEEL PART 1 - GENERAL 1.1 THE REQUIREMENT A. The 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. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 03100 Concrete Formwork. B. Section 03290 Joints in Concrete. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. ACI 350 Recommended Practice for Sanitary Structure. WRI Manual of Standard Practice for Welded Wire Fabric. AWS D1.4 Structural Welding Code - Reinforcing Steel. ASTM A 82 Specification for Steel Wire, Plain, for Concrete Reinforcement. ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement. ASTM A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 05/08/2007 POINSETTIA COMMUNITY PARK PHASE 2A TENNIS COURTS Contract No. 4502 REINFORCEMENT STEEL 03200-1 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. The CONTRACTOR shall furnish shpp bending djagrams, placing lists, and drawings of all reinforcement steel prior to fabrication in accordance with the GENERAL PROVISIONS. 2. Details of the concrete reinforcement steel and concrete inserts shall be submitted by the CONTRACTOR at the earliest possible date after receipt by the CONTRACTOR of the Notice to Proceed. Said details of reinfprcement steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. The shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. The shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. 3. Where mechanical couplers are required or permitted to splice reinforcement steel, the CONTRACTOR shall submit for approval the manufacturer's literature which contains instructions and recommendations for installation for each type of coupler used; certified test reports which verify the load capacity of each type and size of coupler used; and shop drawings which show the location of each coupler with details of how it is to be installed in the formwork. 4. If reinforcement steel is spliced by welding at any location, the CONTRACTOR shall submit mill test reports which shall contain the information necessary for the determination of the carbon equivalent as specified in AWS D1.4. The CONTRACTOR shall submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding; merely a statement that AWS procedures will be followed is not acceptable. 1.5 QUALITY ASSURANCE A. The CONTRACTOR shall make provisi9ns for sampling reinforcing steel delivered to the job site. Two sampling bars, cut from different bars and 3 feet in length for bar sizes #3 through #5 and 5 feet in length for bars sizes #6 and larger, shall be taken from each 25 tons or fraction thereof, of each size and heat number delivered to the job site. When the name of the manufacturer, heat identification number, or chemical analysis is not known, the sampling interval shall be each 5 tons or fraction thereof, of each bar size and heat number. Cpsts of initial tests will be paid by the AGENCY. Additional tests due to material failing initial tests shall be paid by the CONTRACTOR. B. If reinforcement steel is spliced by welding at any location, the CONTRACTOR shall submit certifications of procedure qualifications for each welding procedure used and certification of welder qualifications, for each welding procedure, and for each welder performing the work. Such qualifications shall be as specified in AWS D1.4. C. The CONTRACTOR shall provide samples of each type of welded splice used in the work in a quantity and of dimensions adequate for testing. At the discretion of the INSPECTOR, radlographic testing of direct butt welded splices will be performed. The CONTRACTOR shall provide assistance necessary to facilitate testing. The CONTRACTOR shall repair any weld which fails to meet the requirements ofA t A I ^\ r^, A A ^^L _ A_ _*_!_ A! !ll f- _ _ • I »_.. *_!__ ^%l^™% f ___«•! • t 111 .AWS D1.4. The costs of testing will be paid by the CITY; except, the costs of all tests ft specified requirements shall be paid by the CONTRACTOR.which fail to meet D. The CONTRACTOR shall provide to the INSPECTOR written identification of reinforcement steel by manufacturer's heat number and mil certification, and the fabricator's release number and type from the point of fabrication to the place of final incorporation of the rebar into the work. 05/08/2007 REINFORCEMENT STEEL POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03200-2 TENNIS COURTS PART 2 - PRODUCTS 2.1 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. 2. Spiral reinforcement shall be cold-drawn steel wire conforming to the requirements of ASTM A 82. 3. All reinforcements shall be shop fabricated. Bending of reinforcing in the field will not be allowed. 4. Epoxy coated reinforcing steel shall be used where indicated on the drawing. 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. 2.2 MECHANICAL COUPLERS A. Mechanical couplers shall be approved by the Department of Building and Safety. Location of the Mechanical Couplers shall be approved by the ENGINEER. The couplers shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars being spliced at each splice. B. Where the type of coupler used is composed of more than one component, all components required for a complete splice shall be supplied. This shall apply to all mechanical splices, including those splices intended for future connections. C. The reinforcement steel and coupler used shall be compatible for obtaining the required strength of the connection. D. Couplers which are located at a joint face shall be a type which can be set either flush or recessed from the face as shown. The couplers shall be sealed during concrete placement to completely eliminate concrete or cement paste from entering. After the concrete is placed, couplers intended for future connections shall be plugged and sealed to prevent any contact with water or other corrosive materials. Threaded couplers shall be plugged with plastic plugs which have an O-ring seal. E. Hot-forged sleeve-type couplers shall not be used. 05/08/2007 REINFORCEMENT STEEL POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03200-3 TENNIS COURTS 2.3 WELDED SPLICES A. Welded splices shall be provided where shown and where approved by the ENGINEER. All welded splices of reinforcement steel shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars which are connected. B. All materials required to conform the welded splices to the requirements of AWS D1.4 shall be provided. PART 3 - EXECUTION 3.1 GENERAL A. 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. 3.2 FABRICATION A. General: Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as modified by the Drawings. Stirrups and tie bars shall be bent around a pin having a diameter not less than 11/fe-inch for No. 3 bars, 3-inch for No. 4 bars, and 21/fe-inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the bar diameter, except for bars larger than 1 inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. B. The CONTRACTOR shall fabricate reinforcement bars for structures in accordance with bending diagrams, placing lists, and placing drawings. Said drawings, diagrams, and lists shall be prepared by the CONTRACTOR as specified under GENERAL PROVISIONS. C. Fabricating Tolerances: Bars used for concrete reinforcement shall meet the following requirements for fabricating tolerances: 1. Sheared length: ± 1 inch 2. Depth of truss bars: + 0, -1/2 inch 3. Stirrups, ties, and spirals: ±1/2 inch 4. All other bends: ± 1 inch 3.3 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, spacers 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, the CONTRACTOR shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. 05/08/2007 REINFORCEMENT STEEL POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03200-4 TENNIS COURTS 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. 3.4 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 1Y* times the maximum size of the coarse aggregate, nor less than one inch. B. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than one inch. C. In columns, the clear distance between longitudinal bars shall be not less than 11/2 times the bar diameter, nor less than 11/a times the maximum size of the coarse aggregate, nor less than 11/2 inches. D. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.5 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. 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 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. D. Splices in column spiral reinforcement, when necessary, shall be made by welding or by a lap of 11/2 turns. 05/08/2007 REINFORCEMENT STEEL POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03200-5 TENNIS COURTS E. 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. 3.6 CLEANING AND PROTECTION A. 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. o 05/08/2007 POINSETTIA COMMUNITY PARK PHASE 2A TENNIS COURTS Contract No. 4502 REINFORCEMENT STEEL 03200-6 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all materials for concrete 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, in accordance with the requirements of the Contract Documents. B. The following types of concrete shall be covered in this Section: 1. Structure Concrete: Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework 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. 3. Lean Concrete: Concrete to be used for thrust blocks, pipe trench cut-off blocks and cradles, where the preceding items are detailed on the Drawings as unreinforced. Concrete to be used as protective cover for dowels intended for future connection. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 03100 Concrete Formwork. B. Section 03200 Reinforcement Steel. C. Section 03290 Joints in Concrete. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards. 1. Federal Specifications: UU-B-790A (Int. Amd. 1) Building Paper, Vegetable Fiber (Kraft, Waterproofed, Water Repellant and Fire Resistant). 2. Commercial Standards: ACI 214 Recommended Practice for Evaluation of Strength Test Results of Concrete. ACI 301 Specifications for Structural Concrete for Buildings. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 03300-1 TENNIS COURTS ACI315 ACI318 ACI 347 ACI 350 ASTM C 31 ASTM C 33 ASTM C 39 ASTM C 40 ASTM C 42 ASTM C 78 ASTM C 88 ASTM C 94 ASTM C 114 ASTM C 131 ASTM C 136 ASTM C 143 ASTM C 150 ASTM C 156 ASTM C 157 ASTM C 172 ASTM C 192 Details and Detailing of Concrete Reinforcement. Building Code Requirements for Reinforced Concrete. Recommended Practice for Concrete Formwork. Recommended Practice for Sanitary Structure. Practices for Making and Curing Concrete Test Specimens in the Field. Specification for Concrete Aggregates. Test Method for Compressive Strength of Cylindrical Concrete Specimens. Test Method for Organic Impurities in Fine Aggregates for Concrete. Methods of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. Specification for Flexural Strength. Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. Specification for Ready-Mixed Concrete. Method for Chemical Analysis of Hydraulic Cement. Test Method for Resistance to Degradation of Small-Sized Coarse Aggregate by Abrasion. Method for Sieve Analysis of Fine and Coarse Aggregate. Test Method for Slump of Portland Cement Concrete. Specification for Portland Cement. Test Method for Water Retention by Concrete Curing Materials. Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete. Specification for Sampling Fresh Concrete. Method of Making and Curing Concrete Test Specimens in the Laboratory. D 05/08/2007 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS Contract No. 4502 CAST-IN-PLACE CONCRETE 03300-2 ASTM C 260 Specification for Air-Entraining Admixtures for Concrete. ASTM C 289 Test Method for Potential Reactivity of Aggregates (Chemical Method). ASTM C 311 Method for Sampling and Testing Fly Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete. ASTM C 494 Specification for Chemical Admixtures for Concrete. ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-Extruding and Resilient Bituminous Types). ASTM E 119 Method for Fire Tests of Building Construction and Materials. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Mix Designs: Prior to beginning the WORK, the CONTRACTOR shall submit to the ENGINEER, for review, and approval, preliminary concrete mix designs for each class and type of concrete specified herein. The mix designs shall be designed by an independent testing laboratory acceptable to the ENGINEER. All costs related to such mix design shall be borne by the CONTRACTOR. Each concrete mix submittal shall contain the following information: a) Slump on which the design is based. b) Total gallons of water per cubic yard. c) Brand, type, composition and quantity of cement. d) Brand type, composition and quantity of fly ash. e) Specific gravity and gradation of each aggregate. f) Ratio of fine to total aggregate per cubic yard. g) Weight (surface dry) of each aggregate per cubic yard. h) Brand, type, and ASTM designation, active chemical ingredients and quantity of each admixture. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-3 TENNIS COURTS i) Copy of the Building and Safety Research Report Approval for each concrete admixture. j) Air content. k) Compressive strength based on 7-day and 28-day compression tests, including standard deviation calculations, corroborative data (if applicable), and required average comprehensive strength per ACI 318, Section 5. I) Time of initial set. m) Certification stamp and signature by a Civil or Structural engineer registered in State of California. n) Certificate of Compliance for Cement. 2. Certified Delivery Tickets: Where ready-mix concrete is used, the CONTRACTOR shall provide certified weighmaster delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the public weighmaster's signature, and the total quantities, by weight of cement, sand, each class of aggregate, admixtures, and the amounts of water 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. 3. When a water reducing admixture is to be used, the CONTRACTOR shall furnish mix designs for concrete both with and without the admixture. 4. The CONTRACTOR shall furnish a Certificate of Compliance signed by the supplier identifying the type of fly ash and stating that the fly ash complies with ASTM C 618 and these Specifications, together with all supporting test data prior to the use of the fly ash the sample represents. The supporting data shall also contain test results confirming that the fly ash in combination with the cement and water to be used meets all strength requirements and is compatible with air-entraining agents and other admixtures. 5. The CONTRACTOR shall submit to the ENGINEER for review the design mix for fly ash concrete together with the design mix for portland cement (non-fly ash) concrete as specified in this Section. 1.5 QUALITY ASSURANCE A. Tests on component materials and for compressive strength and shrinkage 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 cement, aggregates, and concrete, will be borne by the CITY. However, the CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-4 TENNIS COURTS C. Concrete for testing shall be supplied by the CONTRACTOR at no cost to the CITY, and the CONTRACTOR shall provide assistance and facilities to the INSPECTOR 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 INSPECTOR to ensure 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. 3. Compression tests shall be performed in accordance with ASTM C 39. Two test cylinders will be tested at 7 days as necessary and two at 28 days. Any remaining cylinders will be held to verify test results, if needed. E. Evaluation and acceptance of compressive strength concrete shall be based on the following criteria: 1. Drying shrinkage tests shall be provided by the CONTRACTOR for the trial batch specified in the Paragraph in Part 2 entitled "Trial Batch and Laboratory Tests," and during construction to ensure continued compliance with these Specifications. 2. Drying shrinkage specimens shall be 4-inch by 4-inch by 11 -inch prisms with an effective gage length of 10 inches, fabricated, cured, dried and measured in accordance with ASTM C 157 modified as follows: specimens shall be removed from molds at an age of 23 ±1 hours after trial batching, shall be placed immediately in water at 70 degrees F ±3 degrees F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F ±3 degrees F. Measurement to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 3. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "0" days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001 at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004-inch, the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as specified in Part 2, herein. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-5 TENNIS COURTS G. Construction Tolerances: The CONTRACTOR shall set and maintain concrete forms and perform finishing operations so as to ensure 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. H. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: ... " :-! -. Item * •-'; . -;;-. -.*. ~ Variation of the constructed linear outline from the established position in plan. Variation from the level or from the grades shown. Variation from the plumb Variation in the thickness of slabs and walls Variation in the locations and sizes of slabs and wall openings ;• \ ?t ^Tolerance "• -. ^ -. . In 10 feet: %-inch; In 20 feet or more: 1/4-inch In 10 feet: %-inch; In 20 feet or more: 14-inch In 10 feet: %-inch; In 20 feet or more: 1/4-inch Minus %-inch; Plus %-inch Plus or minus %-inch I. For each class of fly ash, all testing and sampling procedures shall conform with these Specifications and ASTM C 311, including the restriction that one sample weighing 4 pounds shall be taken from at least each 200 tons of fly ash supplied. J. Separate storage facilities shall be provided for fly ash. Fly ash shall be stored in such a manner as to permit ready access for the purpose of inspection and sampling and suitably protected against contamination or moisture. Should any fly ash show evidence of contamination or moisture or be otherwise unsuitable, the INSPECTOR may reject it and require that it be removed from the site. Each class of fly ash used in concrete for this project shall be from the same source. PART 2 - PRODUCTS 2.1 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. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-6 TENNIS COURTS 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. The term "alkalies" referred to herein is defined as the sum of the percentage of sodium oxide and 0.658 times the percentage of potassium oxide (Na20 + 0.658 K20). These oxides shall be determined in accordance with ASTM C 114. 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. Sacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mail test reports for each shipment of cement to be used shall be submitted to the INSPECTOR. Concurrent with strength design criteria, concrete shall also be proportioned to provide the requisite durability to satisfy the exposure conditions imposed by either environment and/or service. Durability, in this context, refers to the ability of the concrete to resist deterioration from the environment or service in which it is placed. Concrete proportioned in accordance with ACI 318, chapter 4, Durability Requirements, will meet this criteria. 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. 3. Aggregates shall be obtained from pits acceptable to the INSPECTOR, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified herein. 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. See the Paragraph in Part 2 entitled 'Trial Batch and Laboratory Tests" for the use of the size groups. b. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. 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. d. When tested in accordance with ASTM C 289, the ratio of silica released to reduction in alkalinity shall not exceed 1.0. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 03300-7 TENNIS COURTS e. When tested in accordance with ASTM C 40, the fine aggregate shall produce a color in the supernatant liquid no darker than the reference standard color solution. f. When tested in accordance with ASTM C 131, the coarse aggregate shall show a loss not exceeding 42 percent after 500 revolutions, or 10.5 percent after 100 revolutions. g. When tested in accordance with ASTM C 88, the loss resulting after five cycles shall not exceed 10 percent for fine or coarse aggregate when using sodium sulfate. 4. Ready-mix concrete shall conform to the requirements of ASTM C 94. 5. Admixtures: The ENGINEER may require the use of admixtures or the CONTRACTOR may propose to use admixtures 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 and continued use of an admixture shall be approved by the ENGINEER. Admixtures specified herein, other than calcium chloride, 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. These admixtures shall not be used in greater doses than those recommended by the manufacturer or permitted by the ENGINEER. The permitted dosage of the admixture shall not exceed that which will result in an increase in the driving shrinkage of the concrete in excess of 20 percent when used in precast or prestressed concrete, or 10 percent when used in any other structural concrete. The strength of concrete containing the admixture in the amount of proposed shall, at the age of 48 hours and longer be not less than that of similar concrete without the admixture. The admixture shall not adversely affect the specified air content, unless permitted by the ENGINEER. a. 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 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 Master Builder's Pozzolith 50C, or equal shall be used. b. Low range water reducer 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. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-8 TENNIS COURTS c. High range water reducer shall be sulfonated polymer conforming to ASTM C 494, Type F or G. If the high range water reducing agent is added to the concrete at the batch plant, it shall be second generation type, Daracem 100, as manufactured by W.R. Grace & Co. 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. If the high range water reducer is added to the concrete at the job site, it shall be used in conjunction with a low range water reducer and shall be Pozzolith 400N and Pozzolith MBL82, as manufactured by Masterbuilders, or equal. Concrete shall have a slump of 3-inches ± Vz- inch prior to adding the high range water reducing admixture at the job site. The high range water reducing admixture shall be accurately measured and pressure injected into the mixer as a single dose by an experienced technician. A standby system shall be provided and tested prior to each day's operation of the job site system. Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. d. 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 3 to 4 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 6 percent. The CITY 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. Calcium Chloride: Except as otherwise provided herein, calcium chloride will not be permitted to be used in concrete. 7. Fly ash/pozzolan shall conform to ASTM C 618, including the requirements of Table 1A, therein, section 2.5 D of this section and the following supplementary requirements: a. Class C fly ash • Loss on ignition, maximum 2 percent • S03 content, maximum 4 percent • Moisture content, maximum 1 percent • R = (CaO - 5%)/(Fe203), maximum 4.5 b. Class F fly ash • Loss on ignition, maximum 4 percent • S03 content, maximum 3 percent • Moisture content, maximum 1 percent • R = (CaO - 5%)/Fe203), maximum 0.75 05/08/2007 CAST-IN-PUCE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-9 TENNIS COURTS 2.2 CURING MATERIALS A. Materials for curing concrete as specified herein shall conform to the following requirements: 1. Concrete curing compound shall conform to the requirements of ASTM C309 Type 1-D (clear or translucent with a fugitive dye), Class B (Resin Type Only), except the loss of water shall not exceed 0.15 kilograms per square meter in 24 hours nor 0.45 kilograms per square meter in 72 hours when tested in accordance with ASTM C 156. The CONTRACTOR shall provide, when requested by the ENGINEER, certified copies of vendor's test report showing compliance with ASTM C 309 and these specifications. The testing and the report shall be supplied without cost to the Agency. All compounds shall be furnished by the CONTRACTOR in sealed original containers labeled in accordance with ASTM C 309 and with the date of manufacture. 2. Polyethylene sheet for use as concrete curing blanket shall be white and conform to ASTM C 171. 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. 3. 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. 4. Polyethylene-coated burlap for use as concrete curing blanket shall conform to ASTM C 171. 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. 5. Curing mats for use in Curing Method 6 as specified herein, shall be heavy shag rugs or carpets or cotton mats quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. 6. Evaporation retardant shall be a material such as Confilm as manufactured by Masterbuilders, Cleveland, OH, or equal. 2.3 NON-WATERSTOP JOINT MATERIALS A. Materials for non-waterstop joints in concrete shall conform to the following requirements: 1. Preformed joint filler shall be a non-extruding, resilient, bituminous type conforming to the requirements of ASTM D 1751. 2. Elastomeric joint sealer shall conform to the requirements of Section 07900, "Joint Sealants". 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-10 TENNIS COURTS 3. Mastic joint sealer shall be a material that does not contain evaporating solvents; that will tenaciously adhere to concrete surfaces; that will remain permanently resilient and pliable; that will not be affected by continuous presence of water and will not in any way contaminate potable water; and that will effectively seal the joints against moisture infiltration even when the joints are subject to movement due to expansion and contraction. The sealer shall be composed of special asphalts or similar materials blended with lubricating and plasticizing agents to form a tough, durable mastic substance containing no volatile oils or lubricants and shall be capable of meeting the test requirements set forth hereinafter, if testing is required by the ENGINEER. 2.4 MISCELLANEOUS MATERIALS A. Floor sealer/hardener shall be a colorless, aqueous solution of zinc and/or magnesium fluosilicate or of sodium silicate, and shall be as manufactured by Masterbuilders Company, W.R. Grace Co., or equal. The solution shall be delivered ready for use in the manufacturer's original sealed containers. Each gallon of the fluosilicate solution shall contain not less than 2 pounds of crystals. B. Dampproofing agent shall be an asphalt emulsion, such as Sonneborn Hydrocide 660, or equal. C. Epoxy adhesives shall be the following products for the applications specified: 1. For bonding freshly-mixed, plastic concrete to hardened concrete, Sikadur Hi-Mod Epoxy Adhesive, as manufactured by Sika Chemical Corporation, Concresive 1001-LPL, as manufactured by Adhesive Engineering Company; or equal. 2. For bonding hardened concrete or masonry to steel, Sikadur Hi-Mod Gel, or equal. 2.5 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 with more than 41 percent of sand of the total weight of fine and coarse aggregate shall not be used. 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 CITY. All changes shall be subject to review by the ENGINEER. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-11 TENNIS COURTS B.Water-Cement Ratio and Compressive Strength: The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Type of Work Min. 28-Day Compr. v Strength (psl) , Aggregate . Structural concrete 4,000 1-1/2 7.0 0.45 Sitework concrete 2,500 5.5 0.50 Lean concrete 2,000 4.0 0.60 c. D. Note: One sack of cement equals 94 Ib. Adjustments to Mix Design: The mixes used shall be changed whenever such change is necessary or desirable to secure the required strength, density, workability, and surface finish and the CONTRACTOR shall be entitled to no additional compensation because of such changes. Fly ash/pozzolan may be used when approved by the ENGINEER as a partial cement replacement in concrete as follows: 1. Fly ash shall replace not more than 10 percent by weight of the Portland cement in the design mix. The design mix shall contain a minimum of 7 sacks of cement per cubic yard before the replacement is made. 2. Fly ash for hydraulic/liquid containing structures shall be Class F fly ash only. Fly ash for all other structures shall be Class C or F fly ash. 2.6 CONSISTENCY The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce a concrete which can be worked properly into place without segregation, and which can be compacted by the vibratory methods herein specified to give the desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature or moisture content of the aggregates, to maintain uniform production of a 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 Footings and slabs Other work With high range water reducer added -* ' ' " "Slump (in) , ; ,•' - -\ t- ~ 3-inches + 1/2-inch, -1-inch 3-inches ± 1-inch 8-inches max 05/08/2007 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS Contract No. 4502 CAST-IN-PLACE CONCRETE 03300-12 2.7 TRIAL BATCH AND LABORATORY TESTS A. Before placing any concrete, a Department of Building and Safety testing laboratory approved by the ENGINEER shall prepare, within 30 calendar days after the date of the Notice to Proceed, a trial batch of each class of concrete having a 28-day strength of 4,000 psi or higher, based on the preliminary concrete mixes submitted by the CONTRACTOR. During the trial batch the aggregate proportions may be adjusted by the testing laboratory using the two coarse aggregate size ranges to obtain the required properties. If one size range produces an acceptable mix, a second size range need not be used. Such adjustments shall be considered refinements to the mix design and shall not be the basis for extra compensation to the CONTRACTOR. All concrete shall conform to the requirements of this Section, whether the aggregate proportions are from the CONTRACTOR'S preliminary mix design, or whether the proportions have been adjusted during the trial batch process. The trial batch shall be prepared using the aggregates, cement and admixture proposed for the project. The trial batch materials shall be of a quantity such that the testing laboratory can obtain 3 drying shrinkage, and 10 compression test specimens from each batch. The cost of not more than 3 laboratory trial batch tests for each specified concrete strength shall be borne by the CITY. Any additional trial batch testing required shall be performed at the expense of the CONTRACTOR. B. The determination of compressive strength will be made by testing 6-inch diameter by 12-inch high cylinders; made, cured and tested in accordance with ASTM C 192 and ASTM C 39. 5 compression test cylinders shall be tested at 7 days and 5 at 28 days. The average compressive strength for the 5 cylinders tested at 28 days for any given trial batch shall not be less than the appropriate sections of ACI 318 of the specified compressive strength. C. A sieve analysis of the combined aggregate for each trial batch shall be performed according to the requirements of ASTM C 136. Values shall be given for percent passing each sieve. 2.8 SHRINKAGE LIMITATION A. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21 -day drying age or at 28-day drying age shall be 0.036 percent or 0.042 percent, respectively. The CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. B. The maximum concrete shrinkage for specimens cast in the field shall not exceed the trial batch maximum shrinkage requirement by more than 25 percent. C. If the required shrinkage limitation is not met during construction, the CONTRACTOR shall take any or all of the following actions, at no additional cost to the CITY, for securing the specified shrinkage requirements. These actions may include changing the source or aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the curing requirements; or other actions designed to minimize shrinkage or the effects of shrinkage. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-13 TENNIS COURTS 2.9 MEASUREMENT OF CEMENT AND AGGREGATE The amount of cement and of each separate size of aggregate entering into each batch of concrete shall be determined by direct weighing equipment furnished by the CONTRACTOR and acceptable to the ENGINEER; provided that, where batches are so proportioned as to contain an integral number of conventional sacks of cement, and the cement is delivered at the mixer in the original unbroken sacks, the weight of the cement contained in each sack may be taken without weighing as 94 pounds. 2.10 MEASUREMENT OF WATER The quantity of water entering the mixer shall be measured by a suitable water meter or other measuring device of a type acceptable to the ENGINEER and capable of measuring the water in variable amounts within a tolerance of one percent. The water feed control mechanism shall be capable of being locked in position so as to deliver constantly any specified amount of water to each batch of concrete, and the meter shall include a set-back register with a readily visible vertical face and double hands indicating in cubic feet and decimals thereof. A positive quick-acting valve shall be used for a cut- off in the water line to the mixer. The operating mechanism must be such that leakage will not occur when the valves are closed. 2.11 READY-MIXED CONCRETE A. At the CONTRACTOR'S option, ready-mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the following supplementary requirements. 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 300 revolutions, whichever is first. In hot weather, or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete shall not exceed 90 degrees F. 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. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-14 TENNIS COURTS 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 one inch when the specified slump is 3-inches or less, or if they differ by more than 2-inches when the specified slump is more than 3-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 INSPECTOR in accordance with the Paragraph in Part 1 entitled "Certified Delivery Tickets". G. The use of non-agitating equipment for transporting ready-mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready-mixed concrete will not be permitted. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates shall be subject to continuous inspection at the batching plant by the INSPECTOR. PART 3 - EXECUTION 3.1 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: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. Slump: Maximum slumps shall be as specified herein in Section 2.6. D. Retempering: Retempering of concrete or mortar which has partially hardened will not be permitted. 3.2 PREPARATION OF SURFACES FOR CONCRETING A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-15 TENNIS COURTS B. Joints in Concrete: 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 followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. C. After the surfaces have been prepared, all approximately horizontal construction joints shall be covered with a layer of mortar approximately two-inch thick. The mortar shall have the same proportions of cement and sand as the regular concrete mixture. The water-cement ratio of the mortar in place shall not exceed that of the concrete to be placed upon it, and the consistency of the mortar shall be suitable for placing and working in the manner hereinafter specified. The mortar shall be spread uniformly and shall be worked thoroughly into all irregularities of the surface. Wire brooms shall be used where possible to scrub the mortar into the surface. Concrete shall be placed immediately upon the fresh mortar. When casting deep walls (more than 6 feet high) over slabs or footings, in lieu of the two-inch thick mortar, a 6-inch lift of a rich pea gravel mix with the same water-cement ratio as the wall concrete shall be placed and spread uniformly. Wall concrete shall follow immediately and shall be placed upon the fresh pea gravel mix. D. Embedded Items: No concrete shall 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 INSPECTOR at least 24 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 or by shop drawings and shall be acceptable to the INSPECTOR before any concrete is placed. Accuracy of placement is the responsibility of the CONTRACTOR. G. Where concrete is to be cast against old concrete, (greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by sand-blasting, exposing the aggregate. In concrete shear-walls, suspended slabs and roof slabs, the interface surface at construction joints shall be roughened to a full amplitude of one quarter inch. The hardened surface shall be cleaned of all latent foreign material and washed clean, prior to the application of an epoxy bonding agent. 05/08/2007 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS Contract No. 4502 CAST-IN-PLACE CONCRETE 03300-16 H. No concrete shall be placed in any 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. No concrete shall be deposited underwater nor shall the CONTRACTOR allow still water to rise on any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. I. 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. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. J. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided for during the placing of concrete. K. Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. L. Cleaning: The 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 the concrete is placed. 3.3 HANDLING, TRANSPORTING, AND PLACING A. General: Placing of concrete shall conform to the applicable requirements 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. No concrete shall be placed except in the presence of duly authorized representative of the INSPECTOR. The CONTRACTOR shall notify the INSPECTOR in writing at least 48 hours in advance of placement of any concrete. D. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; and care shall be taken to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 feet of vertical rise per hour. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-17 TENNIS COURTS E. Casting New Concrete Against Old: An approved epoxy adhesive bonding agent shall be applied to the old surfaces according to the manufacturer's written recommendations. This provision shall not apply to joints where waterstop is installed. F. Conveyor Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the CONTRACTOR'S conveying, hoisting and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the ENGINEER. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. G. Placement in Slabs: Concrete placed in sipping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the pour. As the work progresses, the 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. H. Temperature of Concrete: The temperature 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, the CONTRACTOR shall employ effective means, such as precopling 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. The CONTRACTOR shall be entitled to no additional compensation on account of the foregoing requirements. I. 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. 3.4 PUMPING OF CONCRETE A. General: If the pumped concrete does not produce satisfactory end results, the CONTRACTOR shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment: The 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, the CONTRACTOR may have a standby pump on the site during pumping. C. The minimum diameter of the hose (conduits) shall be 4-inches. D. Pumping equipment and hoses (conduits) that are not functioning properly, shall be replaced. E. Aluminum conduits for conveying the concrete will not be permitted. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 03300-18 TENNIS COURTS F. Proportioning: Minimum compressive strength, cement content, and maximum size of aggregates shall be as specified 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 modulus of sand used shall not be over 3.00. I. Water and slump requirements shall conform to the requirements of this Section. J. Cement and admixtures shall conform to the requirements of this Section. K. Field Control: Concrete samples for slump per ASTM C 143 and test cylinders per ASTM C 31 and C 39. 3.5 ORDER OF PLACING CONCRETE A. 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, except that the corner sections of vertical walls shall not be placed until the 2 adjacent wall panels have cured at least 14 days. B. The surface of the concrete shall be level whenever a run of concrete is stopped. To ensure a level, straight joint on the exposed surface of walls, a wood strip at least 3/4-inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about 1/2-inch above the underside of the strip. About one hour after the concrete is placed, the strip shall be removed and any irregularities in the edge formed by the strip shall be leveled with a trowel and all laitance shall be removed. 3.6 TAMPING AND VIBRATING A. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners 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 (8,000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. B. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat-strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-19 TENNIS COURTS C. 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 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. 3.7 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 Part 1, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces: No treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. Where architectural finish is required, it shall be as specified or as shown. C. Uniformed Surfaces: After proper and adequate vibration and tamping, all uniformed 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. Finish U1 - 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. 2. Finish U2 - 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. Excessive floating of surfaces while the concrete is plastic and dusting of dry cement and sand on the concrete surface to absorb excess moisture will not be permitted. 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. 3. Finish U3 - After the floated surface (as specified for Finish U2) 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. 4. Finish U4 - Steel trowel finish (as specified for Finish U3) 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. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 03300-20 TENNIS COURTS D. Uniformed surfaces shall be finished according to the following schedule: UNIFORM SURFACE FINISH SCHEDULE • ' •' Area V"v? "'.v*C' "•-'"• ••'%A •„-'.' Grade slabs and foundations to be covered with concrete or fill material Floors to be covered with grouted tile or topping grout Slabs which are water bearing with slopes 10 percent and less Sloping slabs which are water bearing with slopes greater than 10 percent Slabs not water bearing Slabs to be covered with built-up roofing Interior slabs and floors to receive architectural finish Finish U1 U2 U3 U4 U4 U2 U2 E. Floor Sealer Hardener (Surface Applied): 1. Floors to receive hardener shall be cured, cleaned, and dry with all work above them completed. Apply zinc and/or magnesium fluosilicate evenly, using 3 coats, allowing 24 hours between coats. 2. The first coat shall be 1/3 strength, second coat 1/2 strength, and third coat 2/3 strength. Each coat shall be applied so as to remain wet on the concrete surface for 15 minutes. If sodium silicate is used, it shall be applied evenly, using 3 coats, allowing 24 hours between coats, and the material shall be applied full strength at the rate of one gallon per 300 square feet. Approved proprietary hardeners shall be applied in conformance with the manufacturer's instruction. After the final coat is completed and dry, surplus hardener shall be removed from the surface by scrubbing and mopping with water. 3. Floor hardener shall be applied where shown. 3.8 ARCHITECTURAL FINISH A. Smooth Concrete Finish: Immediately after the forms have been stripped, the concrete surface shall be inspected and all poor joints, voids, rock pockets, or other defective areas shall be repaired and all form-tie fastener holes filled as specified herein. B. After the concrete has cured at least 10 days, the surface shall be wetted, and a grout shall be applied with a brush. The grout shall be made by mixing one part Portland cement and one part of fine sand that will pass a No. 16 sieve with sufficient water to give it the consistency of thick paint. The cement used in said grout shall be 1/2 gray and 1/2 white portland cement, as determined by the ENGINEER. White portland cement shall be Atlas white, or equal, furnished by the CONTRACTOR. Calcium chloride in the amount of 5 percent by volume of the cement shall be used in the brush coat. The freshly applied grout shall be vigorously rubbed into the concrete surface with a wood float filling all small air holes. After all the surface grout has been removed with a steel trowel, the surface shall be allowed to dry and, when dry, shall be vigorously rubbed with burlap to remove completely all surface grout so that there is no visible paint-like film of grout on the concrete. The entire cleaning operation for any area shall be completed the day it is started, and no grout shall be left on the surface overnight. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-21 TENNIS COURTS C. Surface Overnight: Cleaning operations for any given day shall be terminated at panel joints. It is essential that the various operations to carefully timed to secure the desired effect which is a light-colored concrete surface of uniform color and texture without any appearance of a paint or grout film. D. Before beginning any of the final treatment on exposed surfaces, the CONTRACTOR shall treat in a satisfactory manner a trial area of at least 200 square feet in some inconspicuous place selected by the ENGINEER and shall preserve said trial area undisturbed until the completion of the job. E. All architecturally-treated concrete surfaces shall conform to the accepted sample in texture, color, and quality. It shall be the CONTRACTOR'S responsibility to maintain and protect the concrete finish. F. Sandblasted Concrete Finish: Sandblasting shall be done in a safe manner acceptable to local authorities, SCAQMD and per OSHA requirements. The sandblasting shall be a light sandblast to remove laitance and to produce a uniform fine aggregate surface texture with approximately 1/32- to 1/16-inch of surface sandblasted off. Corners, patches, form panel joints, and soft spots shall be sandblasted with care. The sandblasting work shall not proceed until after treatment of surface defects as specified herein, are completed. G. A 3-sq ft sample panel of the sandblasting finish shall be provided by the CONTRACTOR for acceptance by the ENGINEER prior to starting the sandblasting work. The sample panel shall include a corner, plugs, and joints and shall be marked after approval. All other sandblasting shall be equal in finish to the sample panel. H. Protection against sandblasting shall be provided on all surfaces and materials not requiring sandblasting but within or adjacent to areas being sandblasted. After sandblasting, the concrete surfaces shall be washed with clean water and excess sand removed. 3.9 CURING AND DAMPPROOFING General: All concrete shall be cured for not less than 10 days after placing, in accordance with the methods specified herein for the different parts of the work, and described in detail in the following paragraphs: -•'A , -• Surface to be Cured or Dampproofed Unstripped forms Wall sections with forms removed Construction joints between footings and walls, and between floor slab and columns Encasement concrete and thrust blocks All concrete surfaces not specifically provided for elsewhere in this paragraph Floor slabs on grade Roof and slabs not on grade Exterior buried surfaces of roof slabs [and basement walls] All liquid and water retaining structures Method 1 6 2 3 4 5 6 7 2 05/08/2007 POINSETTIA COMMUNITY PARK - PHASE 2A TENNIS COURTS Contract No. 4502 CAST-IN-PLACE CONCRETE 03300-22 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 10 days of placing the concrete, curing shall be continued in accordance with Method 6, herein. 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. Method 3: The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. Method 4: The surface shall be sprayed with a liquid curing compound. 1. Curing compound shall be applied in 2 coats according to the manufacturer's printed instructions. The direction of application of the second coat shall be perpendicular to the first. The second coat shall be applied when the first coat is dry to touch, but not to exceed 4 hours. Each coat shall be applied at a rate not more than 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. The CONTRACTOR shall maintain and monitor the curing compound membrane for a minimum of 10 days. Should the seal be damaged or broken before the expiration of this curing period, the break shall be repaired 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. Application of the curing compound to the concrete shall commence as soon as the finished surface of the concrete reaches a uniformly damp appearance with no free water on the surface. Curing compound shall also be applied no later than 2 hours after removal of forms from contact with formed surfaces or after the placement of concrete on the subgrade. At any point, the application rate shall be within 50 square feet per gallon of the nominal rate and the average application rate shall be within 25 square feet per gallon of the nominal rate specified when tested in accordance with California Test 535. 5. 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. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-23 TENNIS COURTS 6. At the time of use, pigmented curing compounds shall be maintained in a <-*^| thoroughly mixed condition. Containers of curing compound shall remain air-tight ^/ when not in use. 7. The CONTRACTOR shall apply curing compound in the presence of the INSPECTOR. Curing compound shall be applied to form a continuous and uniform membrane. Method 5: Immediately after the concrete has been screeded, it shall be treated with a liquid evaporation retardant. The retardant shall be used again after each work operation as necessary to prevent drying shrinkage cracks. 1. Immediately after each square foot of the concrete has been finished, it shall be given a coat of curing compound in accordance with Method 4, herein. Not less than one hour nor more than 4 hours after the coat of curing compound has been applied, the surface shall be wetted with water delivered through a fog nozzle, and concrete-curing blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2-inch wide strips of sealing tape or with edges lapped not less than 3-inches and fastened together with a waterproof cement to form a continuous watertight joints. 2. The curing blankets shall be left in place during the 10-day curing period and shall not be removed until after concrete for adjacent work has been placed. /M^ Should the curing blankets become torn or otherwise ineffective, the '.^y CONTRACTOR shall replace damaged sections. During the first 3 days of the curing period, no traffic of any nature and no depositing, temporary or otherwise, of any materials shall be permitted on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8-inch minimum thickness, laid over the curing blanket. The CONTRACTOR shall add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times. Method 6: Concrete slabs shall be treated with an evaporation retardant as specified in Method 5. The concrete shall be kept continuously wet by the application of water for a minimum period of at least 10 consecutive days beginning immediately after the concrete has been placed or forms removed. Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. The curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed and curing compound immediately applied in accordance with Method 4, herein. The CONTRACTOR shall dispose of excess water from the curing operation to avoid damage to the work. ^^ '1•^-^ 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-24 TENNIS COURTS Method 7: 1. Method 6 shall be used for curing. 2. Immediately after completion of curing, the surface shall be sprayed with a dampproofing agent consisting of an asphalt emulsion. Application shall be in 2 coats. The first coat shall be diluted to 1/2 strength by the addition of water and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon of dilute solution. The second coat shall consist of an application of the specified material, undiluted, and shall be sprayed on so as to provide a maximum coverage rate of 100 square feet per gallon. Dampproofing material shall be as specified herein. 3. As soon as the asphalt emulsion, applied as specified herein, has taken an initial set, the entire area thus coated shall be coated with whitewash. Any formula for mixing the whitewash may be used which produces a uniformly coated white surface and which so remains until placing of the backfill. Should the whitewash fail to remain on the surface until the backfill is placed, the CONTRACTOR shall apply additional whitewash. 3.10 PROTECTION The CONTRACTOR shall protect all concrete against injury until final acceptance by the CITY. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow. The 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, the 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. 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, the 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. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-25 TENNIS COURTS 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 temperatures 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, special care shall be taken 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 and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until after inspection by the ENGINEER. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall have them 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 ^m. the CONTRACTOR at its own expense. Cjf B. Defective surfaces to be repaired shall be cut back from trueline a minimum depth of 1/2-inch over the entire area. Feathered edges will not be permitted. 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 shooting with shotcrete or with 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 material used for repair purposes shall consist of a mixture of one sack of cement to 3 cubic feet of sand. 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 so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired in an approved manner with non-shrink grout. Holes left by form-tying devices having a rectangular cross-section, and other imperfections having a depth greater than their least surface dimension, shall not be reamed but shall be repaired in an approved manner with non-shrink grout. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-26 TENNIS COURTS D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of this Section, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. Surfaces of said repairs shall receive the same kind and amount of curing treatment as required for the concrete in the repaired section. E. Prior to filling any structure with water, all cracks that may have developed shall be repaired to the satisfaction of the ENGINEER. This repair method shall be done on the water bearing face of the members. Prior to backfilling, faces of members in contact with fill, which are not covered with a waterproofing membrane, shall also have cracks repaired as specified herein. 3.13 CARE AND REPAIR OF CONCRETE General: The CONTRACTOR shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the CITY. 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, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the CONTRACTOR'S expense. 05/08/2007 CAST-IN-PLACE CONCRETE POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 03300-27 TENNIS COURTS SECTION 03380 POST-TENSIONED CONCRETE PART1 -GENERAL 1.1 GENERAL CONDITIONS A. Section Includes: 1. Cast-in-place post-tensioned concrete framing members and slabs. 2. Sheathing-covered tensioning tendons for unbonded system. B. Related Sections: 1. Section 03100 Concrete Forms and Accessories. 2. Section 03200 Concrete Reinforcement: Reinforcement other than tensioning reinforcing. 3. Section 03300 Cast-ln-Place Concrete: Concrete product and execution requirements. 4. Section 07150 Vapor Barrier Damp-Proofing Membrane. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. American Concrete Institute: 1. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 318 - Building Code Requirements for Structural Concrete. B. American Society for Testing and Materials: 1. ASTM A416/A416M - Standard Specification for Steel Strand, Uncoated Seven- Wire for Prestressed Concrete. 2. ASTM A722/A722M - Standard Specification for Uncoated High-Strength Steel Bar for Prestressing Concrete. C. American Welding Society: 1. AWS B2.1 - Specification for Welding Procedure and Performance Qualification. 05/08/2007 POST TENSIONED CONCRETE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03380-1 TENNIS COURTS D. Concrete Reinforcing Steel Institute: 1. CRSI - CRSI Design Handbook. E. Post Tensioning Institute: 1. PTI - Post-Tensioning Manual. 2. PTI - Specification for Unbonded Single Strand Tendons. 1.3 CONTRACTOR SUBMITTALS A. Section 2 of General Provision. B. Shop Drawings: Indicate layout, tendon sizes, grouping, spacing, horizontal and vertical locations, placing sequence, supports and locations, tendon supports, accessories, clearances required for jack, and pressure plate. C. Indicate formwork methods, materials, arrangement of joints, ties, shores, location of bracing and temporary supports, and schedule of erection and stripping. D. Describe tensioning sequence, type of jack, pressure monitoring device, anchorage set, tendon elongation and tendon cut-off procedures. E. Product Data: Submit data on concrete design mix and anchors. F. Manufacturer's Certificate: Certify tendon strength characteristics meet or exceed specified requirements. G. Certificate of jack calibration, identifying calibration method. 1.4 CLOSEOUT SUBMITTALS A. Section 6 of General Provisions. B. Project Record Documents: Record actual locations of tendons; stressing sequence and tension loads established, measured elongation of tendons. C. Operation and Maintenance Data: Procedures for submittals. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with California Building Code. A special inspector shall provide inspection services conforming to the requirements of Chapter 17 of the Code. B. Maintain one copy of each document on site. 05/08/2007 POST TENSIONED CONCRETE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03380-2 TENNIS COURTS 1.6 QUALIFICATIONS >*> ****? A. Installer: Company specializing in constructing the Work of this section with minimum seven years documented experience. B. Welder: Qualified within previous! 2 months in accordance with AWS B2.1. 1.7 PRE-INSTALLATION MEETINGS A. Section 6 of General Provisions. B. Convene minimum one week prior to commencing work of this section. C. Discuss tendon locations, sleeve locations, and cautions regarding cutting or core drilling. 1.8 ENVIRONMENTAL REQUIREMENTS A. Section 4 of General Provisions. B. Minimum Ambient Temperature for Grouting and Grout During Cure: 40 degrees F C. Maximum Grout Temperature (While Curing Under Pressure): 90 degrees F. 1.9 COORDINATION ^ <^rft A. Section 6 of General Provisions. B. Coordinate the Work of framing components not post- tensioned but associated with the work of this Section. PART 2 - PRODUCTS 2.1 FORMWORK A. Formwork: As specified in Section 03100. 2.2 REINFORCEMENT A. Furnish materials in accordance Uniform Building Code standards. B. Tendon Strand: Factory assembled Encapsulated tendon, complying with PTI "Specification for Unbonded Single Strand Tendons," ASTM A416/A416M, Grade 270 stranded steel cable; full length without splices; ultimate tensile stress of 270 ksi; seven wire strand designation; 1/a in dia. tendon with area of .153 square inches; greased and covered with polyethylene sheathing providing free movement of tendon within sheathing; complete with end anchorages. C. Tendon Anchor: Type compatible tendons and with strength not less than tendon. ^_ 05/08/2007 POST TENSIONED CONCRETE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03380-3 TENNIS COURTS D. Tendon Coupling: Type compatible with tendon of strength equal to or greater than tendon after attachment to tendons. E. Supplementary Reinforcement: As specified in Section 03200. 2.3 ACCESSORIES A. Tie Wire: Minimum 1 Sgage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Size and shape for strength and support of reinforcement during tendon location, installation, and placement of concrete; plastic tipped or non-corroding for supports in slabs that form finished ceilings or are exposed to the weather. C. Touch-up Primer: Corrosion resistive paint. Zinc rich, for galvanized items. 2.4 CONCRETE MATERIALS AND MIX DESIGN A. Concrete Materials: As specified in Section 03300. B. Mix Design Requirements and Limitations and Proportioning Methods: As specified in Section 03300. 2.5 GROUT A. Grout: Portland cement non-shrink grout as specified in Section 03600. 2.6 SOURCE QUALITY CONTROL AND TESTS A. Section 2 of General Provisions. Testing and Inspection Services - Section 6 of General Provisions. B. Inspect and test stressing tendons before delivery to site for compliance with specified standards. PARTS -EXECUTION 3.1 EXAMINATION A. Section 6 of General Provisions. B. Verify that site conditions are ready to receive Work and field measurements are as indicated on shop drawings and Drawings. 3.2 FORMWORK ERECTION A. Construct and support formwork in accordance with Section 03100. B. Provide supports and working space for tensioning jacks. C. Provide permanent tendon location markers. 05/08/2007 POST TENSIONED CONCRETE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03380-4 TENNIS COURTS D. Install anchorage [and connection] devices. E. Install reglets. 3.3 REINFORCEMENT PLACEMENT A. Locate and position. Protect from displacement. Protect from damage; replace if damaged. B. Install tendons to vertical elevation and horizontal positions indicated on Drawings. C. Maximum Variation from Indicated Position: 1/4 inch D. Maximum Variation from Indicated Elevation: 1/8 inch. E. Secure jack pressure plates in position perpendicular to line of stressing force. F. Install other reinforcement as specified in Section 03200. 3.4 INSTALLING CONCRETE A. Place concrete in accordance with Section 03300. B. Verify tendons, anchors, seats, plates, and other items to be cast into concrete are placed and secure. C. Concrete surfacing shall produce an even surface which when water tested, produces no puddling. 3.5 TENSIONING A. Begin tensioning operations after concrete has reached 3000 psi compressive strength and ambient temperature is above specified requirements. Confirm concrete strength with test cylinders prior to tensioning. B. Perform tensioning in one steps. Measure prestressing force. Maintain jacking and tensioning records as work progresses. C. Jack against tendon pressure plate, not against concrete. D. Cut off excess tendon inside face of concrete. Apply touch-up primer to cut end. E. Repair members damaged during tensioning process. Conduct repairs as directed. 3.6 GROUTING A. Grout fill anchorage pockets. 05/08/2007 POST TENSIONED CONCRETE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03380-5 TENNIS COURTS 3.7 REMOVAL OF FORMS A. See Section 03100 for requirements for removal of forms. B. Do not remove forms, shores, and bracing until concrete has been tensioned to strength sufficient to carry its own weight, construction loads, and design loads. 3.8 REPAIR OF SURFACE DEFECTS A. Repair surface defects in accordance with Section 03300. B. Request examination of concrete surfaces upon removal of forms. C. Modify concrete not conforming to required lines, detail, and elevations. D. Modify concrete not properly placed, resulting in honeycombing or other defects. 3.9 CONCRETE TOLERANCES A. Section 2 of General Provisions. B. Conform to Section 03100 for formwork construction tolerances. 3.10 FIELD QUALITY CONTROL A. Section 2 of General Provisions. B. Refer to Section 03300 for testing and inspection requirements. 05/08/2007 POST TENSIONED CONCRETE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 03380-6 TENNIS COURTS SECTION 07150 VAPOR BARRIER DAMP-PROOFING MEMBRANE PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and installation of reinforced polyethylene film vapor barrier dampproofing membrane. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 03300 - Cast-in-Place Structural Concrete B. Section 03380 - Post-Tensioned Concrete 1.03 SUBMITTALS A. Submit shop drawings and samples in accordance with the General Conditions. B. Submit the manufacturer's catalog data, descriptive literature, and samples of the vapor barrier material, tape, and adhesive. PART 2 - MATERIALS 2.01 VAPOR BARRIER MATERIAL A. Polyethylene film, 10 mils (minimum) thick, black, conforming to Product Standard PS- 17. B. Reinforced polyethylene film consisting of a synthetic fiber scrim laminated between two layers of polyethylene film, total thickness 4 mils minimum. C. Lamination of polyethylene, Kraft papers, and fiberglass weighing 7 pounds minimum per 100 square feet. D. Lexsuco's "Membrane Waterproofing," Rubber and Plastics Compound Company's Nervastral "Barrier," or equal, polyvinyl chloride (PVC) plastic membrane sheeting, 10 mils (minimum) thick. E. Sheets shall be as wide as practicable for application that will result in the least number of laps. 2.02 ADHESIVE A. Trowel consistency adhesive as recommended by the membrane manufacturer. B. "Lexsuco M-W, Type A" cement, "Nerva-Plasf cement, or equal, synthetic rubber base cement especially manufactured for use with PVC membrane material for cold application. Do not use asphaltic base adhesives. 2.03 TAPE A. Tape for the sealing of laps and joints shall be a pressure-sensitive adhesive tape as recommended by the manufacturer of the vapor barrier material. Tape shall be a minimum of 3 inches wide. 05/08/2007 VAPOR BARRIER DAMP-PROOFING MEMBRANE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 07150-1 TENNIS COURTS PART 3 - EXECUTION 3.01 GENERAL A. Install beneath concrete slabs on grade, unless otherwise indicated on the drawings. 3.02 INSTALLATION A. Lay vapor barrier sheets directly over the compacted subgrade just before the sand cushion is placed and concrete is poured. Carefully install to avoid puncture or tear. Patch punctures and tears occurring during subsequent operations. Lap edges not less than 4 inches and lap end joints not less than 6 inches, with all laps continuously sealed with tape. Carry barrier over any pipes laid on the fill and seal in waterproof manner to any pipes or conduits that penetrate the fill. Turn up the membrane a minimum of 2 inches at the edges and secure to the exterior wall foundations or footings with adhesive. Do not place stakes through vapor barrier membranes for screening of concrete slabs. 05/08/2007 VAPOR BARRIER DAMP-PROOFING MEMBRANE POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 07150-2 TENNIS COURTS SECTION 07900 JOINT SEALANTS PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and-shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This section covers all joint sealant as specified herein and shown on Drawings. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02527 Concrete Driveways, Sidewalks, Curb and Gutter B. Section 03100 Concrete Formwork C. Section 03200 Reinforcement Steel 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. Comply with SSPWC 201 -3.4 and 303-5.4 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. The following submittals and specific information shall be provided. 1. Product Data: Surface preparation and installation instructions. 2. Samples: Material proposed for use showing color range available, and marked with the manufacturer's name and product identification. 3. Quality Control Submittals: a. Applicator Qualification: Documentation showing minimum of 5 years experience installing sealants in projects of similar scope. b. Certificates of Compliance: Proposed materials meet Specification requirements. 4. Contract Closeout Submittals: Guarantee per section 1.8. 05/08/2007 JOINT SEALANT POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 07900-1 TENNIS COURTS 1.5 QUALITY ASSURANCE A. Using a mock-up section on the jobsite sample or a section of the actual joint, a representative test section must be installed and cured to verify and approve joint design, suitability, color, proper surface preparation procedures, mixing and installation techniques, adhesion, safety, and performance. B. The test section should be a minimum of 5 linear feet and should be produced by the same workers who will install the joint sealant, using the contemplated backing materials, mixing and installation equipment, construction tools, and techniques. 1.6 PRODUCT HANDLING A. Deliver sealants to the jobsite in sealed containers, each bearing manufacturer's name and product designation. B. Store and protect sealant products from damage, deterioration, and contamination in accordance with manufacturer's written recommendations. 1.7 ENVIRONMENTAL CONDITIONS A. Ambient Temperature: Between 40 and 80 degrees F (4 and 27 degrees C) when sealant is applied. 1.8 WARRANTY A. The work in the Section shall be warranted in writing against defect of materials and workmanship for a period of 5 years after the Date of Substantial Completion. PART 2 - PRODUCTS 2.1 MATERIALS A. Characteristics: 1. Uniform, homogeneous. 2. Free from lumps, skins, and coarse particles when mixed. 3. Nonstaining, nonbleeding. 4. Hardness of 15 minimum and 50 maximum, measured by Method ASTM C 661. 05/08/2007 JOINT SEALANT POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 07900-2 TENNIS COURTS 2.2 SEALANT MATERIALS A. Type 2 - Multi-Part Polyurethane, Self-Leveling, Immersible: 1. Gun-grade, polyurethane base, multi-component, chemical curing; ASTM C 920, Type M, Grade NS, Class 25 and Federal Specification TT-S-00227, self-leveling Type II, Class A. 2.3 SEALANT COLOR A. Unless specifically noted, match the color of the principal concrete material adjoining the area of application. PART 3 - EXECUTION 3.1 GENERAL A. Use of more than one material for the same joint is not allowed unless approved by the sealant manufacturer. B. Install joint sealants in accordance with ASTM C 962. 3.2 PREPARATION A. Verify that joint dimensions and physical and environmental conditions are acceptable to receive sealant. B. All surfaces to be sealed shall be dry, sound, and free of dust, loose mortar, and other foreign materials. 1. Mask adjacent surfaces where necessary to maintain neat edge. To ensure a neat appearance, the tape should be placed continuously along the joint edges, but should not be allowed to touch the prepared surfaces of the substrate. 2. Starting of work will be construed as acceptance of all subsurfaces. C. Examine joint dimensions and size materials to achieve required width/depth ratios. 3.3 INSTALLATION A. Use joint filler to achieve required joint depths, to allow sealants to perform intended function. 1. Place backer rod should continuously following the manufacturer's instructions. It may be dispensed directly from the roll or sections cut to the desired length. The rod should be pressed into the joint with a roller or blunt tool and positioned uniformly at the specified depth. 2. Where possible, provide full length sections without splices; minimize number of splices. 05/08/2007 JOINT SEALANT POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 07900-3 TENNIS COURTS B. Apply sealant within environmental conditions stated above. 1. Consult manufacturer when sealant cannot be applied within these temperature ranges. C. Joint Sealant Materials: Follow manufacturer's recommendation and instructions D. Mixing: The properly mixed sealant should be loaded into the bulk caulking gun following the manufacturer's instructions. E. Joints: fill joints completely from bottom to top, without voids. F. Tooling: As soon as possible following installation, all joint surfaces must be tooled to a slighting concave shape. The finished joint should have a neat, clean, concave appearance. 1. Finish joints free of air pockets, foreign embedded matter, ridges, and sags. 3.4 CLEANING A. Clean surfaces next to the sealed joints of smears or other soiling resultant of sealing application. B. Replace any damaged surfaces resulting from joint sealing or cleaning activities. C. Clean up and dispose of all waste materials and debris resulting from this operation off the site. 3.5 PROTECTION A. Installed joints should be protected from dirt pickup until tack free, from traffic until cured, and from damage by other trades until the completion of construction. Covering with plywood is recommended. All joints should be thoroughly inspected to verify and approve installation and safety prior to opening the area to traffic or for its intended use. 05/08/2007 JOINT SEALANT POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 07900-4 TENNIS COURTS SECTION 13129 PREFABRICATED SHELTERS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Prefabricated Steel Shelters. 1.2 RELATED SECTIONS A. Section 03300 - Cast-ln-Place Concrete 1.3 REFERENCES A. ASTM A 570 Grade 55 - Light Gage Cold Formed B. ASTM A-36 - Structural Steel C. ASTM A-446 - Roof Panels (Steel) D. ASTM A-307 - Anchor Bolts (1/2" Dia.) E. ASTM A-36 - Anchor Bolts (3/4" and larger) 1.4 DESIGN REQUIREMENTS A. Provide factory built, prefabricated structures and shelters capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated. B. Determine loads based on the following minimum design wind pressures: 1. Wind Load: Shelters: 100 mph. (standard). 2. Snow Loads: 30 Ibf/sq ft. (standard). 1.5 SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Material descriptions, dimensions of individual components and profiles, and finishes. 2. Preparation instructions and recommendations. 3. Storage and handling requirements and recommendations. 4. Installation methods. 05/08/2007 JOINT SEALANT POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 13129-1 TENNIS COURTS C. Certificates: Product certificates signed by the manufacturer certifying material compliance with specified performance characteristics and criteria, and physical requirements. D. Warranty documents specified herein. E. Installer Qualification: 1. Documentation showing minimum of 5 years experience installing this type of product. 1.6 QUALITY ASSURANCE A. Comply with the applicable Reference Specifications of the GENERAL PROVISIONS. 1.7 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Protect all components and accessories from corrosion, deformation, damage and deterioration when stored at job site. Keep materials free from dirt and foreign matter. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Poligon Park Architecture B. Supplier: Miracle Playground Sales, 9196 Stellar Ct., Corona, CA 92883, (800-264-7225 ext. 320). 2.2 PREFABRICATED STEEL SHELTERS A. Model: SunShelter SUN-B or approved equal. B. Size: 9'-2" by 7'-8" C. Interior floor to ceiling height 7'-6" PART 3 - EXECUTION 3.1 EXAMINATION A. Examine supporting foundations for compliance with manufacturer's requirements, including installation tolerances and other conditions affecting performance of supporting members. B. Check installed anchor bolts for accuracy. Verify that bearing surfaces are ready to receive the work. 05/08/2007 JOINT SEALANT POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 13129-2 TENNIS COURTS 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Separate dissimilar materials using nonconductive tape, paint, or other material not visible in finished work. C. Anchor securely in place, allowing for required movement, including expansion and contraction. 3.4 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. 05/08/2007 JOINT SEALANT POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 4502 13129-3 TENNIS COURTS SECTION 15057 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS PART 1 - GENERAL 1.1 DESCRIPTION A. This section includes materials and installation of copper tubing, brass and bronze pipe fittings and appurtenances. 1.2 REFERENCE STANDARDS A. The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B1.20.1 Pipe treads, general purpose ANSI B16.18 Case copper alloy solder joint pressure fittings 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15061 and 15064 1.4 SERVICE LATERAL WET TAP CONNECTIONS A. Contractor shall perform all wet tap connections to existing pipelines in accordance with Section 15000. 1.5 RECYCLED WATER IDENTIFICATION A. Copper Tubing, Brass, and Bronze Pipe Fittings for recycled water shall be identified with purple color coating, purple polyethylene sleeve, identification labels or signs. 1.6 WARNING/IDENTIFICATION TAPE A. Warning/Identification Tape shall be used for all copper tubing, except that which is bored or jacked, in accordance with Section 15000. 05/08/2007 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS POINSETTIA COMMUNITY PARK -PHASE 2A Contract No. 4502 15057-1 TENNIS COURTS PART 2 - MATERIALS ^ ^*r" 2.1 COPPER TUBING A. Copper tubing shall conform to the requirements of ASTM B 88 Type K or ASTM B 88 M (Metric) Type A seamless copper water tube. Copper tubing up to 25mm (1") diameter shall be soft; 50mm (2") may be soft or rigid. Components shall be selected from the Approved Materials List in accordance with the Standard Drawings. 2.2 BRASS PIPE, NIPPLES, AND FITTINGS A. Threaded nipples, brass pipe and fittings shall conform to ASTM B 43, regular wall thickness. Threads shall conform to ANSI B1.20.1. Fittings shall be flared or silver soldered per CMWD Standard Drawings W3 and W4. 2.3 BRONZE APPURTENANCES A. Corporation stops, curb stops, meter and angle meter stops, meter flange adapters, and bronze-bodied service saddles shall be selected from the Approved Materials List in accordance with the Standard Drawings. B. Fittings shall be flared type or silver soldered. C. All items specified herein shall be manufactured of bronze conforming to ASTM B 62. ^1D. Service saddles shall be the double strap type. Service saddles shall be used on all ^^i service and appurtenance connections on PVC piping. For piping materials other than PVC, service and appurtenance connections shall be performed in accordance with the Approved Drawings. 2.4 BOLTS AND NUTS FOR FLANGES A. Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. 2.5 WARNING/IDENTIFICATION TAPE Warning/Identification Tape materials shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. PART 3-EXECUTION 3.1 COPPER TUBING AND FITTINGS A. Trenching, bedding, backfilling and compacting shall be performed in accordance with CMWD Standard Drawings. Provide a minimum cover of 760mm (30") below finished street grade. B. Cut tubing true and square and remove burrs. ,*«*. 05/08/2007 COPPER TUBING. BRASS AND BRONZE PIPE FITTINGS POINSETTIA COMMUNITY PARK -PHASE 2A Contract No. 4502 15057-2 TENNIS COURTS C. Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without flattening, buckling, or thinning the tubing wall at any point. D. Assemble copper tubing and fittings per the manufacturer's recommendation in accordance with the Standard Drawings. E. Install warning/identification tape in accordance with Section 15000 and the Standard Drawings. F. All fittings shall be soldered or flared as shown on the Approved Plans and Standard Drawings. 3.2 SERVICE SADDLES A. Service saddles shall be located a minimum of 600mm (24") from any pipe joint or fittings. B. Service saddles for connections shall be located a minimum of 600mm (24") from other saddles. Additionally, multiple service saddles for connections that are installed on the same side of a single pipe length shall be alternately staggered between 10o and 30o to prevent a weak plane in the pipe. C. The surface of the pipe shall be clean and all loose material shall be removed to provide a hard, clean surface. D. The service saddle shall be tightened in accordance with the manufacturer's recommendations to ensure a tight seal, using care to prevent damage or distortion of the service saddle or corporation stop due to over-tightening. E. The tap into the pipe shall be made in accordance with the pipe manufacturer's recommendation. Tapping tools and shell cutters with internal teeth or double slots that will retain the coupon shall be used. 3.3 DISINFECTION AND BACTERIOLOGICAL TESTING A. Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.4 HYDROSTATIC TESTING A. Field hydrostatic testing shall be performed in accordance with Section 15044. 05/08/2007 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS POINSETTIA COMMUNITY PARK -PHASE 2A Contract No. 4502 15057-3 TENNIS COURTS SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This Section summarizes the general requirements for electrical work, and forms a part of all other Sections of Division 16 unless otherwise specified. B. Work Included In Division 16. Electrical work as indicated, specified, and required. 1.2 QUALITY ASSURANCE A. Qualifications of Manufacturers. Furnish manufacturer's electrical equipment of the types and sizes specified which has successfully operated for not less than the past two years except where specific types are named by manufacturer and catalog number or designation under other Sections of Division 16. B. Factory Tests are required for all electrical equipment and assemblies. Perform factory tests in accordance with the codes and standards specified as applicable to the equipment. Items to be factory tested shall include: 1. Panelboards. 2. Switchboards. 3. Transformers. 4. Lighting Equipment. C. Factory Inspection. OWNER or his representative may inspect fabricated electrical equipment at the factory. Notify OWNER in sufficient time so that factory inspection can be arranged. Factory inspection will be made after manufacturer has performed satisfactory checks, adjustments, tests, and operations. Approval of equipment at the factory only allows the manufacturer to ship the equipment to the site, and does not constitute final acceptance. D. Codes and Standards. Provide electrical equipment and materials, including installation, conforming to the following codes and standards, as applicable. The equipment and materials shall bear labels to indicate manufacturing conformance to the specified standards or equal. Where two codes or standards are at variance, conform to the more restrictive requirement: 1. National Electrical Code. 2. National Electrical Safety Code. 3. County and City Electrical Codes. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16010-1 TENNIS COURTS 4. Owner's Electrical Standards. 5. American National Standards Institute. 6. American Society for Testing Materials. 7. Certified Ballast Manufacturers. 8. Illuminating Engineering Society. 9. Institute of Electrical and Electronic Engineers. 10. Insulated Cable Engineers Association. 11. National Electrical Manufacturers Association. 12. National Fire Protection Association. 13. Occupational Safety and Health Act. 14. Public Utilities Service Requirements. 15. Underwriters' Laboratories, Inc. 1.3 SUBMITTALS A. Shop Drawings: Submit, for the OWNER'S approval, shop drawings to the extent required in this Section, Section 01340 and other Sections of Division 16. Submit shop drawings for the following: 1. Section 16100, Basic Electrical Materials and Methods. 2. Section 16400, Service and Distribution. 3. Section 16500, Lighting. Complete equipment description, operation and installation data shall be submitted with the shop drawings. Shop drawings shall include the following: 1. Dimensions and weights of equipment. 2. Nameplate data including the nameplate material, heights of letters and inscriptions. 3. Details showing enlarged views of small parts when required. Arrangements of equipment and nameplates. 4. Plans showing the equipment assembly, space requirements, clearances and locations for conduits and anchor bolts. 5. Elevations showing the vertical components, positions and arrangements of the equipment. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16010-2 TENNIS COURTS B. Coordination. Properly coordinated automatically operated circuit breakers shall be provided in the equipment. The circuit breakers shown on the drawings shall be coordinated for adequate continuous current and interrupting capacity to assure proper circuit breaker operation under normal and fault conditions in the system. Time-Current curves for the circuit breakers shall be submitted with the equipment shop drawings for the Owner's approval. Refer to Section 16100, paragraph 2.1 4D for additional requirements. C. Record Drawings. Prepare and submit for all work included in Division 1 6. Refer to General Conditions for uncovering of uninspected and unrecorded work. D. Materials List. Submit material lists for the OWNER'S review prior to purchase. The material lists. shall include all products described in Division 16, including the equipment that shall have shop drawings. Within 30 days after receiving the submittal approval, provide the Owner with evidence that all equipment and materials required to complete the installations have been purchased. List only those products named in the Contract Documents or substitutions approved. E. Technical Data. Submit descriptive and instruction manuals to the extent required under this Section and other Sections of Division 1 6. F. Manufacturers' Certified Reports. Submit a notarized written report from the equipment manufacturer, or his authorized representative with respect to his equipment certifying that (1 ) the equipment has been properly installed, wired, and connected under his supervision, (2) the equipment is in accurate alignment, (3) he was present when the equipment was placed in operation, (4) he has checked, inspected, and adjusted the equipment as necessary, (5) the equipment has been operated under full load conditions and operated satisfactorily, and (6) the equipment is fully covered under the terms of the guarantee. G. Demonstration and Final Operation Test Plans and Results. Submit a written plan for demonstrating that each item of equipment provided under Division 16 meets the specified operational requirements. Submit a written plan for procedures to be used in final operation testing of entire systems including a description of each system, test methods and materials, testing instruments and recorders, and a list of the equipment involved with the functional parameters to be recorded on each item. Submit three copies of test results and records for all final operation tests. H. Accessory and Maintenance Materials. Furnish items as specified herein and in other Sections of Division 16. Deliver to OWNER as directed with an itemized list in a letter of transmittal accompanying each shipment. 1. Special Tools and Accessories. Furnish special tools, instruments, and accessories for maintaining equipment requiring periodic repair and adjustment. Also, furnish special lifting and handling devices for equipment requiring such devices. 2. Maintenance, Materials and Spare Parts. Deliver in manufacturer's original containers labeled to completely describe contents and equipment for which it is furnished. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 1 601 0-3 TENNIS COURTS 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery. Deliver electrical materials and equipment in manufacturers' original cartons or containers with seals intact, as applicable. Unless otherwise specified, deliver conductors in sealed cartons or on sealed reels, ends of reeled conductors factory sealed. Deliver large multi-component assemblies in sections that facilitate field handling and installation. B. Storage. Unless designed for outdoor exposure, store electrical materials off the ground and under cover. Prevent corrosion, contamination, or deterioration. C. Handling. Handle materials and equipment in accordance with manufacturers' recommendations. Lift large or heavy items only at the points designated by the manufacturer. Use padded slings and hooks for lifting as necessary to prevent damage. 1.5 JOB CONDITIONS A. Electrical Drawings are diagrammatic and indicate the general layout of the complete work. Locations of equipment, inserts, anchors, motors, panels, pull boxes, manholes, conduits, stub-ups, fittings, lighting fixtures, power and convenience outlets, exterior lighting units, and ground wells are approximate. Conform to Drawings as closely as possible. Exercise care to secure approved headroom and clearances, and to overcome structural interference. Verify scaled dimensions, field dimensions, and conditions at the place of work. B. Changes. Submit written details and reasons for proposed deviations from Drawings and Specifications, and do not deviate therefrom unless authorized by Field Order or Change Order. If approved changes requested by CONTRACTOR require alteration of structures or related work, make the alterations at no additional cost to OWNER. C. Protection. Protect electrical materials and equipment until final acceptance. Protect factory painted surfaces from impact, abrasion, discoloration, and other damage. Keep electrical equipment, materials, and insulation dry at all times. Maintain heaters in equipment connected and operating until equipment is placed in operation. If partial dismantling of equipment is required for installation, box or wrap the removed parts until reinstalled. Repair or replace damaged work as directed, at no additional cost to Owner. D. Coordinate electrical work with all trades, code authorities, public utilities, and OWNER. Where two or more trades interface in an area, verify that no electrical work is omitted. 1.6 RELATED ELECTRICAL WORK A. Review entire Contract Documents and provide electrical work required for all trades unless excluded from Division 16 or specified elsewhere. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16010-4 TENNIS COURTS 1.7 PUBLIC UTILITIES A. Obtain service requirements from public utilities for required power, telephone, and telemetering. Provide electrical work for power, telephone, and telemetering as indicated or specified, and according to power and telephone companies service requirements. Pay the service charges of power and telephone companies, including costs for conduits, cables, boxes, trenching, backfilling, and grounding. 1.8 POWER SUPPLY A. The power supply shall be alternating current, 60 hertz and at the voltage indicated on the Drawings. 1.9 PERMITS A. Obtain and pay for permits, licenses, and inspections required for electrical construction work by public agencies having jurisdiction, except as otherwise specified. 1.10 OUTAGES A. Keep power shutdown periods to the minimum time feasible, and only for such times and durations as may be approved. Submit written request for outage approval at least 5 working days in advance of need, stating date, time, and probable duration. Bear all overtime costs for outages required to be performed during non-working hours. 1.11 TEMPORARY POWER A. Make necessary arrangements with power company, and provide equipment, materials, and wiring in accordance with applicable codes and regulations. Upon completion of work, remove temporary power equipment, materials, and wiring as approved. 1.12 AREA CLASSIFICATIONS A. Installation areas for electrical equipment, materials, and wiring are classified as "Non-Hazardous" unless otherwise indicated or specified. 1.13 GUARANTEE AND WARRANTIES A. Guarantee all work of Division 16 in accordance with the General Conditions. With respect to equipment, condition guarantee to cover (1) faulty or inadequate design; (2) improper assembly or erection; (3) defective workmanship or materials; and (4) incorrect or inadequate operation, or other failure. For equipment bearing a manufacturer's warranty in excess of 1 year, & furnish a copy of the warranty to the Owner named as beneficiary. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16010-5 TENNIS COURTS PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Provide new materials and equipment as required to complete all indicated and specified electrical work, including incidental items inferable from the Contract Documents that are necessary to complete the work. Provide materials and equipment of latest design, standard products of established manufacturers. For uniformity, only one manufacturer is acceptable for each type of product. Manufacture individual parts to standard sizes and gages so that repair parts can be installed in the field. Make like parts of duplicate units interchangeable. Do not place equipment in service at any time prior to delivery except as required for factory or shop tests. B. Prohibited Materials. Aluminum conduits, fittings, supports, and conductors are not acceptable. C. Damaged Products. Notify OWNER in writing if any equipment or material is damaged. Do not repair damaged products without prior written approval. D. Outdoor Equipment. Outdoor electrical equipment shall be weatherproof, NEMA 3R gasketed, unless otherwise indicated. All hardware in outdoor locations shall be stainless steel. E. Factory Finishes. Unless otherwise specified in other Division 16 sections, the sheet metal surfaces of equipment enclosures shall be phosphatized and coated with a rust resisting primer. Over the primer, apply a corrosion resistant baked enamel finish on the interior and exterior metal surfaces. The color shall be specified by owner. Hardware shall have a corrosion resistant finish. Cast iron outlet bodies, boxes, covers and fittings shall be finished with cadmium zinc electroplate covered with aluminum cellulose lacquer. In indicated corrosive areas, all surfaces of rigid steel conduit, cast metal boxes, cast metal outlet bodies, covers, fittings, supports and clamps shall have a polyvinyl chloride coating bonded to the outer surface, and the hardware shall be stainless steel. Sheet metal enclosures and lighting fixtures, in corrosive areas, shall have an outer coating of corrosion resistant epoxy. PART 3 - EXECUTION 3.1 GENERAL A. Install electrical work in accordance with the codes and standards specified, except where more stringent requirements are indicated or specified. Verify that materials and equipment properly fit the installation space with clearances conforming to the codes and standards specified except where greater clearance is indicated. Perform work as required to correct improper installations, at no additional cost to OWNER. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16010-6 TENNIS COURTS 3.2 ELECTRICAL SUPERVISION A. In addition to supervision required under the General Conditions, assign a competent representative to supervise the electrical construction work from beginning to completion and final acceptance. 3.03 INSPECTION A. Inspect each item of material and equipment for damage, defects, completeness, and correct operation before installing. Inspect previously installed related work and verify that it is ready for installation of electrical work. 3.4 PREPARATION A. Prior to installing electrical work, ensure that installation areas are clean. Maintain the areas in a broom-clean condition during installation operations. Clean, condition, and service equipment in accordance with the manufacturer's instructions, approved submittals, and other requirements indicated or specified. 3.5 WORKMANSHIP A. Employ skilled craftsmen experienced in installation of the types of electrical materials and equipment specified. Use specialized installation tools and equipment as applicable. Produce acceptable installations free of defects. 3.6 FIELD QUALITY CONTROL A. Manufactures' Supervision and Field Installation Check. Where specified, electrical equipment manufacturer shall furnish the services of an authorized representative especially trained and experienced in the installation of his equipment to (1) supervise the equipment installation in accordance with the approved submittals and manufacturer's instructions, (2) be present when the equipment is first put into operation, (3) inspect, check, adjust as necessary, and approve the installation, (4) repeat the inspection, checking, and adjusting until all trouble or defects are corrected and the equipment installation and operation are acceptable, and (5) prepare and submit the specified Manufacturers' Certified Report. Include all costs for representatives services in the Contract Price. B. Operational Demonstrations. Demonstrate that performance of installed electrical materials and equipment complies with requirements specified in Division 16. Operate equipment through entire no-load to full-load range for not less than 24 hours unless a longer period is specified elsewhere. Immediately correct defects and malfunctions with approved methods and materials in each case, and repeat the demonstration. Conform to the approved demonstration plan. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16010-7 TENNIS COURTS C. Final Operation Tests. Test all electrical systems for not less than 168 hours, with no interruptions except for normal maintenance or corrective work. Conform to the approved test plan. Coordinate with final operation tests required under Division 15. 1. Testing Materials. Furnish labor, instruments, recorders, gages, materials, and power for tests as required. 2. Testing Methods. Operate systems continuously 24 hours a day under constant inspection of trained operators. Cause variable speed equipment to cycle through the applicable speed range at a steady rate of change. Induce simulated alarm and distressed operating conditions, and test controls and protective devices for correct operation in adjusting system functions or causing system shutdown. Perform other final operation tests as may be required under other Sections of Division 16. 3. Defects. Immediately correct all defects and malfunctions disclosed by tests. Use new parts and materials as required and approved. Add the interruption time for corrective work to the specified total test period. 4. Test Records. Furnish approved instruments, gages, chart recorders, and other devices as required. Continuously record all function and operation parameters during entire test period. Submit data to Owner. 3.7 INSTRUCTION OF OWNER'S PERSONNEL A. Where specified under other Sections of Division 16, conduct an instruction program for up to five persons designated by OWNER. Furnish the services of qualified instructors from the applicable equipment manufacturers. Include instruction covering basic operation theory, routine maintenance and repair, and "hands on" operation of equipment. Base duration of the program on the complexity of equipment involved, and obtain OWNER'S approval of instruction adequacy before terminating the program. Schedule instruction in consultation with OWNER. 3.8 CONSOLIDATION OF TESTING AND INSTRUCTION REQUIREMENTS A. Demonstration testing, final operation testing, and instructing OWNER'S personnel may be performed simultaneously, subject to prior approval of the extent of consolidation in each case. 05/08/2007 GENERAL ELECRICAL REQUIREMENTS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16010-8 TENNIS COURTS SECTION 16100 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.1 DESCRIPTION A. This Section outlines the wiring requirements for the electrical work and forms a part of all other Sections of Division 16 unless otherwise specified. B. Related Work Specified Elsewhere. 1. Service and Distribution, Section 16400. 2. Lighting, Section 16500. 1.2 SUBMITTALS A. Submit for the Owner's approval material lists, shop drawings, factory test reports and technical data to the extent required in this Section and Section 16010. 1.3 WIRING A. Wiring for furnished equipment shall include the following: B. Wiring for Furnished Equipment. The wiring from electrical panels, control panels and motor control centers to the furnished equipment shall include all the required materials and installations to complete the wiring as shown on the Drawings, specified and required. PART 2 - PRODUCTS 2.1 GENERAL A. Provide basic materials and all wiring installations as indicated, specified and required. 2.2 METAL CONDUITS A. Conduits shall be steel, hot-dipped galvanized and equipped with couplings and thread protector caps. The surfaces and threads shall be corrosion-resistant coated. Conduits shall be in ten foot lengths and manufactured by Jones & Laughlin Steel Co., Allied Tube & Conduit Co., Triangle PWC, Republic, Youngstown, or approved equal. Conduits shall be a minimum size of 3/4 inch. Supports shall be provided for all conduits. B. Rigid Steel Conduit shall be provided for all exposed exterior installation unless otherwise indicated and/or specified. C. Electrical Metallic Tubing may be substituted for rigid steel conduit on the interior of the control building unless otherwise indicated and/or specified. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-1 TENNIS COURTS 2.3 PVC COATED - METAL CONDUITS A. PVC coated GRS conduit shall be installed where shown on the drawings or elsewhere specified and shall conform to NEMA RN-1 and ANSI C80.1 standards. B. The zinc surface of the conduit shall remain intact and undisturbed on both the inside and the outside of the conduit throughout the preparation and application processing. A Polyvinyl Chloride (PVC) coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. The thickness of the PVC coating shall be a minimum of 0.040-inch (40 mil). A loose coupling shall be furnished with each length of conduit. A PVC coating shall be bonded to the outer surface of the coupling and a PVC sleeve equal to the outside diameter of the uncoated conduit shall extend beyond both ends of the coupling approximately one pipe diameter or 1-1/2 inches, whichever is smaller. The wall thickness of the coating on the coupling and the sleeve shall be a minimum of 0.055-inch (55 mil). A PVC coating shall be bonded to the inner and outer surface of all conduit bodies and fittings and a PVC sleeve shall extend from all hubs. The wall thickness of the coating on the conduit bodies and fittings and the sleeve walls shall be identical to those couplings in length and thickness. The covers on all conduit bodies shall be coated on both sides and shall be designed to be completely interchangable. The inside of conduit bodies shall remain undisturbed in the processing. Type 304 stainless steel screws shall be furnished and used to attach the cover to the conduit body. All coated material shall be installed and patched according to the manufacturer's recommended installation and patching instructions. Conduit straps shall be PVC coated or stainless steel. PVC coated conduit and fittings shall be as manufactured by Kor Kap Corporation, Occidental Coating Company, Rob-Roy, or equal. PVC coated flexible conduits shall be liquid and vaportight and manufactured in accordance with UL 360 standards. 2.4 NONMETALLIC CONDUITS A. Nonmetallic conduits shall be Schedule 40 polyvinyl chloride as manufactured by Triangle Conduit & Cable, Carton, or approved equal. All the conduit shall be of one type, and low temperature, corrosion, and moisture resistant. B. Nonmetallic Conduit may be installed for underground conduit runs which are outside of the buildings and structures and run between buildings and structures. Rigid steel bends and risers shall be used with nonmetallic conduit wherever conduit rises above grade. Each nonmetallic conduit shall contain a code sized grounding conductor. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-2 TENNIS COURTS 2.5 FLEXIBLE CONDUIT A. Liquid-tight flexible metal conduit shall be provided for short connections to equipment as shown on the drawings and as required which withstand temperatures from-50°F to +220°F. B. Liquid-tight Conduit shall have an interlocked flexible galvanized steel core with a permanently bonded exterior gray polyvinyl chloride jacket. C. Conduits, 1-1/4 inch and smaller shall have an internal copper bonding conductor wound spirally in the space between each convolution for the equipment ground provided by the manufacturer. D. Separate Ground Conductor shall be provided by the Contractor in liquid-tight flexible conduits that do not have the internal copper bonding conductors included by the manufacturer. E. Manufacturers for liquid-tight flexible conduit shall be Anaconda, Electri-Flex, Universal or Approved equal. 2.6 CAST METAL BOXES AND FITTINGS A. Provide conduit outlet bodies, boxes, fittings, gaskets and covers for lighting outlets, lighting switches, receptacles, control stations, alarm, switch and thermostat outlets, etc. in exposed conduit installations as indicated and required. Cast boxes and fittings shall be finished as specified in Section 16010. The outlet bodies, boxes, fittings and covers shall be cast iron alloy with threaded hubs, and of sufficient size to provide free space for all conductors that shall be enclosed. The materials shall be manufactured by Grouse- Hinds, Appleton, Pyle-National Efcor, or approved equal. B. Covers and Gaskets shall be provided for all conduit outlet bodies, boxes and fittings. The covers shall be cast iron alloy and equipped with neoprene gaskets. C. PVC Coated Fittings shall have the same polyvinyl chloride coating that is on the conduit to which they shall be connected. The PVC coating shall be bonded to the surfaces of cast outlet bodies, boxes, fittings and supports by Occidental Coating, Kor-Kap, Robroy, Youngstown, or approved equal. D. Plastic Fittings shall be solvent weld type, and shall match the conduit to which they shall be connected. E. Expansion/Deflection Fittings shall be provided as indicated, specified and required. The fittings shall permit movement between two conduits without damage to the conduits and conductors. The expansion/deflection fittings consist of cast metal conduit hubs securely attached to a flexible outer neoprene jacket. A flexible copper grounding strap shall be provided inside the fitting and connected to the two hubs. The linear expansion or contraction shall be a movement up to 3/4 inch. The linear misalignment shall be a movement up to 3/4 inch. The angular misalignment shall be a movement up to 30 degrees. The expansion/deflection fittings shall provide flexible and watertight conduit joints. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-3 TENNIS COURTS F. Thread Lubricant shall be provided for all metal conduit threads. The lubricant shall inhibit corrosion and maintain grounding continuity, and shall be Grouse-Hinds STL, Thomas and Betts "Koper-Shield" or approved equal. G. Couplings and Elbows shall be of the same type as the conduit to which they shall be connected, except where rigid steel bends and risers are connected to nonmetallic conduits where conduits rise above grade. For metallic conduits, the couplings and elbows shall be steel, hot dipped galvanized, threaded and one-piece. For plastic conduits, couplings and elbows shall have plain ends for tight weld fits, which form watertight joints. 2.7 STEEL BOXES AND FITTINGS A. Provide the steel boxes and fittings as indicated and required. B. Pull Boxes shall be of sufficient size to accommodate the connected conduits and enclosed conductors. Boxes 24 inches square and smaller shall have gasketed screw type covers. Larger boxes shall have bi-parting gasketed hinged doors with latch mechanisms, handles and cylinder locks complete. Provide two keys for each lock. Pull boxes shall be painted as specified in Section 16010. The pull boxes shall be Hoffman, Boss, Circle A-W, or approved equal. 2.8 WATER SEAL FITTINGS A. Provide the malleable iron water seal fittings connected to rigid steel conduits as indicated, specified and required. B. Sealing Bushings shall be provided on the ends of exterior underground conduits that terminate at indoor equipment. The bushing shall consist of a thick neoprene sealing ring secured between two metal plates by socket head screws. When the conduit sealing bushing is in place and the screws are tightened, the neoprene shall become compressed between the metal plates and be forced against the conduit inside wall and also against the conductor insulation to form a watertight seal inside the conduit. C. Wall and Floor Seals shall be provided to completely seal the areas around the conduits that pass through concrete walls and floors. Seals shall have a neoprene grommet between two pressure rings, which provides a watertight seal on the outer surface of the entering conduits. 2.9 CONDUIT FITTINGS A. Provide all the hot-dip galvanized steel and iron conduit fittings required to complete the wiring installations. B. Liquid-tight Conduit Fittings shall be Types LT, ST, CT as manufactured by Grouse- Hinds, Appleton, Pyle-National or approved equal. C. Union shall be provided, as required, for conduit connections to threaded outlet bodies, boxes, and equipment, for connecting two steel conduits together. Unions shall be type UNY or UNF. Running threads are not acceptable. Union shall be Appleton, Grouse- Hinds, Pyle-National or approved equal. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-4 TENNIS COURTS D. Bushing Reducers shall be provided in conduit fitting hubs for connections to smaller conduits. Reducers shall be Appleton, Thomas and Betts, Efcor or approved equal. E. Conduit Enlargers shall be provided for connecting two conduits of different sizes together. The enlargers shall be Appleton, Thomas and Betts, Efcor or approved equal. F. Locknuts shall be provided on the threads of conduits that enter through close fitting openings in enclosures. Locknuts shall have notches all around for tightening with a screwdriver. Locknuts shall be Appleton, O-Z, Thomas and Betts or approved equal. G. Metallic Insulated Bushings with ground terminals shall be provided on the ends of threaded steel conduits and nipples that terminate through openings in sheet steel enclosures. The malleable iron grounding bushings shall have smooth and well rounded surfaces to protect the conductor insulation. The conduit threads shall be deep, clean and easily attached to the conduits. The bushings shall be O-Z, Efcor, Thomas and Betts or approved equal. H. Plugs shall be the recessed type and installed in all unused conduit fitting hubs and couplings. Plugs shall be Appleton, Grouse-Hinds or approved equal. I. Interchangeable Hubs shall be provided for rigid steel conduit connections to sheet steel enclosures. The interchangeable hub shall have an insulated throat, sealing ring and vibration-proof nut. Machined serrations on hub and nut shall bite into the metal enclosure assuring an equipment ground. The hubs shall be Myers "Scru-Tite," "Efcor" "Space-Saver", or approved equal. 2.10 CONDUCTORS AND CABLES A. Conductors and cables shall be new, single conductor, copper, not smaller than #12 AWG (except fixture wire) unless otherwise indicated, and as shown on the Drawings. B. Aerial Cables shall be three individual conductors (600 volt, 5 KV, 15 KV), stranded and cabled together to a steel messenger. The cables shall be Simplex SSA7400, SSA7500, SSA7600; Anaconda API0786, API7506, API7516 or approved equal. C. Steel Interlocked Armor cables shall be provided for power circuits to the motors as shown on the Drawings. The cables shall be 600 volts, three conductor, rated 90 degrees centigrade and stranded copper. The conductors shall be individually polyethylene insulated, grouped together with fillers and ground wires, and covered with binding tape. The cable shall be enclosed in an interlocked aluminum or galvanized steel armor that shall be protected with a polyvinylchloride outer jacket. The interlocked armor cables shall be approved for submersible pump power wiring installations. The power cables shall be manufactured by General Electric, Okonite, Cyprus or approved equal. The power cables shall be securely attached to steel messenger cables with stainless steel binding tape as shown on the Drawings unless otherwise indicated. D. Conductors 250MCM and Larger shall be stranded, 600 volts, ethylene propylene rubber insulation, Type RHW. Conductors shall be manufactured by Rome, American Insulated Wire Co., Cablec Co., or approved equal. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-5 TENNIS COURTS E. Conductors smaller than 250MCM shall be stranded (except #10 and #12 which shall be solid), 600 volt and Type XHHW. Conductors shall be manufactured by Rome, American Insulated Wire Co., Cablec Co., or approved equal. F. Ground and Neutral Conductors shall be provided for the required ground and neutral wiring. 1. The insulated ground and neutral conductors shall be the same type as the phase conductors. 2. Bare ground conductors shall be copper, soft drawn, annealed, concentric lay, stranded conforming to ASTM Specifications B3 and B8. G. Fixture Wires shall be rated 90° centigrade, #16 AWG stranded, thermoplastic insulated with an outer jacket. The wire shall be Type TFFN and manufactured by Brand-Rex, Carol Cable, or approved equal. H. Instrumentation Signal Cables shall be Type TC single twisted pair or multi twisted pairs of stranded, copper cables with 600 volt, 15 mil polyvinyl chloride insulation over each conductor, overall aluminum-mylar tape shield, overall tinned copper drain wire and 45 mil minimum polyvinyl chloride jacket overall, 90° centigrade (dry/75 centigrade wet rating. Twisted pair cables that are required to be shielded, shall have aluminum-mylar tape shields and tinned copper drain wires over individual twisted pairs of cable. Single twisted pair cables shall be #16 AWG minimum. Cables shall be manufactured by Belden, Okonite, or approved equal. I. Wire Lubricant shall be provided to ease the pulling of cables and conductors in conduits. The lubricant shall be Aqua Gel, Polywater or approved equal. "Yellow 77" is not acceptable. 2.11 WIRE CONNECTORS A. Connectors shall be provided for splices and terminal connections of all copper conductors and cables. The connector shall fit the conductor to which it shall be connected, and the assembly shall have joint contact surfaces not less than 50 percent. B. Compression Connectors for No. 8 AWG and larger shall be copper lugs for terminal connections, and two-way copper sleeves and taps for splice connections. A crimping tool shall be provided to make tight and neat compression connections. The connectors and crimping tool shall be Anderson-Square D, Thomas and Betts, Buchanan or approved equal. C. Tapered Spring Connectors shall have live springs attached to inner steel housings and enclosed with plastic insulators. Connectors shall be provided for No. 10 AWG conductors and smaller, and shall be Buchanan Type B2, Scotchlok Type B, Thomas and Betts Type PT or approved equal. D. Ground Clamps shall be provided for cable connections to ground rods and metal pipes as shown on the Drawings. Clamps shall be copper alloy, heavy duty, corrosion resistant and consist of U-bolts and saddles with bolted cable connections. The ground clamps shall be O-Z, Thomas and Betts Burndy or approved equal. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-6 TENNIS COURTS E. Electrical Tape shall be plastic, 0.007 inches thick, and resistant to abrasion, alkalies, acids, corrosion, moisture, low and high temperatures. The tape shall be Scotch No. 33 Plus, Plymouth Premium Black No. 4453 or approved equal. F. Wire Markers shall be provided to identify each conductor at equipment terminals, and in intermediate junction boxes, pull boxes, handholes and manholes. At motor control centers and control panels, identify each motor or other electrical device circuit conductor with the motor or device number shown on the drawings and with the terminal number of the motor control center or control panel to which the conductor is connected. At motor and device terminals, at control stations, and in junction boxes, pull boxes, handholes and manholes, identify each motor or device circuit conductor with the terminal number of the motor control center or control panel to which the conductor is connected. In addition to identifying each conductor with the terminal number, in junction boxes, pull boxes, handholes and manholes, identify each group of conductors forming a motor or device circuit with the motor or device number shown on the drawings. At panelboards, junction boxes, pull boxes, handholes and manholes, identify each panelboard circuit conductor with the panelboard number and circuit number. The individual conductor wire markers shall be adhesive and manufactured by Thomas and Betts, Brady, Scotch 3M or approved equal. The wire marker to identify groups of conductors shall be nylon cable tie markers as manufactured by Brady, Seaton, Thomas and Betts, Panduit or approved equal. The marker pads on the cable tie markers shall be large enough to show the motor or device numbers. The motor or device numbers on the cable tie markers shall be 3/16 inch high minimum and shall be applied to the marker pads using marking pens for the purpose which shall be provided by the manufacturer of the cable tie markers. When a device is not numbered on the drawings, use a short descriptive title or assign numbers and provide the Owner with a list of the devices and assigned numbers. Electrical devices include items such as solenoid valves, vibrators, horns, heaters, analyzers, computers, instruments, etc. 2.12 PANELBOARDS A. Panelboards shall be factory assembled, metal enclosed, dead front and equipped with bus, time switches, contactors, terminals and thermal-magnetic molded case circuit breakers as shown on the drawings. B. Circuit Breakers shall be molded case, quick-make, quick-break, single and multipole, and bolted type. Each circuit breaker shall have clear indications for "ON," "OFF", and "TRIP" positions. The minimum interrupting capacity shall be 10,000 symmetrical amperes at 240 volts. As indicated, provide devices to lock the branch circuit breaker in the "ON" and "OFF" positions. Ground fault protection, 5 milliampere sensitivity, shall be provided for the indicated 120 volt branch circuits, which shall be an integral part of the regular branch breaker. A single pole circuit breaker with integral ground fault circuit interruption shall require no more panelboard branch circuit space than the regular single pole circuit breaker. C. Copper Bus shall be provided for panelboards. Bus shall be provided for the complete length of the panelboard branch circuit area including circuits indicated as spaces. Bus bars shall be drilled and tapped for the indicated spaces for installation of future circuit breakers. D. Single Phase Panelboards, three wire, shall be bussed so that any two adjacent single- pole breakers shall be connected to opposite polarities. A single handle two-pole circuit breaker can be installed in any location, and in place of two adjacent single pole breakers. E. Terminals and connectors shall be provided for the feeder, neutral and branch conductors shown on the Drawings. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 16100-7 TENNIS COURTS F. Circuit Numbers shall start at the top of the panelboard. Odd numbers shall be assigned in sequence on the left side, and even numbers shall be in sequence on the right side of the panelboard. G. The Cabinet shall enclose the bus and breaker assembly, and shall be steel fabricated and coated with corrosion-resistant finish as specified in Section 16010. The front of the panelboard shall include a trim, hinged door, flush cylinder lock with catch. The lock shall be furnished with two keys, and all locks shall be keyed alike. Fronts shall not be removable when the door is in the locked position. H. Time Switches shall be provided as indicated and specified in Section 16900. I. Contactors shall be provided as indicated and specified in this Section. J. Metal Circuit Directory frame and card with clear plastic covering shall be provided on the inside of the door. The directory card shall provide a space at least 1/4-inch high and 3 inches long for each branch circuit. The card shall be completely typed to identify each connected and spare circuit. 2.13 MOTORS AND CONTROLS A. The motors shall be furnished and installed with the driven equipment as indicated and specified in Section 11100. B. Motor Wiring shall be provided as shown on the Drawings. Include the wiring interconnections between the motors, motor starters, control panels and controls as required. C. Control Power shall be 120 volts, single phase and 60 hertz unless otherwise indicated. A separate control transformer shall be provided for each motor magnetic starter, contactor and grouped relays as indicated. D. Magnetic Starters shall be provided in the motor control centers as specified in Section 16483 - Soft Start Controller, as shown on the Drawings. E. Contactors shall be provided for circuits as shown on the Drawings, specified and required. The contactor shall be electrically held unless otherwise indicated, 600 volt, 60 hertz, industrial duty, and connected to 120 volts AC circuit with remote control device. The drawings shall indicate the number of poles and ampere ratings for the contactors and the locations, which shall be mounted inside motor control centers, panelboards or separate metal enclosures as indicated. Enclosures shall be finished as specified in Section 16010. The silver alloy power contacts shall be load break within the rating of the contactor without assistance from additional arcing contacts. The magnetic coil shall be continuous duty, encapsulated and easily removable. The magnet shall provide rapid action on pickup or dropout and satisfactory operation without hum. The 120 volt circuit shall be provided by an individual control power transformer for each contactor. The contactors shall be Square D Class 8903, Cutler-Hammer Type C30, Allen-Bradley Bulletin 702 or approved equal. F. Relays shall be provided as specified in Section 16900 and as shown on the Drawings. G. Manual Starters shall be provided as specified in Overcurrent Protection Paragraph. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-8 TENNIS COURTS 2.14 OVERCURRENT PROTECTION A. Circuit breakers, fuses, relays and other protective devices that protect the conductors and equipment against overload currents and short circuit currents shall be provided as indicated, specified and required. The circuit breakers shall be coordinated as specified in this Section and Section 16010. B. Circuit Breakers shall be molded case type unless otherwise indicated. Breakers shall be quick-make and quick-break on manual or automatic operation. The drawings shall indicate the number of poles and ampere trip ratings. The handle mechanism shall be trip-free which prevents holding the contacts against overload or short circuit conditions. 1. The thermal device shall provide time-delay tripping on overloads, and the magnetic device shall provide instantaneous tripping on short circuits. The instantaneous magnetic trip shall be adjustable and accessible from the front of the circuit breaker on frame sizes above 100 amperes. Non-automatic breakers shall have no tripping devices, and shall be used for manual switching of circuits. Molded case thermal-magnetic circuit breakers shall have at least the following interrupting capacities in symmetrical amperes at 480 volts unless otherwise indicated. 100 Ampere Frame - 22,000. 225 Ampere Frame - 22,000. 400 Ampere Frame - 30,000. 600 Ampere Frame - 30,000. 800 Ampere Frame - 30,000. 1,000 Ampere Frame - 30,000. 1,200 Ampere Frame - 30,000. 2,500 Ampere Frame - 42,000. 2. Solid state circuit breakers shall be equipped with programmers, integral current sensors, logic and trip circuitry, sensor-powered shunt trips and integral ground fault protection. The programmer shall include silicon transistors, silicon diodes, silicon controlled rectifiers and printed circuitboards to assure the circuit breaker's reliability and stability. Each printed circuit board shall be given a protective epoxy coating to prevent moisture absorption, fungus growth and signal leakage. Gold plated surfaces shall be provided on all electrical connectors and adjustment taps. Sensing power and signals shall be derived from three current transformers inside the circuit breaker, which shall supply power to the solid state programmer. The trip shall utilize logic circuitry contained in the programmer. The ampere setting shall be a tap adjustment which selects the continuous current setting of the breaker. These tap adjustments shallbe made with knobs on the front of the programmers. Regulated d-c power shall be provided by the full wave rectifiers and filters in the power supply. There shall be individual signals from the programmer which shall trip the breaker on overloads, short circuits, ground faults and high temperatures. The interrupting capacity for the solid state circuit breaker shall be 100,000 symmetrical amperes at 480 volts. It shall be possible to lock the operator handle in the "off" position with a padlock. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-9 TENNIS COURTS 3. Molded plastic housings that contain standard molded case circuit breakers and current limiters connected to the load side of the breakers shall be provided as indicated. The circuit breaker shall be ambient temperature compensated, and shall be provided with thermal overload protection. The integrally fused circuit breaker shall be capable of interrupting short circuit currents up to 100,000 symmetrical amperes at 480 volts. The time current limiting characteristics of the fuses shall be coordinated with the time current tripping characteristics of the circuit breaker. The fuse limiters shall be individually interlocked with the breaker element tripping mechanism so that no fuse can be inserted or removed until the circuit breaker is in the "off" position. An interlock shall be provided so the circuit breaker cannot be closed if a fuse limiter is either missing or has blown. Fuse limiters shall be individually removable from the molded case housing. It shall be possible to lock the operator handle in the "off" position with a padlock. 4. Motor circuit protectors shall be provided as shown on the drawings. They shall be molded case magnetic-trip-only circuit breakers. Each pole shall provide instantaneous protection by means of a single adjustable magnetic element that trips all currents equal or above the trip setting. The single adjustment screw shall adjust all poles simultaneously. Tripping shall be clearly indicated by the handle automatically assuring a position midway between the manual "OFF" and "ON" positions. All poles shall be constructed to open, close and trip simultaneously. The contacts shall be of non-welding silver alloy. It shall be possible to lock the operator handle in the "OFF" position with a padlock. 5. As indicated, motor circuit protectors shall be provided with current limiters having an interrupting capacity of 100,000 amperes. The MCP and limiter shall be fully coordinated so the motor circuit protector shall open all three poles if the limiter operated. The current limiters shall be so constructed that they can only be replaced by an identical or similar limiter having the same interrupting capacity. It shall be possible to lock the motor circuit protector handle in the "OFF" position with a Padlock. 6. The circuit breakers shall be mounted inside low voltage switchgears, motor control centers, switchboards or separate metal enclosures as indicated. Breakers shall be equipped with indications for the "trip","on", and "off" positions, and connectors that fit the conductors shown on the drawings. Submittal shall include complete descriptive data, technical data and manufacturers Certified Test Reports for circuit breakers 600 amperes and larger. The molded case circuit breakers shall be manufactured by General Electric, Square D, Allen Bradley or approved equal. C. Fused Switches shall be provided in metal enclosures that are suitable for locations shown on the Drawings. Each switch shall be industrial type, heavy duty, horsepower rated, quick-make, quick-break and equipped with fuses, cover-handle interlock, "ON- OFF" indications and feature to lock the operating handle in the "OFF" position. The drawings shall indicate the volts, amperes and number of poles. The switches shall include connectors that shall fit the conductors shown on the drawings. The fuses shall be Fusetron or Low-peak dual-element type and capable to interrupt 200,000 amperes. Ratings for volts and amperes shall be shown on the drawings. The enclosure shall be finished as specified in Section 16010. On the front of the enclosure, attach a plastic nameplate that identifies the load. The fused switches shall be manufactured by Square D, Guttler Hammer, Bussman, Gould-Shaumut, Reliance or approved equal. D. Overload Relays shall be provided in each phase of all circuit breakers and magnetic starters to properly protect the conductors and equipment that shall be connected on the circuits. Provide one spare overload relay for each overload relay provided. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-10 TENNIS COURTS E. Overcurrent Protection Device Coordination. All overcurrent protection devices on this project shall be coordinated so that they will perform as follows: 1. When two or more overcurrent protective devices in series with each other experience current flow greater than their rated current, the device with the lowest rated current shall trip and/or open the circuit first and thereby prevent the higher rated devices from operating. 2. The Supplier of the circuit breakers shall prepare a coordination study to verify the above stated performance requirements. The study shall be documented by the Supplier and the documents shall include but not be limited to the following: a. Manufacturer's overcurrent device operating curve printed on transparent paper for each overcurrent device. In the case of fuses, both minimum melt and maximum clearing time curves shall be included. b. One reproducible copy of all project single line diagrams so marked to show which operating curve applies to each overcurrent device on the diagram (the operating curves shall also be correspondingly marked). c. A tabulation of the required settings of all of the adjustable overcurrent devices so that the performance requirements is met. This documented coordination study shall be submitted for review before the overcurrent devices are supplied for the project. Circuit breakers which have ground fault protection features are specifically required to meet this performance requirement. 2.15 WIRING DEVICES A. Receptacles and switches shall be specification grade, heavy duty and provided in galvanized steel and cast metal boxes with covers as identified and located on the drawings. Unless otherwise indicated, the device phenolic color shall be ivory for all flush duplex receptacles and local switches, and their coverplates. Unless otherwise indicated the device phenolic color shall be brown for all duplex receptacles and local switches which are installed in surface mounted boxes. Galvanized steel boxes shall be installed in the walls for flush devices. All surface device outlets shall have cast iron boxes. B. Convenience Receptacles, for exterior installations, shall be single, grounding type, polarized, NEMA 5-15R, rated 20 amperes and 125 volts AC, and shall have side screw terminals for copper wire unless otherwise indicated equipped with ground fault capabilities. The metal coverplate shall attach to the box with corrosion resistant screws. The plug opening in the coverplate shall have a ethylene propylene rubber gasket. Attached to the coverplate shall be a stainless steel hinge-spring metal cover. The receptacles shall be ivory and manufactured by Hubbell, Slater, P&S, Arrow Hart, General Electric or approved equal. The convenience outlet shall be weatherproof with the hinged cover closed. Also, the outlet shall be weatherproof with the hinged cover open and a cord plug attached to the receptacle. The coverplate shall be manufactured by Grouse-Hinds, Appleton, Intermatic or approved equal. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-11 TENNIS COURTS C. 240 Volt Receptacles shall be single, grounding and locking type, NEMA L6-30R, polarized, rated 30 amperes and 250 volts AC, 3-wire and equipped with screw terminals for copper wire. The receptacles shall be manufactured by Hubbell, Slater, P&S, Arrow Hart, General Electric or approved equal. For each power outlet, provide a plug cap, NEMA L6 SOP, Hubbell, Arrow, Bryant or approved equal. D. Welding Outlets shall be 3-pole, 4-wire, 3-phase, grounding and locking type, rated 60 amperes and 600 volts. The welding outlet shall include #26420 receptacle, housing and cover, #26401 cast metal box, #26404 cast metal box adapter and #26419 plug cap with adjustable cord grip. The welding outlets shall be suitable for indoor and outdoor installations, and shall be manufactured by Hubbell, Slater, P&S, Arrow Hart, General Electric or approved equal. E. Local and Weatherproof Switches shall be toggle type, rated 20 amperes and 120-277 volts AC, and equipped with side screw terminals for copper wire. Single pole switches shall be #1221, #1991, #4901 brown and ivory. Three way switches shall be #1223, #1993, #4903 brown and ivory. The switches shall be manufactured by Hubbell, Slater, P&S, Arrow Hart, General Electric or approved equal. 2.16 DISCONNECT SWITCHES A. Provide the non-fusible disconnect switches, as indicated, specified and required. B. Switches shall be steel enclosed, heavy duty, NEMA 1 and NEMA 3R as required, 2- pole and 3-pole, 250 volt and 600 volt, ampere rating as indicated, and finished as specified in Section 16010. On the front of the enclosure, attach a plastic nameplate that identifies the load. Disconnect switches shall be Square D Type RB, Westinghouse Type H-600,1-T-E "Vacu-break" or approved equal. C. Mechanisms shall have quick-make and quick-break operating handles and provisions for padlocking in the "OFF" position. The switch shall have an interlock to prevent unauthorized opening of the hinged cover when the switch is in the "ON" position, and an interlock to prevent closing the switch mechanism with the hinged cover open. D. Copper Lugs shall be included for the copper wire connections. The lug shall fit the conductor which shall be connected to the lug. 2.17 SUPPORTS A. Provide the galvanized and PVC coated metal channels, fittings, stanchions, clamps, hangers, and required hardware to support all conduit and equipment as required. B. Channels shall be steel and cold rolled. One side of the channel shall have a continuous slot. On both sides of the slot, the edges turn inward and forms a guide for the spring nuts. The fittings shall be fabricated from steel and attached to the channel with bolts and spring nuts. The channel, fittings and hardware shall be hot-dipped galvanized and manufactured by Unistrut, GTE Products Co., Ideal Industries, Josyln Mfg & Supply Co., or approved equal. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-12 TENNIS COURTS C. One-Hole Clamps shall be malleable iron, galvanized for steel conduits and equipped with clamp-backs. The clamps shall be Efcor, Thomas and Belts, Appleton or approved equal. D. Beam Clamps shall be malleable iron, galvanized, right angle and parallel types. The clamps shall be manufactured by Efcor, Thomas and Belts, Appleton or approved equal. E. Spacers shall be plastic and provided lo support underground conduils for concrete encasemenls. The spacers shall be Carlon, Johns-Manville, Underground Producls or approved equal. F. Sleel Anchors shall be sleeve and stud types for securing equipmenl lo concrete foundations, floors and walls. The anchors shall be Phillips "Red Head", Diamond or approved equal. G. Toggle Bolts shall be steel, spring wing type for securing equipmenl to hollow walls and ceilings. Toggle bolts shall be Phillips "Red-Head", Diamond or approved equal. H. Conduit Hangers shall be heavy gauge formed steel, galvanized and equipped with carriage bolts, 1/4-inch rods and nuts. The hangers shall be Efcor, Appleton, Ideal Industries, Josyln Mfg & Supply Co. or approved equal. I. U-Bolls shall be heavy gauge steel, galvanized and equipped with two hexagon steel nuts. The U-bolts shall be Efcor, Kindorf or approved equal. J. Hardware shall be provided lo securely attach all equipmenl and materials. 2.18 NAMEPLATES A. Nameplates shall be provided as indicated lo identify equipmenl, and Ihe positions and circuils wilhin the equipment. Also, individually enclosed equipment shall be provided nameplates as indicated. B. The Nameplates shall be laminated black plastic with 1/4 inch high white letters, NEMA ES-1, 3-ply, 1/16-inch thick, beveled and satin finished. Nameplate inscriptions shall include the identifications for Ihe equipmenl and loads and shall identify Ihe controls on conlrol equipmenl as shown on Ihe Drawings. C. Plastic Nameplates shall be provided for switchgears, motor controllers, substations, service equipmenl, swilchboards, motor conlrol centers, panelboards, and individually enclosed circuil breakers, disconnecl switches, magnetic starters, relays, manual starters and conlrol stations unless otherwise indicated. Provide lighting switch nameplates as indicated on the Drawings. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-13 TENNIS COURTS PART 3 - EXECUTION 3.1 GENERAL A. Provide the wiring installations and equipment installations, including connections and interconnections as indicated, specified and required. Assure proper fits for all equipment and materials in the spaces shown on the Drawings. B. Excavations and Backfills. Earthwork shall be performed for equipment foundations, supports and underground conduits as indicated and as specified. C. Concrete shall be provided for electrical equipment foundations, support foundations and conduit encasements as indicated and as specified. D. Painting. Painting shall be provided all for exterior exposed surfaces per requirements of "Painting and Protective Coatings" Section 09900 of the Specifications. Field damaged finishes on equipment shall be touched-up with paint that is equal in quality and color to the original. Finish shall be Desert Beige as approved by the OWNER and specified in Section 09900 of the specifications. 3.2 RACEWAYS A. Provide all the cable tray and conduit installations, including the outlet bodies, boxes, gaskets, covers, fittings and supports to complete the raceway systems as shown on drawings and as required. Install ground conductors in all non-metallic conduits. B. Exposed Installations. The installations shall be completed with hot-dipped galvanized cable trays, rigid steel conduits and intermediate steel conduits with wrench tight connections. In hazardous areas, only rigid steel hot-dipped galvanized conduits shall be installed. In corrosive areas, PVC coated galvanized rigid steel conduits shall be installed. Maintain a minimum clearance of 12 inches for conduits that shall be installed near hot pipes or surfaces (150DF or higher). Exposed conduits shall be installed parallel or perpendicular to buildings and structures. C. Flexible Conduits. Flexible conduits shall be liquid-tight with fittings for short tight connections (30 inches maximum) to equipment, except in Class 1, Division 1 areas. A separate ground conductor shall be installed in flexible conduit that does not have the internal copper bonding conductor included by the manufacturer. D. Flexible Couplings. The couplings shall be explosion-proof with fittings for short, flexible, tight connections to equipment in Class 1, Division 1 hazardous areas. E. Threads. All steel conduit threads shall be coated with a corrosion resisting lubricant, and the connections shall be made watertight. The lubricant shall maintain the grounding continuity. F. Locknuts and Bushings. Locknuts and bushings shall be installed on the threads of steel conduits that enter through close-fit openings in enclosures. G. Sealing Bushings. The bushings shall be installed on the ends of exterior conduits that terminate at indoor equipment. The bushing shall provide a water-tight seal inside the conduit. H. Seal Fittings. Seal fittings shall be connected to rigid steel conduits in hazardous areas to prevent gases and flames to pass from one area to another through the conduit system. Also, sealing fittings shall be installed to completely water seal inside conduits and the areas around steel conduits that pass through concrete floors and outside walls. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-14 TENNIS COURTS I. Expansion/Deflection Fittings. Expansion/Deflection fittings shall be connected to steel *~\: conduits as indicated and required. ^, J. Penetrations. Penetrations through concrete for sleeves and conduits shall be approved by the Owner. Submit the sizes, locations and methods for all penetrations. K. Stub-ups. All steel conduit stub-ups shall be painted per requirements in Pertinent Sections. Conduits shall be painted a minimum of 4 inches above and below concrete slabs. Finish shall be applied before concrete is poured. Identify spare stub-ups under control panels, motor control centers and switchboards with tags as to the location of the termination of the conduit at the other end. L. Terminations. Conduits entering equipment, including control panels, motor control centers, switchboards, etc. shall enter in the same vertical section in which the circuit will terminate. Tag conduits at each end for identification. M. Tool Marks. Conduits and fittings that have tool marks shall be smoothed and finished with paint that matches the original finish. N. Conduit Through Roof. Provide a watertight seal around the conduit on the roof Coordinate the work with the roofing contractor. O. Furnished Equipment. Provide conduit installations as shown on the Drawings, and specified in other Sections of the Specifications for furnished equipment. ^"\P. Alterations. Alterations to existing installations shall be completed as indicated and ,^^,-: specified. 3.3 BOXES AND FITTINGS A. Outlet bodies, boxes, gaskets, covers, fittings and supports shall be installed as indicated, specified and required. B. Cast Iron. Cast iron outlet bodies, boxes, gasketed covers and fittings shall be connected to exposed galvanized rigid steel conduits. C Sheet Steel. Sheet steel boxes shall be provided with close-fit holes for steel conduit connections. Weatherproof boxes shall be provided with interchangeable conduit hubs for steel conduit connections as indicated. D. Interchangeable Hubs. The hubs shall be installed in steel enclosures for rigid steel conduit connections. Cut a close fitting hole in the sheet steel enclosure and place the interchangeable hub in the opening. Connect the hub on the conduit and make a tight connection to the enclosure. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-15 TENNIS COURTS 3.4 CONDUCTORS AND CABLES A. Install all the conductors and cables for the wiring as indicated, specified and required. B. Conductors. Conductors shall be completely installed and connected. Apply wire lubricant to ease the pulling of conductors in conduits. Recommended pulling tensions shall not be exceeded. Splice and terminal connections shall be made tight with spring and compression connectors. The connectors shall be crimped with a tool that provides uniform and tight connections. Connectors shall be sized as outlined in paragraph on Wire Connectors in this Section. Include all the required wiring interconnections. When routing conductors, and cables through precast concrete pull boxes and manholes, the longest (not shortest) route from entrance to exit shall be used. C. Insulate. All connections shall be insulated as required with tight wraps of plastic tape. Apply insulation putty to fill irregularities and voids in splices. High and medium voltage cable splices shall be completed as instructed by the cable manufacturer. D. Furnished Equipment. Provide wiring installations as shown on the Drawings, and specified in other Sections of the Specifications for furnished equipment. 3.5 PANELBOARDS A. Install and completely connect all the factory assembled panelboards as shown on the Drawings. B. Elevation. The elevation to the top of the panelboard shall be six feet above grade unless otherwise indicated. C. Clearance Space. Provide at least 1/2-inch clearance between the back of the panelboard cabinet and the RTU Cabinet. D. Anchor Bolts. Securely attach the panelboard to the wall with anchor bolts. E. Locking Devices. Attach locking devices on the handles of branch circuit breakers for the "ON" position as shown on the Drawings. F. Circuit Director Card. Completely type the card to identify each connected and spare circuit. G. Tight Connections. Provide tight connections for feeder and branch circuit wiring. 3.6 MOTORS AND CONTROLS A. Install all the wiring and control equipment as indicated, specified and required. B. Motors. Motors shall be provided with the driven mechanical equipment. C. Wiring. The wiring installations shall be complete. Include all the required wiring interconnections between the motor magnetic starters, and between the starters and the instrument control panels. Provide motor frame conduit connection boxes as required. Be certain that all wiring connections provide the proper motor rotation. D. Magnetic Starters. The magnetic starters shall be provided in the motor control centers unless otherwise indicated. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-16 TENNIS COURTS 3.7 OVERCURRENT PROTECTION A. Install all the overcurrent protective equipment as indicated, specified and required. B. Metal Enclosures. The enclosures for individual equipment shall be constructed to satisfy the condition in the location where they shall be installed. C. Overload Relays. Overload relays shall be provided in the control equipment for three phase and single phase circuits as required. Check the full load amperes for each motor and the overload relay rating. Replace the relays that shall not satisfactorily protect the connected motors. D. Trip Settings. Circuit breakers shall assure the required circuit protection with the indicated trip settings. E. Fuses. Provide fuses that have the current and voltage ratings to protect the circuits shown on the Drawings. 3.8 WIRING DEVICES A. Install the required local switches, convenience outlets and clock outlets complete, including the supports and wiring. 3.9 DISCONNECT SWITCHES A. Provide the complete installations for fused disconnect switches and non-fused disconnect switches where shown on the Drawings and as required. B. Mounting Height. Switches shall be installed 5 feet from grade or floor to the top of the enclosure unless otherwise indicated. C. Connections. The steel enclosures shall be connected complete with steel conduits terminating into interchangeable hubs attached to the enclosures. Wire connectors shall be provided for connecting the copper conductors. 3.10 SUPPORTS A. Install the required structural channels, brackets, stanchions, U-bolts, clamps, anchors, hangers, fittings and other hardware to securely attach and support all the equipment and conduits. B. Painting. Brackets, stanchions and other unfinished steel supports shall be painted per requirements of "Painting and Protective Coatings" Section of the Specifications. 3.11 NAMEPLATES A. Nameplates shall be positioned and lined-up to provide a neat appearance. They shall be attached to the cleaned metal surfaces of enclosures as directed by the OWNER. B. Namepjates. Nameplates shall be installed on primary interrupters, switchgears, substations, switchboards, service equipment, motor controllers, motor control centers, panelboards, and individually enclosed circuit breakers, disconnect switches, magnetic starters, manual starters, relays and control stations unless otherwise indicated. Install lighting switch nameplates as indicated on the Drawings. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK-PHASE 2A Contract No. 4502 16100-17 TENNIS COURTS 3.12 CHECKING, ADJUSTING AND TESTING A. Provide the required labor and equipment, and all checking, adjusting and testing operations on the electrical installations. B. Check All wire terminals shall be checked to assure tight connections. C. Adjust. Adjust repeat cycle timers, interval timers and time delay relays and other devices so the controls shall operate in the indicated sequence. D. Wiring Tests. The tests shall be performed to detect wrong connections, short circuits, continuity and grounds. Insulation tests shall be made with a hand crank test instrument on all cables and conductors. NOTE: WARNING. Do not make insulation tests on any conductors either signal or power, that are connected to semi-conductor type equipment. Remove the conductors from the equipment before insulation testing; severe damage may result from meggar-type instruments. Power feeders and branch conductors shall be tested phase to phase, and phase to ground. Phase to ground tests on shielded cable shall mean "conductor to shield". After insulation resistance tests have been performed, high voltage and medium voltage shielded cables shall be "hi-Pot" tested in accordance with the current ICEA Standards and the manufacturer's recommendation. Voltage shall be applied and removed in a slow, even manner, and the conductors shall be grounded for at least one minute after the voltage is removed to insure that no charge remains. Test voltage and application time for the various cables and conductors shall be submitted to the Owner. Correct any defects in the wiring systems. E. Equipment Tests. Perform equipment tests as indicated and directed by the manufacturer. Refer to Section 16010 for Manufacturers' Certified Reports on primary interrupters, substations, switchgears, service equipment and motor control centers. F. Test Data. Test data for equipment, shielded cables and supply voltage shall be submitted to the Owner. G. Supply Voltage. Test the supply voltage while the normal plant loads are operating. If the voltage is not within normal limits (plus or minus one percent), notify the power company and request a voltage correction. H. Operation Tests. Perform operation tests and observe that all loads operate satisfactorily. Refer to Section 16010 for Demonstration and Final Operation Test Plans and Results. 05/08/2007 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16100-18 TENNIS COURTS SECTION 16400 SERVICE AND DISTRIBUTION PART 1 - GENERAL 1.1 DESCRIPTION A. Requirements specified in Section 16010 and Section 16100 form a part of this Section. This Section outlines the electrical work for underground or overhead power service, power distribution and grounding. B. Power Service. The underground or overhead service shall be complete and as shown on the Drawings. The service installation shall conform with the power company service requirements. C. Distribution. The power distribution system shall include equipment installations and underground or overhead wiring installations as shown on the Drawings. D. Grounding. System, structural and equipment grounding installations shall be complete, as indicated, specified and required. 1. Equipment Grounding includes that all non-current carrying metal parts of electrical equipment and wiring systems shall be effectively grounded. 2. Structural Grounding includes ground conductor connections to structural steel as shown on the Drawing. 3. System Grounding includes a solid or resistance ground connection to the neutral point of a system, transformer and rotating machine as indicated, specified and required. 1.2 SUBMITTALS A. Submit for the Owner's approval material lists, shop drawings, factory test reports, and technical data to the extent required in Section 16010. PART 2 - PRODUCTS 2.1 GENERAL A. Provide all the equipment and materials, and complete all of the power service, power distribution and grounding installations as indicated, specified and required. Sizes of equipment shown on the Drawings and space allowed for the equipment are based on equipment manufactured by only one of the listed acceptable manufacturers. The manufacturers and models listed in this Section of the Specifications are acceptable providing they conform to the Specifications and that the equipment and materials provided fit properly in the available space. Refer to Section 16100 for conduits, conductors, circuit breakers and nameplates. 05/08/2007 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16400-1 TENNIS COURTS 2.2 HANDHOLES AND PULL BOXES A. Precast concrete handholes and pull boxes shall be provided as shown on the Drawings, and shall be manufactured by Appleton Electric Co., Grouse-Hinds, Killark, Raco, Hoffman Engineering Co., Hammond Manufacturing, Weigman, B-Line Circle AW, Adalet or approved equal. Handholes and pull boxes shall be complete. B. Covers shall be steel or concrete as indicated. C. Knockouts in the walls shall permit underground conduit connections. Bottom shall be provided with a sump opening. D. Accessories shall include angle iron, inserts, bolts, pull eyes and all other required hardware. 2.3 SERVICE EQUIPMENT A. Service entrance shall be 12 gauge standardized, modular formed steel dead front construction, front accessible. B. The enclosure shall be weatherproofed and factory painted gray enamel over primer and ruse inhibitor undercoat. C. The service entrance shall have space and necessary provisions for metering current transformer and testing as required by the Power Company and P.U.E.S.R. Standards. D. Main and branch feeder over-current devices shall be fusible or circuit breaker tyoe and sized as noted on the drawings. E. The switchgear assembly shall be braced for short circuit stress as noted on the drawings. F. All distribution equipment shall be of the same manufacturer. Approved manufacturers are: Federal Pacific, General Electric, Square D, Sylvania, Westinghouse, RSE Sierra, Milbank, Myers, or approved equal. 2.4 GROUNDING A. Provide all equipment and materials required to complete all the grounding installations as indicated and specified. B. Ground Rods shall be sectional copper-clad or hot-dipped galvanized high strength steel conforming to UL 467, 5/8 inch diameter, 8 feet long and with pointed ends and chamfered tops. The sectional ground rods shall be equipped with bronze or hot dipped galvanized couplings and driving bolts, and shall be driven to the depths needed to obtain the desired resistance. The ground rods shall be Copperweld, Hubbard, Chance or approved equal. C. Ground Rod Clamps shall be cast copper alloy, and shall tightly grip the rod and cable. The high strength silicon bronze U-bolts, nuts and lock washers shall make positive corrosion resistant ground connections. The clamps shall be manuractured by O-Z Gedney Co., Thomas & Betts, Burndy, Cadweld or approved equal. 05/08/2007 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16400-2 TENNIS COURTS D. Ground Connectors shall be cast copper alloy interlocking clamps equipped with silicon bronze bolts, nuts and lock washers or interlocking lugs with alien head set screws and one-hole tongues. Ground connectors shall be corrosion resistant and provided for cable to flat surface connections on equipment and structural steel. The connectors shall be manuractured by O-Z Gedney Co., Thomas & Belts, Burndy, Cadweld or approved equal. E. Direct Buried Ground Connections shall be the compression method or the exothermic method as indicated and supplied by Thomas & Betts, Cadweld, Burndy or equal. Underground grid connectors shall be crimped to the cables for splices by compression with hydraulic die sets, which form uniform and smooth connections. Exothermic welding method produces a super heated flow of molten copper by burning powder in the crucible-mold. The connections shall be manuractured by O-Z Gedney Co., Thomas & Betts, Burndy, Cadweld or approved equal. F. Ground Conductors shall be provided as shown on the Drawings and specified in Section 16100. G. Lightning & Surge Arresters shall be distribution type and consist of avalanche diodes, arrays of fused non-linear voltage dependant metal oxide varistors (MOV's), insulated, coated valve blocks of chemically and electrically stable refractory material and shall be mounted in a separate container and equipped with terminals, resistance gaps, compression rings, diaphragms, sealed isolators and mounting brackets. The valve block material shall be capable of carrying a high surge current with a resulting low discharge voltage. Lightning arresters shall be manufactured by Libert, Advance Protection Technologies, or approved equal. Arresters shall be mounted in a separate enclosure outside MCC and the arrester enclosure shall be NEMA 3R rated. H. Lightning Protection equipment and materials shall be manufactured by Thompson Lightning Protection, Inc., Independent Protection Company, or approved equal. 1. Lightning Air Terminals shall be solid copper bronze, nickel plated and 16 inches in height unless otherwise indicated. The bottom end of the terminal shall have 5/8 inch inside threads. 2. Air Terminal Brackets shall be solid copper bronze, unless otherwise indicated, and equipped with flat bases having anchor holes, cable clamps and short stud bolts with 5/8 inch threads. Air terminal shall be attached to the 5/8 inch stud bolt on the bracket. The bracket shall be securely attached to structural steel with bolts, nuts and washers, and concrete with anchors. 3. Lightning Conductors shall be copper, stranded rope lay, 28 strands, No. 4/0 AWG and 5/8 inch diameter unless otherwise indicated. Down conductors shall be protected as shown on the drawings. 4. Lightning Conductor Connectors shall be provided for conductor splice connections and conductor terminal connections. The connectors shall be heavy duty, cast metal and shall have hex-head screws in the bodies and holes in the tongues for bolts. 5. Lightning Conductor Clamps shall be provided to securely attach the conductors to the structure. The clamps shall be heavy duty, cast metal interlocking and sized for the lightning conductors. 05/08/2007 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16400-3 TENNIS COURTS I. Ground Fault Protection shall be provided as indicated, specified and required. The system shall provide low-level ground fault protection, and shall be manufactured by Square D, Guttler Hammer, General Electric, Siemens, Allen Bradley, or approved equal. The ground fault protection system shall be complete and consist of an adjustable relay, monitor panel, current sensor and a disconnect device that actuates a shunt trip on the circuit breaker. The ground fault relay shall be solid state with an adjustable pickup setting. The sensor shall be a specially constructed current transformer, which encompasses the phase and neutral conductors. A monitor panel shall include visual indication when the circuit interrupter has opened on a ground fault, and a push-to-test button. The circuit disconnecting device shall be actuated when the current output of the sensor exceeds the pickup setting of the static relay, which trips the shunt mechanism on the circuit breaker. 2.5 TRANSFORMERS A. Provide the power, pad-mounted, dry-type and distribution transformers as indicated, specified and required. After fabrication, the surfaces shall be finished as specified in Section 16010. The equipment shall be secured with hardware to brackets, supports, and inside equipment. B. Dry Type Transformers shall be provided for meters, control power, lighting, convenience and power outlets as shown on the drawings, specified and required. The transformers shall be self-cooled, two winding, three phase and single phase, 60 hertz, KVA and voltage ratings as indicated, and designed for indoor and outdoor installations at altitudes of 3,300 feet or less. Totally enclosed, non-ventilated transformers shall be provided for outdoor installations. Core laminations shall be grain oriented silicon steel, annealed, free of burrs and tightly clamped to provide quiet operation. Maximum flux densities shall be substantially below the saturation level. Transformers rated 2 KVA and smaller shall have NEMA Class B insulating materials which withstand a maximum winding temperature of 150 degrees Centigrade. Transformers rated 3 KVA through 25 KVA shall have NEMA Class F insulating materials which withstand a maximum winding temperature of 185 degrees Centigrade. Transformers rated 30 KVA and larger shall have NEMA Class H insulating materials which withstand a maximum winding temperature of 220 degrees centigrade. The transformer coils shall be wound with high temperature epoxy film insulated wire. Coils shall be vacuum impregnated with silicone varnish and cured at a minimum temperature of 350 degrees Fahrenheit to reduce hotspots and seal out moisture. Hybrid silicone varnish shall not be accepted. The coils shall be protected with an outer layer of glass tape or similar quality insulation. The core and coil assembly shall be isolated from the enclosure with neoprene pads. Single phase transformers 15 through 25 KVA shall be equipped with two 5 percent full capacity taps below normal rated primary voltage. Sound levels shall be guaranteed by the manufacturer and substantiated by certified tests for each transformer. The ground levels shall not exceed the following: O-9 KVA, 38 decibels; 10-45 KVA, 42 decibels. Pressure connectors shall be included for the copper conductors shown on the drawings, which shall be accessible in a front wiring compartment. Enclosures shall be fabricated from at least #14 formed steel with uniform surfaces, except the base shall be #11 gauge minimum. Metal surfaces shall be finished as specified in Section 16010. A diagrammatic metal plate shall show the complete diagram, internal connections, identified terminals and voltages. The dry-type transformers shall be Square D, Hevi- Duty or approved equal. 2.6 PANELBOARDS A. Provide the panelboards as shown on the Drawings and specified in Section 16100. 05/08/2007 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16400-4 TENNIS COURTS PART 3-EXECUTION 3.1 GENERAL A. Provide all the equipment installations and wiring installations including connections and interconnections for the power service and distribution as indicated, specified and required. Assure proper fits for all equipment and materials in the spaces shown on the Drawings. B. Earthwork, Concrete and Painting. The required work for excavations, backfills, concrete and painting shall be provided for the electrical installations. 1. Earthwork shall be performed for handholes, pull boxes, underground conduits, poles, guys, grounding, equipment foundations and supports as indicated and specified. 2. Concrete shall be provided for electrical equipment foundations and supports, and conduit encasements as indicated and specified in Division 3. 3. Painting shall be provided for all installations having unfinished surfaces as specified in. Field damaged factory finishes on equipment shall be touched-up with paint that is equal in quality and color to the original factory finish. C. Handholes and Pull Boxes. Precast concrete handholes and pull boxes shall be installed in excavations as shown on the drawings and as required. 1. Accessories shall be installed, which include pull eyes and required hardware. 2. Covers shall be installed on all handholes and pull boxes. D. Service Equipment. Install the metal enclosed service equipment and wiring as indicated, specified and required. 1. Equipment shall be installed level and securely attached to the concrete foundation with anchor bolts. The sections shall be joined together with bolts, washers and nuts to form a unit assembly. 2. Wiring installations shall be complete and in accordance with the power company service requirements. 3. Nameplates shall be laminated plastic and attached to clean surfaces of the metal enclosures with an adhesive or equal. E. Grounding. Install all the equipment, materials and wiring to complete the equipment, structural, lightning and system grounding installations as shown on the Drawings, specified and required. 1. Ground Rods, sectional, shall be long enough and driven to reach the permanent moisture level of the soil. The resistance of the driven electrode shall not exceed 15 ohms, and additional sections shall be installed to obtain the required lower resistance. The hand or power driving methods shall produce a force in line with the main axis of the ground rod, and the blow shall drive the rod straight to the required depth in the earth. 05/08/2007 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16400-5 TENNIS COURTS 2. Clamps and Connectors shall be connected tight to ground conductors and securely attached to equipment, structural steel, conduits and ground rods with set screws, bolts and nuts. 3. Grounding Bushings shall be installed tight on the ends of metal conduit, and ground jumpers shall be securely attached to the bushings and equipment enclosure or ground bus. 4. Exothermic Welding Connections shall be provided as indicated. Install the uninsulated portions of copper conductors into a mold and fire the powder in the crucible, which produces a super heated flow of molten copper in the mold. Insulate the welded connection with vinyl plastic electrical tape to a thickness equal to the conductor insulation. 5. Compression Method ground grid connectors shall be provided unless otherwise indicated. Attach the connector to cleaned copper conductors. Place the connector with conductor into a matched hydraulic head die. Compress the connector around the conductor with the hydraulic die, which forms a uniform, tight and smooth connection. Position a plastic tubing over the connector and cautiously apply a torch. The heat shall shrink the tubing into a tight fitting insulation on the connection. 6. Ground Conductors shall be installed in conduits, in trenches, in manholes and on poles as shown on the drawings. When installing the copper conductor in a trench, allow 5 percent additional length for slack, to the conductor length before backfilling the trench. 7. Lightning Arresters shall be equipped with support hardware and installed on poles and on concrete foundations. 8. Lightning Air Terminals shall be attached to the threaded stud bolts on the air terminal brackets. 9. Air Terminal Brackets shall be securely attached to structural steel with bolts, nuts and washers, and attached to concrete with anchor bolts. 10. Lightning Conductors shall be installed as indicated and required, and connected to the air terminal brackets and ground rods. 11. Connectors and Clamps shall be installed for conductor connections and supports as required. 12. Ground Fault equipment and wiring installations shall be completed as indicated, specified and required. 05/08/2007 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16400-6 TENNIS COURTS F. Primary Interrupters. Install the metal enclosed interrupters as shown on the Drawings. 1. Equipment shall be installed level and securely attached to supports with the required hardware. 2. Wiring installations shall be complete including all connections. The cableheads shall be filled with insulating compound after the cables have been connected to the terminals. 3. Nameplates shall be laminated plastic, and attached to clean surfaces of the metal enclosures with an adhesive or equal. G. Transformers. Install the power, pad-mounted, dry-type and overhead distribution transformers as indicated, specified and required. 1. Equipment shall be installed level and securely attached to concrete foundations, floors, walls and poles with the required hardware. 2. Wiring installations shall be complete as shown on the Drawings. H. Panelboards and Switchboards. Install the metal enclosed panelboards and distribution switchboards as indicated, specified and required. 1. Equipment shall be installed level and securely attached to the concrete foundations, floors and walls with anchor bolts. 2. Wiring installations shall be complete, including all connections. 3. Nameplates shall be laminated plastic, and attached to clean surfaces of the metal enclosures with an adhesive. I. Checking, Adjusting and Testing. Provide all checking, adjusting and testing operations on equipment and complete installations as specified in Section 16100. 05/08/2007 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16400-7 TENNIS COURTS SECTION 16500 LIGHTING PART 1 - GENERAL 1.1 DESCRIPTION A. Requirements specified in Conditions of the Contract, Division 1, Section 16010 and Section 16100 form a part of this Section. This Section outlines the electrical work for lighting equipment installations and wiring. 1.2 SUBMITTALS A. Submit for the Owner's approval material lists, shop drawings, factory test reports and technical data to the extent required in this Section and Section 16010. 1. Shop Drawings. In addition to the information required to be included in the shop drawings as specified in Section 16010, shop drawings shall include the following: a. Manufacturer's catalog data sheets and/or drawings for all lighting equipment. Catalog data and/or drawings shall clearly identify the equipment assembly, and locations for conduits. b. Elevations showing the complete lighting fixture and the method of attaching the diffuser to the housing. c. Types of lamps and ballasts for each lighting fixture. Ballast data shall include required starting and operating current. PART 2-PRODUCTS 2.1 GENERAL A. Provide all the lighting fixtures, wall brackets, lamps, and other fixtures and materials, including proper space, and complete the interior and exterior lighting installations as shown on the drawings, specified and required. All outdoor equipment shall be weatherproof and gasketed. The equipment shall have the manufacturer's corrosion resistant finish as indicated. The lighting equipment shall be completely fabricated, assembled, checked and tested at the factory. Lighting equipment types shall be shown on the Drawings. 1. Interior Lighting Fixtures. Fluorescent equipment shall be surface and mounted type mounted. The lighting fixtures shall be complete and include all the required components, lamps, wiring and supports. a. Fluorescent Fixtures shall be fabricated from heavy gauge formed sheet steel. Metal parts shall be joined together to form rigid housings with wireway covers and frames. 05/08/2007 LIGHTING POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16500-1 TENNIS COURTS 2. Fluorescent Ballasts. Ballasts for fluorescent fixtures shall be Class P. The ballasts shall be equipped with thermally actuated automatic reclosing protective devices. The overheat protective device shall be sensitive to current and winding temperatures, and shall prevent ballast case temperatures from exceeding 110 degrees centigrade. The ballasts shall be rapid start, 430 MA, high power factor, 60 hertz and the circuit voltage as shown on the drawings. In indicated cold areas (below 550F, the fluorescent fixtures shall be equipped with cold weather ballasts and lamps. The ballasts shall be energy saving type. 3. Controls. Time switches, contactors and photoelectric controls shall be provided as indicated and specified in Section 16100. 4. Wiring Devices and Materials. Convenience outlets, power outlets, switch outlets and wiring materials shall include the required boxes, receptacles, switches, plates, fittings and hardware as shown on the Drawings and specified in Section 16100. 5. Transformers and Grounding. Lighting transformers and grounding shall be provided as shown on the drawings and specified in Section 16400. 6. Branch Circuits. Wiring for the panelboard branch circuits shall be provided as shown on the Drawings and specified in Section 16100. The wiring, outlets and supports shall be complete. 7. Lamps. Lamps shall be provided for the lighting fixtures, floodlights, streetlight and other lighting units as shown on the Drawings. The lamps shall be General Electric, Sylvania, Phillips, or approved equal. a. Fluorescent Lamps shall be rapid start, 48 inch, 34 watt, 460 MA, medium bi-pin, lite white and Type T-12. The lamp life shall be approximately 18,000 hours, and the light output shall be approximately 2925 lumens. b. Controls (contactors, photoelectric units and time switches) shall be provided as shown on the Drawings and specified in Sections 16100. 2.2 LIGHTING CONTROLS A. Provide the lighting controls in Electrical Service Panel and/or in individual metal enclosures, NEMA 1 or NEMA 3R as indicated, specified and required. 1. Contactors shall be provided as shown on the Drawings and specified in Section 16100. 2. Time Switches shall be adjustable and powered by self-starting synchronous motors, with spring driven reserve, which shall be sufficient to operate the time switch contacts at least 36 hours after power failure. On restoration of normal power, the time switch shall transfer to synchronous motor drive and automatically rewind the reserve. The switch shall have an astronomic dial, day- omitting device and a 3-way manual control for each circuit. "On" operation shall occur automatically at sunset. "Off" operation shall be adjustable in one-half hour increments to sunrise. Both "on" and "off" shall have a range of adjustability of 20 to 40 minutes before or after sunset and sunrise. The time switch contacts shall be capable of carrying a minimum of 40 amperes per pole continuously at 277 volts. The switches shall be single pole, double throw and equipped with three- position controls (ON-OFF-AUTOMATIC) and terminals. The synchronous motor shall operate on a 120 volt and 60 hertz control circuit. The time switches shall be Intermatic Tork, Paragon, General Electric or approved equal. 05/08/2007 LIGHTING POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16500-2 TENNIS COURTS 3. Photoelectric Controls shall automatically open and close the 277 volt control circuits for outdoor lighting as shown on the drawings. The photoelectric unit shall close the control circuit at 2 footcandles plus or minus 20 percent. The control shall be relatively insensitive to lighting, ambient temperature and applied voltage. A time delay response in excess of 15 seconds shall be provided. The unit shall be equipped with a threaded hub for connection to steel conduit. Photoelectric controls shall be manufactured by General Electric, Tork, intermatic or approved equal. PART 3 - EXECUTION 3.1 GENERAL A. Provide all the equipment installations and wiring installations, including connections as indicated, specified, and required. Assure proper fits for all equipment and materials in the spaces shown on the Drawings. 1. Lighting Fixtures. Install all the exterior lighting fixtures as shown on the Drawings. a. Ballasts shall be provided for high pressure sodium, fluorescent and metal halide fixtures b. Lamps shall be installed in the lighting fixtures as shown on the Drawings. 2. Wiring. Provide complete wiring installations for the interior and exterior lighting units, switches, convenience outlets, automatic controls and grounding as indicated and required. 3. Automatic Control. Install the photoelectric controls, time switches and contactors as shown on the Drawings, and as required. a. Adjust all the automatic controls so they operate satisfactorily. 05/08/2007 LIGHTING POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502 16500-3 TENNIS COURTS APPENDIX A GEOTECHNICAL REPORT 05/08/2007 APPENDIX A POINSETTIA COMMUNITY PARK - PHASE 2A Contract No. 4502-A TENNIS COURTS PRELIMINARY GEOTECHNICAL INVESTIGATION, PROPOSED TENNIS COMPLEX, POINSETTIA PARK, CARLSBAD, CALIFORNIA Prepared For: RBF Consulting 5050 Avenida Enclnas Carlsbad, California 92008 Project No. 601554-001 October 25, 2006 Leighton Consulting, Inc. A LEIGHTON GROUP COMPANY Inc. A LEI8HTON GROUP COMPAHY To: October 25,2006 Project No. 601554-001 RBF Consulting 5050 Avenida Encinas, Suite 260 Carlsbad, California 92008 Attention: Mr. Tim Thiele Subject: Preliminary Geotechnical Investigation, Proposed Tennis Complex, Poinsettia Park, Carlsbad, California In accordance with your request and authorization, we have conducted a geotechnical investigation of the proposed tennis complex consisting of eight new lighted tennis courts and a new warm wall at Poinsettia Park located in Carlsbad, California. Recommendations have also been included for the associated clubhouse and parking lots. Based on the findings of our study, it is our professional opinion mat the proposed development is feasible from a geotechnical standpoint provided that the recommendations contained in this report are implemented during the design, grading, and construction of the proposed improvements. The accompanying report presents a summary of the geotechnical investigation of the site and provides geotechnical conclusions and recommendations relevant to the proposed site improvements. If you have any questions regarding our report, please do not hesitate to contact this office. We appreciate this opportunity to be of service. Respectfully submitted LEIGHTON CONSULTING, INC. William D. Olson, RCE 45283 Associate Engineer Distribution: (6) Addressee Michael R. Stewart, CEG1349 Principal Geologist 3934 Murphy Canyon Road, Suite B205 • San Dtego, CA 92123-4425 858.282.8030 « Fax 858.232.0771 "www.teightonconsutting.oom 601554-001 3TABLE OF CONTENTS SECTION EAGE 1.0 INTRODUCTION .......................................................................................................... 1 1.1 PURPOSE AND SCOPE ............................................................................................... 1 1.2 SITE LOCATION AND DESCRIPTION .............................................................................. 1 1.3 PROPOSED IMPROVEMENTS ....................................................................................... 2 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING ............................................. 3 3.0 GEOLOGY ................................................................................................................... 4 3.1 GEOLOGIC SETTING .......................................................................................... , ...... 4 3.2 SITE-SPECIFIC GEOLOGY .......................................................................................... 4 3.2.1 Artificial Rll (Map Symbol - Af) .......................................................................... 4 3.2.2 Terrace Deposits (Map Symbol - Qt) ................................................................. 5 3.2.3 Santiago Formation (Map Symbol - Tsa) .............................................................. 5 3.3 SURFACE AND GROUND WATER ................................................................................... 5 3.4 ENGINEERING CHARACTERISTICS OF ON-SITE SOILS ........................................................ 5 3.4.1 Expansion Potential .......................................................................................... 5 3.4.2 Soil Corrosivity ................................................................................................. 6 3.4.3 Excavation Characteristics ................................................................................. 6 4.0 FAULTING AND SEISMIOTY ......................................................................................... 7 4.1 FAULTING ............................................................................................................. 7 4.2 SBSMIOTY ........................................................................................................... 7 4.2.1 Lurching and Shallow Ground Rupture ............................................................... 8 4.2.2 Liquefaction and Dynamic Settlement ................................................................ 9 4.2.3 Tsunamis, and Seiches ..................................................................................... 9 4.2.4 Building Code Seismic Parameters ...................................................................... 9 5.0 CONCLUSIONS ............................................................................................................ 10 6.0 RECOMMENDATIONS ................................................................................................. 11 6.1 EARTHWORK ......................................................................................................... 11 6.1.1 Site Preparation .............................................................................................. 11 6.1.2 Removal and Recompaction ............................................................................. 11 6.1.3 Rll Placement and Compaction ......................................................................... 12 6.1.4 Trench Excavation and Backfill ......................................................................... 12 6.2 CONTROL OF GROUND WATER AND SURFACE WATER ...................................................... 13 6.3 FOUNDATION AND SLAB CONSIDERATIONS ................................................................... 13 6.3.1 Conventional Foundations and Slab-on-Grade Design ......................................... 14 6.3.2 Post-Tensioned Slab-on-Grade Design ................................................................ 14 6.3.3 Setback from Slopes ........................................................................................ 16 6.3.4 Settlement ...................................................................................................... 16 6.4 PRELIMINARY PAVEMENT DESIGN .................................. . ............................... ^ft ...... 17 6.5 CONCRETE FLATWORK ............................................................................. j40T ...... 17 Leighton 601554-001 TABLE OF CONTENTS (Continued) SECTION PAGE 6.6 LATERAL EARTH PRESSURES AND RETAINING WALL DESIGN CONSIDERATIONS 18 6.7 CEMENT TYPE FOR CONSTRUCTION 19 6.8 PLAN REVIEW AND CONSTRUCTION OBSERVATION 20 7.0 LIMITATIONS 21 TABLES TABLE 1 - SEISMIC PARAMETERS FOR ACTIVE FAULTS - PAGE 8 TABLE 2 - POST-TENSIONED DESIGN RECOMMENDATIONS - PAGE 15 TABLE 3 - MINIMUM FOUNDATION SETBACK FROM SLOPE FACES - PAGE 16 TABLE 4 - PRELIMINARY PAVEMENT SECTIONS - PAGE 17 TABLE 5 - LATERAL EARTH PRESSURES - PAGE 18 FIGURES FIGURE 1 - SITE LOCATION MAP - REAR OF TEXT FIGURE 2 - EXPLORATION LOCATION MAP - REAR OF TEXT APPENDICES APPENDIX A - REFERENCES APPENDIX B - TEST Prr LOGS APPENDIX C - LABORATORY TESTING PROCEDURES AND TEST RESULTS APPENDIX D - SEISMIC ANALYSIS APPENDIX E - GENERAL EARTHWORK AND GRADING SPECIFICATIONS Leighton 601554-001 1.0 INTRODUCTION 1.1 Purpose and Scope This report presents the results of our geotechnical investigation for the proposed tennis complex at Poinsettia Park, located in Carlsbad, California (Figure 1). The purpose of our investigation was to evaluate the geotechnical conditions at the site and provide conclusions and recommendations relevant to the proposed improvements. Our scope of services included: • Review of readily available pertinent, published, and unpublished geotechnical reports/literature and maps (Appendix A). • Field reconnaissance of the existing onsite geotechnical conditions. Subsurface exploration consisting of the excavation, logging and sampling of ten exploratory test pits. The test pit logs are presented in Appendix B. • Laboratory testing of representative soil samples obtained from the subsurface exploration program. Results of these tests are presented in Appendix C. • Compilation and analysis of the geotechnical data obtained from the current phase of field investigation and laboratory testing including a seismic analysis (Appendix D). • Preparation of this report presenting our findings, conclusions, and geotechnical recommendations (including General Earthwork and Grading Specifications presented as Appendix E) with respect to the proposed design site grading and general construction considerations. 1.2 Site Location and Description The Poinsettia Park is located at 6600 Hidden Valley Road in Carlsbad, California (Figure 1). The park is currently occupied by three tennis courts, baseball fields, tot lots, restroom, snack-bar and maintenance yard, parking lots, concrete walkways, underground utilities and associated landscaping. In general, the location of the new proposed tennis complex and associated improvements is in the northeast comer of the park in an area that was previously sheet graded (i.e., two sheet graded pads separated by a 2:1 cut slope) during the original site grading of the park (see Figure 2, Exploration Location Map). Currently, the sheet graded pads appear to be well maintained with regular weed abatement and clearing. The 2:1 (horizontal to vertical) cut slope is approximately 10 feet high and is covered with erosion control plants. The elevations of lower (western) pad -1- 4 Leighton 601554-001 and upper (eastern) pad range from 162 to 164 feet mean sea level (msl) to 174 to 178 feet msl, respectively. 1.3 Proposed Improvements It is our understanding that the proposed tennis complex and improvements will include eight new lighted tennis courts, a new warm up wall, a clubhouse and additional paved parking areas. Based on our review of the conceptual plans, the clubhouse, new warm up wall, and five of the new tennis courts will be located on the upper pad to the east. The remaining three of the new tennis courts will be located on the lower pad to the west immediately north of the existing tennis courts. The existing maintenance yard area, located in the northeast corner of the upper pad, will be demolished to construct the proposed improvements. Preliminary grading plans, tennis court plans and structural/building foundation loads were not available during preparation of this report. -2- Leighton 601554-001 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING Our subsurface investigation consisted often exploratory test pits or trenches (TP-1 through TP- 10) within selected areas of the subject site. The trenches were excavated to a maximum depth of 14 feet using a rubber-tired backhoe equipped with an 18-inch bucket The approximate locations of the trenches are presented on the Exploration Location Map (Figure 2). The trench logs are presented in Appendix B. The trenches were excavated to evaluate the engineering characteristics of the existing surficial soils and the extent of the different geologic units and to provide representative samples for laboratory testing. After completion of our geological exploration and logging of the trench, the spoils from each of trenches (which were near optimum moisture) were placed in relatively thin lifts and compacted with a compaction wheel. During the backfill operation, our field engineer probed each lift and confirm that compacted soil was firm and unyielding backfill. Based on our observations, it is our opinion that the trenches were properly backfilled and will support additional fill or foundation loads. Laboratory testing was performed on representative samples to evaluate their pertinent engineering properties. Laboratory tests included expansion potential, corrosivity and R-value. A discussion of the laboratory tests performed and a summary of the laboratory test results are presented in Appendix C. -3-Leighton 601554-001 3.0 GEOLOGY 3.1 Geologic Setting The subject site is located within the coastal subprovince of the Peninsular Ranges Geomorphic Province, near the western edge of the southern California batholith. The topography at the edge of the batholith changes from the rugged landforms developed on the batholith to the more subdued landforms that typify the softer sedimentary formations of the coastal plain. Specifically, the site is underlain by sedimentary units of the Tertiary-aged Santiago Formation. Subsequent to the deposition of this unit, erosion and regional tectonic uplift created the valleys and ridges of the area. Recent weathering and erosional processes have produced the Quaternary surficial units including Terrace Deposits, topsoil and artificial fill that mantle the site. 3.2 Site-Specific Geoloav Surficial units consisting of artificial fill and Quaternary terrace deposits, were encountered during our subsurface investigations of the site. The areal distributions of the geologic units are presented on the Exploration Location Map (Figure 2). A brief description of the geologic units on the site (youngest to oldest) is presented below. 3.2.1 Artificial Fill fMao Symbol - Aft In general, shallow unmapped artificial fill (less than a foot) was found across the site and appears to be associated with minor fine grading of the pads. This shallow fill consisted of light brown to brown, dry to moist, loose to medium dense, fine grained silty sand with traces of organics. In the northwest corner of the site (i.e., the lower pad within test pits TP-1 and TP-2), an area of deeper artificial fill (i.e., mapped) was encountered and extends to approximately 9 feet below ground surface (bgs). The deeper mapped fill consisted of brown to dark brown, moist, dense, fine grained silty sands with some fine gravel and traces of organics (i.e., dried grass) and appears to be associated the original fill area of a cut/fill graded pad based our review of the City of Carlsbad As-Built plans for Poinsettia Park issued with the original Request for Proposal for the project, dated April 4,2006. -«- Leighton 601554-001 3.2.2 Terrace Deposits (Map Symbol - Oti Quaternary terrace deposits were encountered in all the test pits and were generally moderately to highly weathered near the surface. The deposits consisted of light brown to orangish brown with mottled gray in color at depth, moist, very dense, fine grained silty sands with trace of fine gravel in some test pits. 3.2.3 Santiago Formation (Mao Symbol - The Tertiary-aged Santiago Formation, which was not encountered during our investigation, underlies the entire site at depth. This unit typically consists of massively bedded sandstones, and to a lesser extent claystones and siltstones. 3.3 Surface and Ground water Surface water or shallow groundwater conditions were not encountered during our field investigation. It should also be noted that ground water seepage sometimes occurs in localized areas, especially in slopes, after the completion of grading and establishment of site irrigation and landscaping. If these conditions occur, recommendations to mitigate the seepage (by providing a subdrain system to collect ground water or other appropriate methods) can be made on a case-by-case basis. 3.4 Engineering Characteristics of On-site Soils Based on the results of our preliminary geotechnical investigation, laboratory testing of representative on-site soils, and our professional experience on adjacent sites with similar soils, the engineering characteristics of the on-site soils are discussed below. 3.4.1 Expansion Potential Based on laboratory testing, the on-site soils possess a very low expansion potential (per the Uniform Building Code [UBC] criteria). If during the site grading moderate to highly expansion potential soils are encountered, selective and/or remedial grading to mitigate highly expansive soils will be required. Geotechnical observations and/or laboratory testing upon completion of the graded tennis court and building pads are recommended to determine the actual expansion potential of the near-surface soils on the site. -5- Leighton 601554-001 3.4.2 Soil Corrosivitv The National Association of Corrosion Engineers (NACE) defines corrosion as "a deterioration of a surface or its properties because of a reaction with its environment." The "environment" is the surrounding soil and ground water, and the "substances" are reinforced concrete foundations or various types of steel substructures such as piles, pipes, etc., that are in contact with the soil. In general, soil environments that are detrimental to concrete have high concentrations of soluble sulfates and/or pH values of less than 5.5. Table 19A-A- 4 of the California Building Code (CBSC, 2001) provides specific guidelines for the concrete mix-design when the soluble sulfate content of the soil exceeds 0.1 percent by weight. Soluble sulfate test results performed on samples collected indicate soluble sulfate contents of 0.0017 to 0.0027 percent and a pH level of 7.06 to 7.71. Refer to Table 19A-A-4 of CBC, 2001 for mix design placement requirements. Chloride content in excess of 300 ppm may present a corrosion risk to buried improvements. Testing indicates chloride content ranges from 21 to 168 ppm. Electrical resistivities of less than 10,000 ohm-cm are generally considered corrosive to buried uncoated metal conduits. Testing indicates resistivity values range from 3,643 to 7,421 ohm-cm. A discussion on laboratory testing procedures and the geochemical laboratory test results are provided in Appendix C of this report. For appropriate evaluation and mitigation design a corrosion engineer should be consulted. 3.4.3 Excavation Characteristics It is anticipated that the onsite soils can be excavated with conventional heavy- duty construction equipment. If oversize material (typically over 8 inches in maximum dimension) is generated, it should be placed in accordance with Appendix E of this report, in nonstructural landscaped areas (as approved by the geotechnical consultant) or hauled off site. Leighton 601554-001 4.0 FAULTING AND SEISMIOTY 4.1 Faulting Our discussion of faults on the site is prefaced with a discussion of California legislation and state policies concerning the classification and land-use criteria associated with faults. By definition of the California Mining and Geology Board, an active fault is a fault which has had surface displacement within Holocene time (about the last 11,000 years). The State Geologist has defined a potentially active fault as any fault considered to have been active during Quaternary time (last 1,600,000 years). This definition is used in delineating Earthquake Fault Zones as mandated by the Alquist-Priolo Earthquake Faulting Zones Act of 1972 and as most recently revised in 1997 (Hart, 1997). The intent of this act is to assure that unwise urban development does not occur across the traces of active faults. Based on our review, the site is not located within an "Earthquake Fault Zone" as identified in this document. Our review of available geologic literature indicated that there are no known active, potentially active, or inactive faults that transect the subject site (Appendix A). The nearest known active regional faults are the Rose Canyon and the Newport Inglewood Fault Zone - Offshore Segment. The closest projected traces for these fault zones are located approximately 4.5 and 7.6 miles west of the site (Blake, 2000). 4.2 Seismicitv The principal seismic considerations for most structures in southern California are surface rupturing of fault traces and damage caused by ground shaking or seismically induced ground settlement The effects of seismic shaking can be reduced by adhering to the most recent edition of the California Building Code and design parameters of the Structural Engineers Association of California. From a deterministic perspective, Table 1 indicates potential seismic events that could be produced by a maximum moment magnitude earthquake. A maximum moment magnitude earthquake is the maximum expectable earthquake given the known tectonic framework. Site-specific seismic parameters for the site included in Table 1 are the distances to the causative faults, earthquake magnitudes, and expected ground accelerations as generated by the deterministic fault modeling software EQFAULT (Blake, 2000). The ground acceleration was modeled using the attenuation equation of Abrahamson and Silva (1997). The distances and maximum magnitude events in Table 1 were determined using the digitized fault coordinates and summarized magnitudes used by State of California (CDMG, 1996). -7- Leighton 601554-001 Table 1 Seismic Parameters for Active Faults Potential Causative Fault Rose Canyon Newport- Inglewood (offshore) Coronado Bank Elsinore- Julian Distance from Fault to Site (Miles) 4.5 7.6 20.3 24.9 Slip Rate(I) (mm/yr) 1.5 1.5 3.0 5.0 Maximum Credible Earthquake (Moment Magnitude) 7.2 7.1 7.6 7.1 Peak Horizontal Ground Acceleration*2* (g) 0.49 0.32 0.16 0.10 (I)CDMG, 1996(2) Blake, 2000 As indicated in Table 1, the Rose Canyon Fault Zone is considered to have the most significant affect at the site from a design standpoint. The maximum moment magnitude earthquake event could produce a peak horizontal ground surface acceleration of 0.49g with a standard deviation of approximately 0.27g. The Rose Canyon is considered a Type B seismic source according to Table 16A-U of the 2001 California Building Code (CBCS, 2001). Summary printouts of the deterministic analyses are provided in Appendix D of this report. Secondary effects associated with severe ground shaking following a relatively large earthquake can include ground lurching and shallow ground rupture, soil liquefaction and dynamic settlement, lateral spreading, earthquake-induced settlement, and tsunamis/seiches. These secondary effects of seismic shaking are discussed in the following sections. 4.2.1 Lurching and Shallow Ground Rupture Soil lurching refers to the rolling motion on the ground surface by the passage of seismic surface waves. Effects of this nature are likely to be most severe where the thickness of soft sediments vary appreciably under structures. The potential for lurching can be mitigated if the potentially compressible soils present on the site are properly compacted in accordance with the recommendations of this report (Section 6.0). -8-Leighton 601554-001 Breaking of the ground because of faulting is not likely to occur on site due to the absence of known faults on the site. Cracking due to shaking from distant seismic events is not considered a significant hazard, although it is a possibility at any site. 4.2.2 Liquefaction and Dynamic Settlement Liquefaction and dynamic settlement of soils can be caused by strong vibratory motion due to earthquakes. Both research and historical data indicate that loose, saturated, granular soils are susceptible to liquefaction and dynamic settlement. Liquefaction is typified by a loss of shear strength in the affected soil layer, thereby causing the soil to act as a viscous liquid. This effect may be manifested by excessive settlements and sand boils at the ground surface. The dense terrace deposits and formational bedrock materials underlying the site are not considered liquefiable due to their dense physical characteristics and unsaturated condition. 4.2.3 Tsunamis, and Seiches Based on the distance between the site and large, open bodies of water, barriers between the site and the open ocean, and the elevation of the site with respect to sea level, the possibility of seiches and/or tsunamis is not considered to be applicable. 4.2.4 Building Code Seismic Parameters The effect of seismic shaking may be mitigated by adhering to the California Building Code (CBC) or state-of-the-art seismic design parameters of the Structural Engineers Association of California. The seismic parameter settings for the site, per the 2001 CBC, are as follows: Soil Profile Type (Table 16A-J) = SD Seismic Zone 4 (Figure 16A-2) Z = 0.4 Slip Rate, SR, (Table 16A-U) = 1.5mm per year (CDMG, 1996), based on the Rose Canyon Fault Zone Seismic Source Type (Table 16A-U) = B Na= 1.0 (Table 16A-S) Nv= 1.1 (Table 16A-T) Ca = 0.44 Na (Table 16A-Q) Cv= 0.64 Nv (Table 16A-R) -9- Leighton 601554-001 5.0 CONCLUSIONS Based on the results of our preliminary geotechnical investigation of the site, it is our professional opinion that the proposed improvements are feasible from a geotechnical standpoint, provided the following conclusions and recommendations are incorporated into the project plans and specifications. The following is a summary of the geotechnical factors that may affect development of the site. • No active or potentially faults are known to exist on or in the immediate vicinity of the site. • Based on our subsurface exploration, the upper 1 to 2 feet of the artificial fill and weathered Terrace Deposits are considered unsuitable for supporting additional fill or structural loads and should be removed or reprocessed within the proposed improvement areas during site grading. Based on laboratory testing and visual classification, the on site soils possess a very low to low expansion potential and are suitable for reuse as compacted fill provided they are relatively free of organic material, and debris. Based on laboratory testing, the onsite soils are expected to have a negligible potential for sulfate attack on concrete. These soils are also considered to have a moderate potential for corrosion to buried uncoated metal conduits. Laboratory testing should be performed on the finish grade soils to verify the corrosivity characteristics. • Ground water was not encountered during our investigation and is not expected to be a significant factor during site excavation and construction. Localized seeps may occur in isolated areas in the future after period of heavy rainfall or irrigation and should be treated on an individual basis, if they occur. -10- Leighton 601554-001 6.0 RECOMMENDATIONS 6.1 Earthwork Earthwork should be performed in accordance with the City of Carlsbad grading requirements, the following recommendations and the General Earthwork and Grading Specifications for Rough Grading included in Appendix E. In case of conflict, the following recommendations shall supersede those in Appendix E. The contract documents for the contractor should be worded such that it is the responsibility of the contractor to place the fill properly and in accordance with the City's requirements, recommendations of this report and the specifications in Appendix E, notwithstanding the testing and observation of the geotechnical consultant. 6.1.1 Site Preparation Prior to grading, the proposed improvement areas of the site should be cleared of surface and subsurface obstructions, including any existing debris and loose soils, and stripped of vegetation. Removed vegetation and debris should be properly disposed off site. All areas to receive fill and/or other surface improvements should be scarified to a minimum depth of 6 inches, brought to near-optimum moisture conditions, and recompacted to at least 90 percent relative compaction (based on ASTM Test Method Dl 557). 6.1.2 Removal and Recompaction The upper 1 to 2 feet of the artificial fill and weathered Terrace Deposits are considered unsuitable for supporting additional fill or structural loads and should be removed or reprocessed within the proposed improvement areas. Therefore, we recommend a general over-excavation or undercutting of the proposed improvement areas be performed to provide a relatively uniform blanket of fill and mitigate the potential settlement conditions. The recommended undercut beneath the proposed improvements should be at least 24 inches below the existing grade or finish subgrade elevation, whichever is lower, and should extend at least 5 feet beyond the proposed footprint of the improvement. The actual depth and extent of the required removals should be evaluated during grading operations by the geotechnical consultant. -11-Leighton 601554-001 6.1.3 Fill Placement and Compaction The onsite soils are generally suitable for use as compacted fill provided they are free of organic materials and debris. Areas to receive structural fill and/or other surface improvements should be scarified to a minimum depth of 6 inches, brought to at least optimum moisture content, and recompacted to at least 90 percent relative compaction (based on ASTM Test Method D1557). The optimum lift thickness to produce a uniformly compacted fill will depend on the type and size of compaction equipment used. In general, fill should be placed in uniform lifts not exceeding 8 inches in thickness. Fill soils should be placed at a minimum of 90 percent relative compaction (based on ASTM Test Method D1557) near or above optimum moisture content. Placement and compaction of fill should be performed in accordance with local grading ordinances under the observation and testing of the geotechnical consultant. Fills placed on slopes steeper than 5 to 1 (horizontal to vertical) should be keyed and benched into dense formational soils (see Appendix E for benching detail). Fills placed within 3 feet of finish pad grades should consist of granular soils of very low to low expansion potential and contain no materials over 8 inches in maximum dimension. In areas subjected to vehicular traffic, we recommend that the upper 12 inches of the subgrade soils be compacted to at least 95 percent (based on ASTM Test Method Dl 557). 6.1.4 Trench Excavation and Backfill Temporary excavations with vertical side slopes within the on site formational soils are expected to be generally stable to a maximum height of 5 feet provided they are free of adverse geologic conditions. Excavations deeper than 5 feet should be shored or sloped back to 1:1 or flatter, if construction workers are to enter such excavations. The onsite soils may generally be suitable as trench backfill provided they are screened of organic matter and rocks over 8 inches in diameter. Trench backfill should be compacted in uniform lifts (not exceeding 8 inches in compacted thickness) by mechanical means to at least 90 percent relative compaction (ASTM Test Method Dl 557). -12-Leighton 601554-001 6.2 Control of Ground Water and Surface Water Our experience indicates that surface or near-surface ground water conditions can develop in areas where ground water conditions did not exist prior to site development, especially in areas where a substantial increase in surface water infiltration results from landscape irrigation. This occurs frequently where relatively impermeable formational materials are overlain by granular fill soils such as on this site. In addition, during slope excavations, seepage in cut slopes may be encountered. We recommend that an engineering geologist be present during grading operations to evaluate any possible seepage areas. Drainage devices for reduction of water accumulation can be recommended if these conditions are observed. We recommend that measures be taken to properly finish grade for improvement area, such that drainage water from the building or improvement area is directed away from foundations (2 percent minimum grade for a distance of 5 feet), floor slabs, and tops of slopes. Ponding of water should not be permitted, and installation of roof gutters which outlet into a drainage system is considered prudent. Planting areas at grade should be provided with positive drainage directed away from the building. Drainage and subdrain design for these facilities should be provided by the design civil engineer. Localized seeps may also be encountered in cuts slopes. If encountered during grading, mitigative measures can be recommended by the geotechnical consultant. These recommendations will likely include additional subdrains and possible overexcavation of slope areas. It is possible that after site development is complete, some additional zones of seepage may occur due to site irrigation in areas with no previous history of seepage. Recommendations for the treatment of these areas can be provided on an individual basis. 6.3 Foundation and Slab Considerations We recommend that the proposed clubhouse structure or building be constructed with conventional foundations and slabs-on-grade floors. For the proposed tennis courts, we recommend using a post-tensioned slabs-on-grade. Foundation systems should be designed in accordance with structural considerations and the following recommendations. These recommendations assume mat the soils encountered within 5 feet of finished pad grade have a very low to low potential for expansion. If medium to highly expansive soils are encountered and selective grading cannot be accomplished, additional foundation design may be necessary. -13- Leighton 601554-001 6.3.1 Conventional Foundations and Slab-on-Grade Design Clubhouse structure or building may be supported by conventional continuous or isolated spread footings. Footings should extend a minimum of 18 inches beneath the lowest adjacent soil grade. At these depths, footings may be designed for a maximum allowable bearing pressure of 2,000 pounds per square foot (psf) if founded in properly compacted fill soils or competent undisturbed terrace deposits. The allowable pressures may be increased by one-third when considering loads of short duration such as wind or seismic forces. The minimum recommended width of footings is 18 inches for continuous footings and 24 inches for square or round footings. Footings should be designed in accordance with the structural engineer's requirements and have a minimum reinforcement of four No. 5 reinforcing bars (two top and two bottom). The slab-on-grade floor should be at least 5 inches thick and be reinforced with No. 3 rebars 18 inches on center or No. 4 rebars at 24 inches on center, each way. All reinforcing should be placed at mid-height hi the slab. Slabs should be underlain by 2 inches of sand (SE greater than 30), a 10-mil plastic sheeting moisture barrier and an addition 2 inches of sand. We recommend control joints be provided across the slab at appropriate intervals as designed by the project architect. The potential for slab cracking may be reduced by careful control of water/cement ratios. The contractor should take appropriate curing precautions during the pouring of concrete in hot weather to minimize cracking of slabs. All slabs should be designed in accordance with structural considerations. If heavy or equipment loading is proposed for the slabs, greater thickness and increased reinforcing may be required as determined by the structural engineer. 6.3.2 Post-Tensioned Slab-on-Grade Design We recommend that a post-tensioned slabs-on-grade, at least 5 inches thick, with appropriate perimeter and stiffing grade beams, if needed as determined by the designers, be used for the proposed tennis courts. In addition, we recommend using a 4-inch (minimum) layer of compacted Class II aggregate base material beneath the post-tensioned slabs-on-grade as a capillary break, or an alternative barrier selected by the tennis courts designers. The post-tensioned slabs-on-grade and grade beams should be designed in accordance with the following design parameters presented in Table 2 and the criteria of the 2001 CBC. A post- tensioned slabs-on-grade and grade beams system designed and constructed in accordance with the recommendations provided in this report is expected to be structurally adequate for the proposed tennis courts at the subject site, provided our recommendations for slope maintenance, surface drainage, and landscaping -14-Leighton 601554-001 (presented later in this report), are carried out through the design life of the project. Adhering to the design and maintenance recommendations presented in this report will help ensure that expansive soil-related effects to the residences, if any, are limited to cosmetic distresses, with no adverse impact to the overall structural integrity of the residences. Table 2 Post-Tensioned Design Recommendations Design Criteria Edge Moisture Variation, Cm (feet) Differential Swell, ym (inches) Center Lift: Edge Lift: Center Lift: Edge Lift: Differential Settlement (Long-term) (inches) Angular Distortion Perimeter Footing Depth (inches) (if applicable) Allowable Bearing Capacity (psf) Very Low to Low Expansion Potential (El less than 50) 5.5 2.5 1.0 0.4 3/4 1/1200 12 2,000 * If El is greater than 130, special foundation recommendations will be required. Please note that the CBC Chapter 18 is based on certain climatological assumptions with regard to soil-moisture conditions around and beneath the post- tensioned slabs. Soil-moisture change below slabs is the major factor in expansive soil problems. The CBC design method does not contain specific provisions to account for the effects of irrigation, presaturation, or other non-climate-related influences on the moisture content of subgrade soils. We have, therefore, modified our geotechnical parameters to account for reasonable irrigation practices, and a reasonable degree of building owner maintenance and responsibility. We also recommend that soil-moisture around the immediate perimeter of the slab be maintained at above optimum-moisture content during construction. Future building owners should be informed and educated regarding the importance of maintaining a constant level of soil-moisture. The owners should be made aware of the potential negative consequences of both excessive watering, as well as allowing expansive soils to lose moisture (i.e., the soil will undergo shrinkage as -15-Leiahton 601554-001 it dries up, followed by swelling during the winter, rainy season or when irrigation is resumed, resulting in distress to improvements and structures). 6.3.3 Setback from Slopes We recommend a minimum horizontal setback distance from the face of slopes for all structural foundations, footings, and other settlement-sensitive structures as indicated on the following table. This distance is measured from the outside bottom edge of the footing, horizontally to the slope face and is based on the slope height and type of soil. However, the foundation setback distance may be revised by the geotechnical consultant on a case-by-case basis if the geotechnical conditions are different than anticipated. Table 3 Minimum Foundation Setback from Slope Faces Slope Height less than 5 feet 5 to 20 feet greater than 20 feet Minimum Recommended Foundation Setback 7 feet 10 feet H/2, where H is slope height; not to exceed 15 feet (10 feet maximum along cut slopes) Please note that the soils within the structural setback area possess poor lateral stability, and improvements (such as retaining walls, sidewalks, fences, pavements, etc.) constructed within this setback area may be subject to lateral movement and/or differential settlement. Potential distress to such improvements may be mitigated by providing a deepened footing or a pier and grade beam foundation system to support the improvement. The deepened footing should meet the setback as described above. 6.3.4 Settlement The recommended allowable-bearing capacity is based on a maximum total and differential settlement of 3/4 inch and 1/2 inch, respectively. Since settlements are a function of footing size and contact bearing pressures, some differential settlement can be expected between adjacent columns or walls where a large differential loading condition exists. However for most cases, differential settlements are considered unlikely to exceed 1/2 inch and should generally be less than 1/4 inch. With increased footing depth/width ratios, differential settlement should be less. -16-Leighton 601554-001 optimum moisture content and compacted to a minimum 90 percent relative compaction (based on ASTM Test Method D1557). o 6.6 Lateral Earth Pressures and Retaining Wall Design Considerations Retaining walls are not anticipated; however, if proposed, the recommended lateral pressures for low expansive soil (expansion index less than 50 per CBC 18-I-B) and level or sloping backfill are presented on Table 5. Tables Lateral Earth Pressures Active At-Rest Passive Equivalent Fluid Weight (pcf) Level Backfill 35 55 350 (maximum of 3 kips) 2:1 Sloping Backfill 55 65 1 50 (sloping down) Embedded structural walls should be designed for lateral earth pressures exerted on them. The magnitude of these pressures depends on the amount of deformation that the wall can yield under load. If the wall can yield enough to mobilize the full shear strength of the soil, it can be designed for "active" pressure. If the wall cannot yield under the applied load, the shear strength of the soil cannot be mobilized and the earth pressure will be higher. Such walls should be designed for "at-rest" conditions. If a structure moves toward the soil, the resulting resistance developed by the soil is the "passive" resistance. The passive earth pressure values assumes sufficient slope setback. For design purposes, the recommended equivalent fluid pressure for each case for walls founded above the static ground water and backfilled with import soil of very low to low expansion potential or the onsite soil is provided in Table 5. The equivalent fluid pressure values assume free-draining conditions. If conditions other than those assumed above are anticipated, the equivalent fluid pressure values should be provided on an individual-case basis by the geotechnical engineer. Surcharge loading effects from the adjacent structures should be evaluated by the geotechnical and structural engineer. All retaining wall structures should be provided with appropriate drainage and appropriately waterproofed. The outlet pipe should be sloped to drain to a suitable outlet. Typical wall drainage design is illustrated in Appendix E. For sliding resistance, the friction coefficient of 0.35 may be used at the concrete and soil interface. In combining the total lateral resistance, the passive pressure or the frictional -18-Leighton 601554-001 resistance should be reduced by 50 percent Wall footings should be designed in accordance with structural considerations. The passive resistance value may be increased by one-third when considering loads of short duration such as wind or seismic loads. The horizontal distance between foundation elements providing passive resistance should be a minimum of three times the depth of the elements to allow full development of these passive pressures. The total depth of retained earth for design of cantilever walls should be the vertical distance below the ground surface measured at the wall face for stem design or measured at the heel of the footing for overturning and sliding. Wall back-cut excavations should be made in accordance with the applicable OSHA requirements. The backfill soil (having an expansion index less man 50 per CBC 18-I-B) should be compacted to at least 90 percent relative compaction (based on ASTM Test Method D1557) at moisture content of at least 2 percent above optimum. The walls should be constructed and backfilled as soon as possible after back-cut excavation. Prolonged exposure of back-cut slopes may result in some localized slope instability. Foundations for retaining walls in competent formational soil or properly compacted fill should be embedded at least 18 inches below lowest adjacent grade. At this depth, an allowable bearing capacity of 2,000 psf may be assumed. 6.7 Cement Type for Construction Concrete in direct contact with soil or water that contains a high concentration of soluble sulfates can be subject to chemical deterioration commonly known as "sulfate attack". Based on the laboratory test results of the representative samples, the onsite soil possesses a negligible potential to attack normal concrete. Accordingly, we recommend that the onsite concrete design mix be designed for a negligible potential of sulfate attack and follow the recommendations presented in Table 19A-A-4 of the 2001 edition of the CBC. Laboratory testing of the actual finish grade soil on the lot upon completion of the grading operations should be performed to confirm the sulfate attack potential. -19-Leighton 601554-001 6.8 Plan Review and Construction Observation Project grading and foundation drawings should be reviewed by Leighton Consulting before grading and construction to see that the recommendations in this report are incorporated in the project plans. The recommendations provided in this report are based on preliminary design information and subsurface conditions disclosed by widely spaced test pits. The interpolated subsurface conditions should be checked in the field during construction. Construction observation of onsite excavations and field density testing of compacted fill should be performed by a representative of this office so that construction is in accordance with the recommendations of this report. We recommend that excavations, removal bottoms, and cut slopes be geologically mapped by the geotechnical consultant during grading for the presence of potentially adverse geologic conditions. -20-Leighton 601554-001 7.0 LIMITATIONS The conclusions and recommendations in this report are based in part upon data that were obtained by us and others from a limited number of observations, site visits, excavations, samples, and tests. Such information is by necessity incomplete. The nature of many sites is such that differing geotechnical or geological conditions can occur within small distances and under varying climatic conditions. Changes in subsurface conditions can and do occur over time. Therefore, the findings, conclusions, and recommendations presented in this report can be relied upon only if Leighton has the opportunity to observe the subsurface conditions during grading and construction of the project, in order to confirm that our preliminary findings are representative for the site. -21- Leighton PROJECT SITE BASE MAP: 2006 Digital Edition Thomas Guide, San Diego County Oft 2450 4900 NORTH Proposed Tennis Courts Poinsettia Park Carlsbad, California SITE LOCATION MAP Project No. 601554-001 Date October 2006 Figure No. 1 601554-001 APPENDIX A REFERENCES Blake, 2000, EQFAULT, Version 3.0. CDMG, 1996, Probabilistic Seismic Hazard Assessment for the State of California, Open-File Report, 96-08. California Building Standards Commission (CBSC), 2001, California Building Code, Volume I - Administrative, Fire- and Life-Safety, and Field Inspection Provision, Volume II - Structural Engineering Design Provision, and Volume III - Material, Testing and Installation Provision, ICBO. California Division of Mines and Geology (CDMG), 1983, Guidelines for Evaluating the Hazard of Surface Faulting Rupture: California Division of Mines and Geology, Note 49,2p. City of Carlsbad, 2006, Request for Proposal: Tennis Court Design for Poinsettia Park, dated April 4,2006. Hart, 1997, Fault Rupture Hazard Zones in California, Alquist-Priolo Special Studies Zones Act of 1972 with Index to Special Study Zone Maps, Department of Conservation, Division of Mines and Geology, Special Publication 42, revised 1997. Hannan, D., 1975, Faulting in the Oceanside, Carlsbad and Vista Areas, Northern San Diego County, California in Ross, A. and Dowlens, R.J., eds., Studies on the Geology of Camp Pendleton and Western San Diego County, California: San Diego Association of Geologists, pp. 56-59. International Conference of Building Officials, 1997, Uniform Building Code. Leighton and Associates, Inc., 1992, City of Carlsbad, Geotechnical Hazards Analysis and Mapping Study, Carlsbad, California, dated November 1992. The Bike Partnership, 1997, Planting Plan, Poinsettia Community Park, Phase 1, Carlsbad, California, Project No. 3348, Reviewed 4-7-1997. A-l Appendix B Test Pit Logs LOin1-1S ISo 1IQ | ce Hfc uCO'-6US tf i^wAb I on co m n « inl-HS ao I •aA 1 f co Test PitNumber.'S 00 CQ m CQ CQ to 0 o\ CQ PQ « a S ^ I IVH CO I tiS o - "S So ..9ij sin f4>Q •a CO EJS« S H| 11 1n8>-B ^§eg!CO£ e * if & -rt 'J 0 tn >v *?•§° § ©§ '5 , g« .3 1 OT CO CD CO I_a SS *& i en Test PitNumberw <3>-S 00 00 a « 2H .--3*. .^^* ininovo ^ W1 £ e 1 ! 090)tes1/3 •w >•S u ^IB swCflOO •rf•8 ICOo1i •8 .t! *i 00 Iu00 o o •§tn ©I i) GO ftm pa 3 CD Sample No.00 . o 0 ulfate Content (%)00 a Chloride Content(ppm)§ 1 4 |Resistivity(ohm-cms)'S »*.-& m inovo t f Q wH fOS Test PitNumber•< 00 n « fta, «^^ —j Sini-Hov£>aI VA 1 VO I-M U•O S oo l 00 00 2 PQ m inin 8s (A 3o •os 1Q 1 H •w 1- II I0 to dbrown,IIS3.*j.031: li u Pu«2 Sc5 — »-Z! M in o OT t?. O co^'g<n S I » 03 i/l "8 B§.1 1 OT 8'j-ininTHs V)g Ml i f2•a«t 99 Test PitNumberV) CQ 05 ISnJ| I 41 u *O f"* "S S8<3 o ooS • ••sO and Descriptio8-e "3 § "3° o a *t iV i o«-l CD PQ I- ooW I/I Test PitNumber"8 ^ 5* R hft 2j» PH 601554-001 APPENDIX C Laboratory Testing Procedures and Test Results Expansion Index Tests: The expansion potential of selected representative materials was evaluated by the Expansion Index Test, U.B.C. Standard No. 18-2. The specimens were tested under general accordance with the guidelines outlined in ASTM D4829. Specimens are molded under a given compactive energy to approximately the optimum moisture content and approximately SO percent saturation. The prepared 1-inch thick by 4-inch diameter specimens are loaded to an equivalent 144 psf surcharge and are inundated with tap water until volumetric equilibrium is reached. The results of these tests are presented in the table below: Sample Location TP-2 TP-3 TP-5 TP-8 Depth (feet) 1-3 1-5 1-4 1-3 Sample Description Silty SAND (SM), Orangish Brown SiltySAND(SM), Orangish Brown Silty SAND (SM), Light Brown Silty SAND (SM), Orangish Brown Expansion Index 0 0 8 4 Expansion Potential Very Low Very Low Very Low Very Low Minimum Resistivity and pH Tests: Minimum resistivity and pH tests were performed in general accordance with Caltrans Test Method CT643 for Steel or CT532 for concrete and standard geochemical methods. The results are presented in the table below: Sample Location TP-2 @ 1-3 Feet TP-3 @ 1-5 Feet TP-5 @ 1-4 Feet Sample Description Silty SAND (SM), Orangish Brown Silty SAND (SM), Orangish Brown Silty SAND (SM), Light Brown pH 7.44 7.71 7.06 Minimum Resistivity (ohms-cm) 3,643 4,992 7,421 C-l 601554-001 APPENDIX C (Continued) Soluble Sulfates: The soluble sulfate contents of selected samples were determined by standard geochemical methods (Caltrans Test Method CT417). The test results are presented in the table below: Sample Location TP-2@ 1-3 Feet TP-3@ 1-5 Feet TP-5@ 1-4 Feet Sample Description Silty SAND (SM), Orangish Brown Silty SAND (SM), Orangish Brown Silty SAND (SM), Light Brown Sulfate Content (%) 0.0270 0.0165 0.0210 Potential Degree of Sulfate Attack* Negligible Negligible Negligible * Based on the 1997 edition of the Uniform Building Code, Table No. 19-A-4, prepared by the International Conference of Building Officials (ICBO, 1997). Chloride Content: Chloride content was tested in accordance with Caltrans Test Method CT422. The results are presented below: Sample Location TP-2 @ 1-3 Feet TP-3 @ 1-5 Feet TP-5 @ 1-4 Feet Chloride Content, ppm 168 105 21 "R"-Value: The resistance "R"-value was determined by the California Materials Method CT301 for base, subbase, and basement soils. The samples were prepared and exudation pressure and "R"- value determined. The graphically determined "R"-value at exudation pressure of 300 psi is reported. Sample Number TP-9 Depth (Feet) 1-4 Sample Description Sitly SAND (SM), Orangish brown R-Value 21 C-2 CALIFORNIA FAULT MAP RBF/ POINSETTIA PARK 300 250-- 200-- 150-- -100 100 -- 50-- -50-- 100 150 200 250 300 350 400 *********************** * * * EQFAULT * * * * Version 3.00 ** * *********************** DETERMINISTIC ESTIMATION OF PEAK ACCELERATION FROM DIGITIZED FAULTS JOB NUMBER: 601554-001 DATE: 09-18-2006 JOB NAME: RBF/ POINSETTIA PARK CALCULATION NAME: PPEQF FAULT-DATA-FILE NAME: C:\Program Files\EQFAULTl\CGSFLTE.DAT SITE COORDINATES: SITE LATITUDE: 33.1151 SITE LONGITUDE: 117.3072 SEARCH RADIUS: 100 mi ATTENUATION RELATION: 22) Abrahamson & Silva (1995b/1997) Horiz.- Rock UNCERTAINTY (M=Median, S=Sigma): M Number of Sigmas: 0.0 DISTANCE MEASURE: clodis SCOND: 1 Basement Depth: 5.00 km Campbell SSR: Campbell SHR: COMPUTE PEAK HORIZONTAL ACCELERATION FAULT-DATA FILE USED: C:\Program Files\EQFAULTl\CGSFLTE.DAT MINIMUM DEPTH VALUE (km): 0.0 EQFAULT SUMMARY DETERMINISTIC SITE PARAMETERS Page 1 ABBREVIATED FAULT NAME ROSE CANYON NEWPORT- INGLEWOOD (Offshore) CORONADO BANK ELSINORE (JULIAN) ELSINORE (TEMECULA) ELSINORE (GLEN IVY) PALOS VERDES SAN JOAQUIN HILLS EARTHQUAKE VALLEY SAN JACINTO-ANZA SAN JACINTO-SAN JACINTO VALLEY NEWPORT- INGLEWOOD (L. A. Has in) CHINO-CENTRAL AVE. (Elsinore) SAN JACINTO-COYOTE CREEK WHITTIER ELSINORE (COYOTE MOUNTAIN) SAN JACINTO-SAN BERNARDINO SAN JACINTO - BORREGO PUENTE HILLS BLIND THRUST SAN ANDREAS - San Bernardino M-l SAN ANDREAS - Whole M-la SAN ANDREAS - SB-Coach. M-lb-2 SAN ANDREAS - SB-Coach. M-2b SAN JOSE ADODOYTM*rnt?AflrKUAj-rir* ± ct DISTANCE mi 4.5( 7.6( 20. 3( 24. 9( 24. 9( 36. 5( 38. 4( 38. 6( 42. 3 ( 47. 7 ( 48. 7( 49. 3( 51. 0( 51. 9( 54. 5 ( 55. 7( 62. 4( 64. 7 ( 64. 9 ( 67. 5( 67. 5 ( 67. 5 ( 67. 5 ( 71. 3( PINTO MOUNTAIN 73.3( CUCAMONGA 73.3( SAN ANDREAS - Coachella M-lc-5 73. 9 ( SIERRA MADRE 74 . 0 ( NORTH FRONTAL FAULT ZONE (West) 77 . 5 ( BURNT MTN. 77 . 6 ( CLEGHORN 80.2( UPPER ELYSIAN PARK BLIND THRUST 80.3( (km) 7. 12. 32. 40. 40. 58. 61. 62. 68. 76. 78. 79. 82. 83. 87. 89. 100. 104. 104. 108. 108. 108. 108. 114. 117. 118. 118. 119. 124. 124. 129. 129. 2) 2) 7) 0) 0) 8) 8) 2) 0) 7) 4) 3) 1) 6) 7) 6) 5) 1) 4) 7) 7) 7) 7) 8) 9) 0) ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM PEAK EARTHQUAKE! SITE MAG. (Mw) 7.2 7.1 7.6 7.1 6.8 6.8 7.3 6.6 6.5 7.2 6.9 7.1 6.7 6.6 6.8 6.8 6.7 6.6 7.1 7.5 8.0 7.7 7.7 6.4 7.2 ACCEL, g 0.494 0.325 0.161 0.105 0.091 0.060 0.075 0.066 0.043 0.057 0.047 0.052 0.051 0.037 0.039 0.038 EST. SITE INTENSITY MOD . MERC . X IX VIII VII VII VI VII VI VI VI VI VI VI V V V 0.032 V 0.029 V 0.051 VI 0.049 VI 0.068 VI 0.056 VI 0.056 0.029 0.037 6.9 | 0.040 9) 7.2 1) 7.2 7) 7.2 9) 6.5 0) 6.5 2) 6.4 0.037 0.048 0.046 0.022 0.021 0.026 VI V V V V VI VI IV IV V SUPERSTITION MTN. (San Jacinto) 80. 6( 129.7) EUREKA PEAK 80. 8 ( 130.1) SAN ANDREAS - Cho-Moj M-lb-1 81. 9 ( 131.8) SAN ANDREAS - 1857 Rupture M-2a 81. 9 ( 131.8) SAN ANDREAS - Mojave M-lc-3 81. 9 ( 131.8) NORTH FRONTAL FAULT ZONE (East) 82 . 0 ( 132.0) 6.6 0.022 6.4 0.020 7.8 0.050 7.8 0.050 7.4 0.038 6.7 0.031 RAYMOND 82. 5( 132. 7) | 6.5 0.027 CLAMSHELL-SAWPIT 83. 4( 134.3)6.5 0.026 DETERMINISTIC SITE PARAMETERS Page 2 ABBREVIATED FAULT NAME ELMORE RANCH SUPERSTITION HILLS (San Jacinto) VERDUGO LAGUNA SALADA HOLLYWOOD LANDERS HELENDALE - S. LOCKHARDT SANTA MONICA LENWOOD-LOCKHART-OLD WOMAN SPRGS BRAWLEY SEISMIC ZONE MALIBU COAST JOHNSON VALLEY (Northern) EMERSON So. - COPPER MTN. SIERRA MADRE (San Fernando) NORTHRIDGE (E. Oak Ridge)********************************* & DT3PHY TMATT7 DISTANCE mi (km) 84.3( 135.6) 85. 3( 137.3) 85. 6( 137.8) 86. 7( 139.6) 87. 6( 140.9) 88. 4( 142.3) 90. 3( 145.4) 91. 7( 147.6) 94. 0( 151.3) 94. 0( 151.3) 95. 0( 152.9) 96. 3( 154.9) 96. 9( 156.0) 98. 6( 158.7) 99. 5( 160.1) *************** IV IV VI VI V V V V ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM EARTHQUAKE MAG. (Mw) 6.6 6.6 6.9 7.0 6.4 7.3 7.3 6.6 7.5 6.4 6.7 6.7 7.0 6.7 7.0 PEAK SITE ACCEL, g 0.021 0.021 0.034 0.027 0.023 0.033 0.032 0.025 0.036 0.016 0.026 0.020 EST. SITE INTENSITY MOD. MERC. IV IV V V IV V V V V IV V IV 0.024 | V 0.025 0.031 V V ********** -END OF SEARCH- 55 FAULTS FOUND WITHIN THE SPECIFIED SEARCH RADIUS. THE ROSE CANYON FAULT IS CLOSEST TO THE SITE. IT IS ABOUT 4.5 MILES (7.2 km) AWAY. LARGEST MAXIMUM-EARTHQUAKE SITE ACCELERATION: 0.4938 g *********************** * * * EQFAULT * * * * Version 3.00 *+ * *********************** DETERMINISTIC ESTIMATION OF PEAK ACCELERATION FROM DIGITIZED FAULTS JOB NUMBER: 601554-001 DATE: 09-18-2006 JOB NAME: RBF/ POINSETTIA PARK CALCULATION NAME: PP1EQF FAULT-DATA-FILE NAME: C:\Program Files\EQFAULTl\CGSFLTE.DAT SITE COORDINATES: SITE LATITUDE: 33.1151 SITE LONGITUDE: 117.3072 SEARCH RADIUS: 100 mi ATTENUATION RELATION: 22) Abrahamson & Silva (1995b/1997) Horiz.- Rock UNCERTAINTY (M=Median, S=Sigma): S Number of Sigmas: 1.0 DISTANCE MEASURE: clodis SCOND: 1 Basement Depth: 5.00 km Campbell SSR: Campbell SHR: COMPUTE PEAK HORIZONTAL ACCELERATION FAULT-DATA FILE USED: C:\Program Files\EQFAULTl\CGSFLTE.DAT MINIMUM DEPTH VALUE (km): 0.0 EQFAULT SUMMARY DETERMINISTIC SITE PARAMETERS Page 1 ABBREVIATED FAULT NAME ROSE CANYON NEWPORT- INGLEWOOD (Offshore) CORONADO BANK ELSINORE (JULIAN) ELSINORE (TEMECULA) ELSINORE (GLEN IVY) PALOS VERDES SAN JOAQUIN HILLS EARTHQUAKE VALLEY SAN JACINTO-ANZA SAN JACINTO-SAN JACINTO VALLEY NEWPORT- INGLEWOOD (L. A. Basin) CHINO-CENTRAL AVE. (Elsinore) SAN JACINTO-COYOTE CREEK WHITTIER ELSINORE (COYOTE MOUNTAIN) SAN JACINTO-SAN BERNARDINO SAN JACINTO - BORREGO PUENTE HILLS BLIND THRUST SAN ANDREAS - San Bernardino M-l SAN ANDREAS - Whole M-la SAN ANDREAS - SB-Coach. M-lb-2 SAN ANDREAS - SB-Coach. M-2b SAN JOSE PINTO MOUNTAIN CUCAMONGA SAN ANDREAS - Coachella M-lc-5 SIERRA MADRE NORTH FRONTAL FAULT ZONE (West) BURNT MTN. CLEGHORN UPPER ELYSIAN PARK BLIND THRUST DISTANCE mi 4.5( 7.6( 20. 3( 24. 9( 24. 9( 36. 5( 38. 4( 38. 6( 42. 3( 47. 7( 48. 7( 49. 3( 51. 0( 51. 9( 54. 5( 55. 7( 62. 4( 64. 7( 64. 9( 67. 5( 67. 5( 67. 5 ( 67. 5( 71. 3( 73. 3( 73. 3( 73. 9( 74. 0( 77. 5 ( 77.6( 80. 2( 80. 3( (km) 7.2) 12.2) 32.7) 40.0) 40.0) 58.8) 61.8) 62.2) 68.0) 76.7) 78.4) 79.3) 82.1) 83.6) 87.7) 89.6) 100.5) 104.1) 104.4) 108.7) 108.7) 108.7) 108.7) 114.8) 117.9) 118.0) 118.9) 119.1) 124.7) 124.9) 129.0) 129.2) ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM | PEAK EARTHQUAKE | SITE MAG. (Mw) ACCEL, g 7.2 0.759 7.1 0.499 7.6 0.247 7.1 0.161 6.8 0.143 6.8 0.095 7.3 0.116 6.6 0.107 6.5 0.071 7.2 6.9 7.1 6.7 6.6 6.8 6.8 6.7 0.088 0.073 0.080 0.082 0.059 0.062 0.061 0.051 EST. SITE INTENSITY MOD. MERC. XI X IX VIII VIII VII VII VII VI VII VII VII VII VI VI VI VI 6.6 | 0.047 | VI 7.1 7.5 8.0 7.7 7.7 6.4 7.2 6.9 7.2 7.2 7.2 6.5 6.5 6.4 0.079 0.076 0.105 0.086 VII VII VII VII 0.086 VII 0.049 VI 0.057 VI 0.062 VI 0.057 VI 0.074 VII 0.070 VI 0.036 V 0.035 V 0.043 VI SUPERSTITION MTN. (San Jacinto) | EUREKA PEAK | SAN ANDREAS - Cho-Moj M-lb-1 | SAN ANDREAS - 1857 Rupture M-2a | SAN ANDREAS - Mojave M-lc-3 | NORTH FRONTAL FAULT ZONE (East) | RAYMOND | CLAMSHELL- SAWPIT | 80. 6( 80. 8( 81. 9( 81. 9( 81. 9( 82. 0( 82. 5( 83. 4( DETERMINISTIC 129. 130. 131. 131. 131. 132. 132. 134. SITE 7) 1) 8) 8) 8) 0) 7) 3) 6.6 6.4 7.8 7.8 7.4 6.7 6.5 6.5 0.036 0.033 0.077 0.077 0.059 0.049 0.044 0.043 V V VII VII VI VI VI VI PARAMETERS Page 2 1 1 ABBREVIATED | FAULT NAME | ADDDHYTMTAmt? DISTANCE mi (km) ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM PEAK EARTHQUAKE | SITE EST. SITE INTENSITY MAG. (Mw) ACCEL, g | MOD. MERC. ELMORE RANCH SUPERSTITION HILLS (San Jacinto) VERDUGO LAGUNA SALADA HOLLYWOOD LANDERS HELENDALE - S. LOCKHARDT SANTA MONICA LENWOOD-LOCKHART-OLD WOMAN SPRGS BRAWLEY SEISMIC ZONE MALIBU COAST JOHNSON VALLEY (Northern) EMERSON So. - COPPER MTN. SIERRA MADRE (San Fernando) NORTHRIDGE (E. Oak Ridge) ******************************** -END OF SEARCH- 55 FAULTS FOUND WITHIN THE SPECIFIED SEARCH RADIUS. to) RGS ***1 ftffKUA -H'lrt.1 E, DISTANCE mi (km) 84. 3( 135.6) 85. 3( 137.3) 85. 6( 137.8) 86. 7( 139.6) 87. 6 ( 140.9) 88. 4( 142.3) 90. 3( 145.4) 91. 7( 147.6) 94. 0( 151.3) 94. 0( 151.3) 95. 0( 152.9) 96. 3( 154.9) 96. 9( 156.0) 98. 6( 158.7) 99. 5( 160.1) t**************i MAXIMUM EARTHQUAKE MAG. (Mw) = ~w£ = ^S — — — 6.6 6.6 6.9 7.0 6.4 7.3 7.3 6.6 7.5 6.4 6.7 6.7 7.0 6.7 7.0 ***********! PEAK SITE ACCEL, g 0.035 0.034 0.052 0.042 0.039 0.051 0.050 0.041 0.055 0.027 0.042 0.032 0.037 0.040 0.047 *********** EST. SITE INTENSITY MOD. MERC. V V VI VI V VI VI V VI V VI V V V VI ********** THE ROSE CANYON FAULT IS CLOSEST TO THE SITE. IT IS ABOUT 4.5 MILES (7.2 km) AWAY. LARGEST MAXIMUM-EARTHQUAKE SITE ACCELERATION: 0.7590 g Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 1 of 6 LEIGHTON CONSULTING, INC. GENERAL EARTHWORK AND GRADING SPECIFICATIONS FOR ROUGH GRADING 1.0 General 1.1 Intent: These General Earthwork and Grading Specifications are for the grading and earthwork shown on the approved grading plan(s) and/or indicated in the geotechnical reports). These Specifications are a part of the recommendations contained in the geotechnical reports). In case of conflict, the specific recommendations in the geotechnical report shall supersede these more general Specifications. Observations of the earthwork by the project Geotechnical Consultant during the course of grading may result in new or revised recommendations that could supersede these specifications or the recommendations in the geotechnical report(s). 1.2 The Geotechnical Consultant of Record: Prior to commencement of work, the owner shall employ die Geotechnical Consultant of Record (Geotechnical Consultant). The Geotechnical Consultants shall be responsible for reviewing the approved geotechnical report(s) and accepting the adequacy of the preliminary geotechnical findings, conclusions, and recommendations prior to the commencement of the grading. Prior to commencement of grading, the Geotechnical Consultant shall review the "work plan" prepared by the Earthwork Contractor (Contractor) and schedule sufficient personnel to perform the appropriate level of observation, mapping, and compaction testing. During the grading and earthwork operations, the Geotechnical Consultant shall observe, map, and document the subsurface exposures to verify the geotechnical design assumptions. If the observed conditions are found to be significantly different than the interpreted assumptions during the design phase, the Geotechnical Consultant shall inform the owner, recommend appropriate changes in design to accommodate the observed conditions, and notify the review agency where required. Subsurface areas to be geotechnically observed, mapped, elevations recorded, and/or tested include natural ground after it has been cleared for receiving fill but before fill is placed, bottoms of all "remedial removal" areas, all key bottoms, and benches made on sloping ground to receive fill. The Geotechnical Consultant shall observe the moisture-conditioning and processing of the subgrade and fill materials and perform relative compaction testing of fill to determine the attained level of compaction. The Geotechnical Consultant shall provide the test results to the owner and the Contractor on a routine and frequent basis. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 2 of 6 1.3 The Earthwork Contractor: The Earthwork Contractor (Contractor) shall be qualified, experienced, and knowledgeable in earthwork logistics, preparation and processing of ground to receive fill, moisture-conditioning and processing of fill, and compacting fill. The Contractor shall review and accept the plans, geotechnical report(s), and these Specifications prior to commencement of grading. The Contractor shall be solely responsible for performing the grading in accordance with the plans and specifications. The Contractor shall prepare and submit to the owner and the Geotechnical Consultant a work plan that indicates the sequence of earthwork grading, the number of "spreads" of work and the estimated quantities of daily earthwork contemplated for the site prior to commencement of grading. The Contractor shall inform the owner and the Geotechnical Consultant of changes in work schedules and updates to the work plan at least 24 hours in advance of such changes so that appropriate observations and tests can be planned and accomplished. The Contractor shall not assume that the Geotechnical Consultant is aware of all grading operations. The Contractor shall have the sole responsibility to provide adequate equipment and methods to accomplish the earthwork in accordance with the applicable grading codes and agency ordinances, these Specifications, and the recommendations in the approved geotechnical reports) and grading plan(s). If, in the opinion of the Geotechnical Consultant, unsatisfactory conditions, such as unsuitable soil, improper moisture condition, inadequate compaction, insufficient buttress key size, adverse weather, etc., are resulting in a quality of work less than required in these specifications, the Geotechnical Consultant shall reject the work and may recommend to the owner mat construction be stopped until the conditions are rectified. 2.0 Preparation of Areas to be Filled 2.1 Clearing and Grubbing: Vegetation, such as brush, grass, roots, and other deleterious material shall be sufficiently removed and properly disposed of in a method acceptable to the owner, governing agencies, and the Geotechnical Consultant The Geotechnical Consultant shall evaluate the extent of these removals depending on specific she conditions. Earth fill material shall not contain more than 1 percent of organic materials (by volume). No fill lift shall contain more than 5 percent of organic matter. Nesting of the organic materials shall not be allowed. If potentially hazardous materials are encountered, the Contractor shall stop work in the affected area, and a hazardous material specialist shall be informed immediately for proper evaluation and handling of these materials prior to continuing to work in that area. As presently defined by the State of California, most refined petroleum products (gasoline, diesel fuel, motor oil, grease, coolant, etc.) have chemical constituents that are considered to be hazardous waste. As such, the indiscriminate dumping or spillage of these fluids onto the ground may constitute a misdemeanor, punishable by fines and/or imprisonment, and shall not be allowed. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 3 of 6 2.2 Processing: Existing ground that has been declared satisfactory for support of fill by the Geotechnical Consultant shall be scarified to a minimum depth of 6 inches. Existing ground that is not satisfactory shall be overexcavated as specified in the following section. Scarification shall continue until soils are broken down and free of large clay lumps or clods and the working surface is reasonably uniform, flat, and free of uneven features that would inhibit uniform compaction. 2.3 Qverexcavation: In addition to removals and overexcavations recommended in the approved geotechnical report(s) and the grading plan, soft, loose, dry, saturated, spongy, organic-rich, highly fractured or otherwise unsuitable ground shall be overexcavated to competent ground as evaluated by the Geotechnical Consultant during grading. 2.4 Benching: Where fills are to be placed on ground with slopes steeper than 5:1 (horizontal to vertical units), the ground shall be stepped or benched. Please see the Standard Details for a graphic illustration. The lowest bench or key shall be a minimum of IS feet wide and at least 2 feet deep, into competent material as evaluated by the Geotechnical Consultant Other benches shall be excavated a minimum height of 4 feet into competent material or as otherwise recommended by the Geotechnical Consultant Fill placed on ground sloping flatter than 5:1 shall also be benched or otherwise overexcavated to provide a flat subgrade for the fill. 2.5 Evaluation/Acceptance of Fill Areas: All areas to receive fill, including removal and processed areas, key bottoms, and benches, shall be observed, mapped, elevations recorded, and/or tested prior to being accepted by the Geotechnical Consultant as suitable to receive fill. The Contractor shall obtain a written acceptance from the Geotechnical Consultant prior to fill placement A licensed surveyor shall provide the survey control for determining elevations of processed areas, keys, and benches. 3.0 Fill Material 3.1 General: Material to be used as fill shall be essentially free of organic matter and other deleterious substances evaluated and accepted by the Geotechnical Consultant prior to placement. Soils of poor quality, such as those with unacceptable gradation, high expansion potential, or low strength shall be placed in areas acceptable to the Geotechnical Consultant or mixed with other soils to achieve satisfactory fill material. 3.2 Oversize: Oversize material defined as rock, or other irreducible material with a maximum dimension greater than 8 inches, shall not be buried or placed in fill unless location, materials, and placement methods are specifically accepted by the Geotechnical Consultant. Placement operations shall be such that nesting of oversized material does not occur and such that oversize material is completely surrounded by compacted or densified fill. Oversize material shall not be placed within 10 vertical feet of finish grade or within 2 feet of future utilities or underground construction. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 4 of 6 ^^% 3.3 Import: If importing of fill material is required for grading, proposed import material shall meet the requirements of Section 3.1. The potential import source shall be given to the Geotechnical Consultant at least 48 hours (2 working days) before importing begins so mat its suitability can be determined and appropriate tests performed. 4.0 Fill Placement and Compaction 4.1 Fill Layers: Approved fill material shall be placed in areas prepared to receive fill (per Section 3.0) in near-horizontal layers not exceeding 8 inches in loose thickness. The Geotechnical Consultant may accept thicker layers if testing indicates the grading procedures can adequately compact the thicker layers. Each layer shall be spread evenly and mixed thoroughly to attain relative uniformity of material and moisture throughout 4.2 Fill Moisture Conditioning: Fill soils shall be watered, dried back, blended, and/or mixed, as necessary to attain a relatively uniform moisture content at or slightly over optimum. Maximum density and optimum soil moisture content tests shall be performed in accordance with the American Society of Testing and Materials (ASTM Test Method D1557-91). 4.3 Compaction of Fill: After each layer has been moisture-conditioned, mixed, and evenly spread, it shall be uniformly compacted to not less man 90 percent of maximum dry density (ASTM Test Method D1557-91). Compaction equipment shall be adequately sized and be ^^ either specifically designed for soil compaction or of proven reliability to efficiently ***** achieve the specified level of compaction with uniformity. 4.4 Compaction of Fill Slopes: In addition to normal compaction procedures specified above, compaction of slopes shall be accomplished by backrolling of slopes with sheepsfoot rollers at increments of 3 to 4 feet in fill elevation, or by other methods producing satisfactory results acceptable to the Geotechnical Consultant Upon completion of grading, relative compaction of the fill, out to the slope face, shall be at least 90 percent of maximum density per ASTM Test Method Dl 557-91. 4.5 Compaction Testing: Field tests for moisture content and relative compaction of the fill soils shall be performed by the Geotechnical Consultant Location and frequency of tests shall be at the Consultant's discretion based on field conditions encountered. Compaction test locations will not necessarily be selected on a random basis. Test locations shall be selected to verify adequacy of compaction levels in areas mat are judged to be prone to inadequate compaction (such as close to slope faces and at the fill/bedrock benches). 4.6 Frequency of Compaction Testing: Tests shall be taken at intervals not exceeding 2 feet in vertical rise and/or 1,000 cubic yards of compacted fill soils embankment In addition, as a guideline, at least one test shall be taken on slope faces for each 5,000 square feet of slope face and/or each 10 feet of vertical height of slope. The Contractor shall assure that fill construction is such that the testing schedule can be accomplished by the Geotechnical Consultant The Contractor shall stop or slow down the earthwork construction if these minimum standards are not met ,—»^ **»»*«•'• 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 5 of 6 4.7 Compaction Test Locations: The Geotechnical Consultant shall document the approximate elevation and horizontal coordinates of each test location. The Contractor shall coordinate with the project surveyor to assure mat sufficient grade stakes are established so that the Geotechnical Consultant can determine the test locations with sufficient accuracy. At a minimum, two grade stakes within a horizontal distance of 100 feet and vertically less than 5 feet apart from potential test locations shall be provided. 5.0 Subdrain Installation Subdrain systems shall be installed in accordance with the approved geotechnical report(s), the grading plan, and the Standard Details. The Geotechnical Consultant may recommend additional subdrains and/or changes in subdrain extent, location, grade, or material depending on conditions encountered during grading. All subdrains shall be surveyed by a land surveyor/civil engineer for line and grade after installation and prior to burial. Sufficient time should be allowed by the Contractor for these surveys. 6.0 Excavation Excavations, as well as over-excavation for remedial purposes, shall be evaluated by the Geotechnical Consultant during grading. Remedial removal depths shown on geotechnical plans are estimates only. The actual extent of removal shall be determined by the Geotechnical Consultant based on the field evaluation of exposed conditions during grading. Where fill-over-cut slopes are to be graded, the cut portion of the slope shall be made, evaluated, and accepted by the Geotechnical Consultant prior to placement of materials for construction of the fill portion of the slope, unless otherwise recommended by the Geotechnical Consultant. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 6 of 6 7.0 Trench Backfills 7.1 The Contractor shall follow all OHSA and Cal/OSHA requirements for safety of trench excavations. 7.2 All bedding and backfill of utility trenches shall be done in accordance with the applicable provisions of Standard Specifications of Public Works Construction. Bedding material shall have a Sand Equivalent greater than 30 (SE>30). The bedding shall be placed to 1 foot over the top of the conduit and densified by jetting. Backfill shall be placed and densified to a minimum of 90 percent of maximum from 1 foot above the top of the conduit to the surface. 7.3 The jetting of the bedding around the conduits shall be observed by the Geotechnical Consultant. 7.4 The Geotechnical Consultant shall test the trench backfill for relative compaction. At least one test should be made for every 300 feet of trench and 2 feet of fill. 7.5 Lift thickness of trench backfill shall not exceed those allowed in the Standard Specifications of Public Works Construction unless the Contractor can demonstrate to the Geotechnical Consultant that the fill lift can be compacted to the minimum relative compaction by his alternative equipment and method. 3030.1094 FILL SLOPE . ... .^.^ PROJECTED PLANE 1 TO 1 MAXIMUM FROM TOE OF SLOPE TO APPROVED GROUND GROUND BENCH HEIGHT (41 TYPICAL) REMOVE UNSUITABLE MATERIAL 2' MIN.—I KEY DEPTH LOWEST BENCH (KEY) FILL-OVER-CUT SLOPE EXISTING GROUND SURFACE BENCH HEIGHT (41 TYPICAL) REMOVE UNSUITABLE MATERIAL CUT-OVER-FILL SLOPE -CUT FACE SHALL BE CONSTRUCTED PRIOR xTO FILL PLACEMENT TO ASSURE //' ADEQUATE GEOLOGIC CONDITIONS '/ EXISTING GROUND SURFACE OVERBUILD AND TRIM BACK PROJECTED PLANE 1 TO 1 MAXIMUM FROM TOE OF SLOPE TO APPROVED GROUND T FACE SHALL BE CONSTRUCTED PRIOR TO FILL PLACEMENT UNSUITABLE MATERIAL BENCH HEIGHT (41 TYPICAL) FOR SUBDRAINS SEE STANDARD DETAIL C 2' MIN.—I KEY DEPTH LOWEST BENCH (KEY) BENCHING SHALL BE DONE WHEN SLOPE'S ANGLE IS EQUAL TO OR GREATER THAN 5:1. MINIMUM BENCH HEIGHT SHALL BE 4 FEET AND MINIMUM FILL WIDTH SHALL BE 9 FEET. KEYING AND BENCHING GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS A "INISH GRADE SLOPE FACE ^<^<^-^^<<^'<<<^<:^^-^^^^^.^^^^^ ^^v^rjv-.-.-.-Jr^Jv--------1- -•-•Cv - J Jf,-ff<- iliir -----JsrC-r-----.---.-------.-^SSo^c^^ * OVERSIZE ROCK IS LARGER THAN 8 INCHES IN LARGEST DIMENSION. * EXCAVATE A TRENCH IN THE COMPACTED FILL DEEP ENOUGH TO BURY ALL THE ROCK. * BACKFILL WITH GRANULAR SOIL JETTED OR FLOODED IN PLACE TO FILL ALL THE , VOIDS. * DO NOT BURY ROCK WITHIN 10 FEET OF FINISH GRADE. * WINDROW OF BURIED ROCK SHALL BE PARALLEL TO THE FINISHED SLOPE. GRANULAR MATERIAL TO BE' DENSIFIED IN PLACE BY FLOODING OR JETTING- DETAIL •"JETTED OR FLOODED • GRANULAR MATERIAL TYPICAL PROFILE ALONG WINDROW OVERSIZE ROCK DISPOSAL GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS B o EXISTING GROUND SURFACE BENCHING REMOVE UNSUITABLE MATERIAL UBORAIN TRENCH SEE DETAIL BELOW CALTRANS CLASS 2 PERMEABLE OR |2 ROCK (9Fr.3/FT) WRAPPED IN FILTER FABRIC ILTER FABRIC (MIRAFI 140N OR APPROVED EQUIVALENT)* 6" MIN. COVER 4" MIN. BEDDING T COLLECTOR PIPE SHALL BE MINIMUM 6" DIAMETER SCHEDULE 40 PVC PERFORATED PIPE. SEE STANDARD DETAIL D FOR PIPE SPECIFICATIONS SUBDRAIN DETAIL DESIGN FINISH GRADE I '' PH 20' MIN. H5'MIN. NONPERFORATED 6"0 MIN. —PERFORATED 6" 0MIN. PIPE LTER FABRIC (MIRAFI 140N OR APPROVED EQUIVALENT) •CALTRANS CLASS 2 PERMEABLE OR |2 ROCK (9FT"3/FT) WRAPPED IN FILTER FABRIC DETAIL OF CANYON SUBDRAIN OUTLET CANYON SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS C 15' MINI. OUTLET PIPES 4" 0 NONPERFORATED PIPE. (lOO1 MAX. O.C. HORIZONTALLY. 30' MAX O.C. VERTICALLY BACK CUT 1:1 OR FLATTER £ SUBORAIN DETAIL TRENCH LOWEST SUBDRAIN SHOULD BE SITUATED AS LOW AS POSSIBLE TO ALLOW SUITABLE OUTLET -KEY DEPTH (2' MIN.) KEY WIDTH AS NOTED ON GRADING PLANS (15' MIN.)12" MIN. OVERLAP - FROM THE TOP HOG RING TIED EVERY 6 FEET CALTRANS CLASS II PERMEABLE OR #2 ROCK (3 FT3AT) WRAPPED IN FILTER FABRIC -4" 0 NON-PERFORATED OUTLET PIPE PROVIDE POSITIVE SEAL AT THE JOINT T-CONNECTION FOR COLLECTOR PIPE TO OUTLET PIPE 6" MIN. COVER 4"0 PERFORATED PIPE FILTER FABRIC ENVELOPE (MIRAFI 140 OR APPROVED EQUIVALENT) -4" MIN. BEDDING SUBDRAIN TRENCH DETAIL SUBDRAIN INSTALLATION - subdrain collector pipe shall be installed with perforation down or. unless otherwise designated by the geotechnical consultant. Outlet pipes shall be nan-per fora ted pipe. The subdroin pipe shall have at least 8 perforations uniformly spaced per foot. Perforation shall be 1/4" to 1/2 if drill holes ore used. All subdroin pipes shall have a gradient of at least 2% towards the outlet. SUBDRAIN PIPE - Subdrain pipe shall be ASTM D2751. SDR 23.5 or ASTM D1527. Schedule 40, or ASTM D3034. SDR 23.5. Schedule 40 Polyvinyl Chloride Plastic (PVC) pipe. All outlet pipe shall be placed in a trench no wide than twice the subdrain pipe. Pipe shall be in soil of SE >/=30 jetted or flooded in place except for the outside 5 feet which shall be native soil backfill. BUTTRESS OR REPLACEMENT FILL SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS D -SOIL BACKFILL, COMPACTED TO 90 PERCENT RELATIVE COMPACTION BASED ON ASTM D1557 RETAINING WALL WATERPROOFING PER ARCHITECT'S SPECIFICATIONS FILTER FABRIC ENVELOPEMIRAFI HON OR APPROVEDQUIVALENT)" ./4" TO 1-1/2" CLEAN GRAVEL 4" (MIN.) DIAMETER PERFORATED PVC PIPE (SCHEDULE 40 OR 1UIVALENT) WITH PERFORATIONS ORIENTED DOWN AS DEPICTED MINIMUM 1 PERCENT GRADIENT TO SUITABLE OUTLET 3" MIN. COMPETENT BEDROCK OR MATERIAL AS EVALUATED BY THE GEOTECHNICAL CONSULTANT NOTE: UPON REVIEW BY THE GEOTECHNICAL CONSULTANT, COMPOSITE DRAINAGE PRODUCTS SUCH AS MIRADRAIN OR J-DRAIN MAY BE USED AS AN ALTERNATIVE TO GRAVEL OR CLASS 2 PERMEABLE MATERIAL INSTALLATION SHOULD BE PERFORMED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. RETAINING WALL DRAINAGE DETAIL GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS E APPENDIX B TENNIS COURT STRIPING 05/08/2007 APPENDIX B POINSETTIA COMMUNITY PARK PHASE 2A Contract No. 45021 -A TENNIS COURTS ASBA - Tennis Court Diagram with Measurements Page 1 of 1 AMKRICAN SPORTS lU'll.DKKS ASS<X:iATION Home | Diagrams | Tennis Court Diagram with Measurements Tennis Court Diagram with Measurements TRUE PLANE SLOPE REQUIREMENTS: -, O 9UJ SIDE TO SIDE ^ ' \ \o \ 1 1"IN2<y-0'TO I" IN 30-0" FAST DRV COURTS t 1% MAXIMUM HARD COURTS 4 O'-O' MINIMUM RECOMMENDED -i (9Um) ^ 4 4 , BACKSTOP < 12' >l< 36 °' DOUBLES V(3.65801* P (10.073m) ^ciSISSwi - 37"-°" SINGLES -1 > 2~" -. li »§s c T ** J 9 cii ^> bto , iiri j I' <f> Z f S O (O ^ f k en_ LU i i5 s f 5d Tt LU «/ ~* lB.230m) BASE JJ LINEM CENTER T 2'(.051m) MARK WIDE SERVICE LINE z "J -1 3 0 LU 55 5 NET M CC ISa s 55 » j UlS NET /w / UJ / i/ *" SERVICE LINE R MARK BASE -p~ n LINE W> i ~~ S ^ o i _ M > / a -»*pZ z 5|| s s R ^^ > i— J? MINIMUM^ 3 ^OSSem)3^ o ^3 fH-® b t is»- u £wi 2 £ X 0 N * *<23.774m| _ijTE Ul/ 4"-§" 1 3*-6*" 1 3' -6" 4' -6" TENNIS COURT O MARKER FOR SINGLES STICKSoft SINGLES NKTPOSIS LINE WIDTH: 2' 5CM 4' 10 CM NOrt: BASE LINES CAN PE 4" WIDE