Loading...
HomeMy WebLinkAboutCyber Professional Solutions Corp; 2016-05-13; PWS16-88FACRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2017-0371148 1111111111111111111111111111111111111111111111111111111111111111111111 Aug 15, 2017 03:48 PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr, SAN DIEGO COUNTY RECORDER FEES $0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 215-050-70-00 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation and Carlsbad Municipal Water District (CMWD), 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 Dec. 1, 2016. 6. The name of the contractor for such work or improvement is Cyber Professional Solutions Corp. 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. 4030, Dove Library Exterior Improvements Project. 8. The street address of said property is 1775 Dove Lane in the City of Carlsbad. CITY OF CARLSBAD / CMWD City VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Ca sbad Village Drive, Carlsbad, California, 92008; the City/Executive Manager of said City on · . , 20J.2__, accepted the above described work as completed and ordered that a otice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on au°?s4 JO, 20JJ_, at Carlsbad, California. ~/CMWD • I • ttlud½w BARBARAENGLESo~ ~ City Clerk ~l /. / ) e.,1' ~. ,.( CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Cyber Professional Solutions Corp. has completed the contract work required for Project No. 4030, Dove Library Exterior Improvements Project. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS (Specify if City or CMWD) Library improvements (city) VALUE $512,022 CERTIFICATION OF COMPLETION OF IMPROVEMENTS CITY MANAGER'S/EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk or Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad and Carlsbad Municipal Water District are hereby directed to commence maintaining the above described improvements. Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By: ~ Deputy City Attorney CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR Dove Library Exterior -- Improvements Project CONTRACT NO. 4030 BID NO. PWS16-88FAC (Re-Bid) I l'\ •+' Revised 2/29/16 Contract No. 4030 Page 1 of 94 Pages · TABLE OF CONTENTS Item Page Notice Inviting Bids . .. . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . 6 Contractor's Proposal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 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 Re Debarment........................................................................................... 23 Bidder's Disclosure of Discipline Record . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Noncollusion Declaration 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 l'\ •+' Revised 2/29/16 Contract No. 4030 Page 2 of 94 Pages Section 1 1-1 1-2 1-4 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 6-9 6-10 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms.............................................................................................................. 40 Definitions.................................................... .................................................... 40 Units of Measure.......................................... . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 Scope and Control of The Work Award and Execution of Contract................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45 Assignment.................................................. . .............................. ...... ........ ... .... 45 Subcontracts................................................ .................................................... 45 Contract Bonds............................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 46 Plans and Specifications.............................. .................................................... 47 Work to be Done.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 Subsurface Data.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 Right-of-Way................................................ ... . .... .. .............. .. ... . . ...... ... ..... ....... 50 Surveying ..................................................... ····························.························ 50 Authority of Board and Municipal Projects Manager.......................................... 50 Inspection.................................................... ............. .................... .......... .... ..... 51 Changes in Work Changes Requested by the Contractor........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 52 Changes Initiated by the Agency . . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . 52 Extra Work................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 53 Changed Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 55 Disputed Work............................................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 57 Control of Materials Materials and Workmanship......................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60 Materials Transportation, Handling and Storage............................................... 64 Utilities Location . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 Protection.................................................... .................................................... 65 Removal.......................................................................................................... 66 Relocation.................................................... .................................................... 66 Delays............................................................................................................. 67 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 67 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work....................................... 68 Prosecution of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 71 Suspension of Work..................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 72 Default by Contractor................................... . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . 72 Termination of Contract............................... ..... ... .............. ............ ............... ... 73 Delays and Extensions of Time.................... . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . 73 Time of Completion.......................................................................................... 74 Completion, Acceptance, and Warranty....... . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 Liquidated Damages.................................... . . . . . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 Use of Improvement During Construction . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 75 l'\ • ., Revised 2/29/16 Contract No. 4030 Page 3 of 94 Pages Section 7 7-1 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 8-2 8-3 8-4 8-5 8-6 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities.......... . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 77 Labor............................................................................................................... 77 Liability Insurance........................................ . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . 77 Workers' Compensation Insurance .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 77 Permits............................................................................................................ 78 The Contractor's Representative . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 78 Cooperation and Collateral Work................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 78 Project Site Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 79 Protection and Restoration of Existing Improvements....................................... 80 Public Convenience and Safety................... .................................................... 81 Patent Fees or Royalties.............................. . . . . ... . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 87 Advertising................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . 87 Laws to be Observed................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 87 Antitrust Claims............................................ .. . . . . . . . . . . . . . . . . . . ................................ 87 Facilities for Agency Personnel General............................................................................................................ 88 Field Office Facilities.................................... .................................................... 88 Field Laboratories........................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 89 Bathhouse Facilities..................................... .................................................... 89 Removal of Facilities.................................... ............... .................... .... ........ ..... 89 Basis of Payment......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 89 Measurement and Payment Measurement of Quantities for Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 90 Lump Sum Work.......................................... . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . 90 Payment.......................................................................................................... 90 Bid Items...................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 94 l'\ •+r Revised 2/29/16 Contract No. 4030 Page 4 of 94 Pages Exhibit "A" Exhibit "B" Exhibit "C" Exhibit "D" Exhibit "E" Exhibit "F" Exhibit "G" Exhibit "H" Exhibit "I" Exhibit "J" Exhibit "K" Exhibit "L" TECHNICAL SPECIFICATIONS Dove Library Fireplace and Courtyard Specifications Dove Library Fireplace and Courtyard Plans Dove Library Signage and Monuments Specifications Dove Library Monuments Plans Dove Library Signage Plans Dove Library Exterior Paint Specifications (for entire facility including library, audito- rium and art gallery) Dove Library Landscape and Recycled Water Plans 015639 fl -temporary tree and plant protection 311000 fl-site clearing 328400 fl -planting irrigation 329115 fl -soil preparation (performance specification) 329300 fl -plants l'\ • .., Revised 2/29/16 Contract No. 4030 Page 5 of 94 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00PM ON APRIL 11, 2016, 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: DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 BID NO. PWS16-88FAC {Re-Bid) The Carlsbad City Library (Dove Library) is located at 1775 Dove Lane. It is a two-story, 64,000 square-foot facility that was designed by McGraw/Baldwin Architects and completed in 1999. The City is currently under contract to complete interior improvements to the Dove Library with Prava Construc- tion, Inc. and now desires to make certain improvements to the exterior of the library in conjunction with this project, as described herein and defined in the Plans and Specifications The goal of the exterior improvements project for the Dove Library is to update the existing front court- yard, create a new west patio, repaint the entire exterior of the facility (including the library, art gallery and auditorium), and implement new interior/exterior signage/wayfinding and monuments. These im- provements will help achieve the Library & Cultural Arts Department's goals to provide flexible use of space to meet current and future library service demands, provide better access to information, im- prove community gathering spaces, and address a number of maintenance needs. These improve- ments will also support innovation and help the Library respond to the rapidly changing consumer marketplace. The City of Carlsbad is seeking proposals from general contractors. This project will require Lean Construction techniques, including Pull Planning to successfully schedule the demolition and con- struction of the exterior improvements and signage/wayfinding to be completed in conjunction and coordination with other interior improvements being completed by Prava Construction, Inc. Dove Li- brary is available for construction of the exterior improvements through June 12, 2016. The hours of work shall be between 7:00 a.m. and 4:00 p.m. on Mondays through Sundays, excluding Agency holidays. Contractor should expect to use weekends and expect premium time as necessary to com- plete the work on schedule. 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 ( 1 0) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 1 0263), 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 Con- tract. 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. l' • .., Revised 2/29/16 Contract No. 4030 Page 6 of 94 Pages 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, provisions, and specifications as ap- proved by the City Council of the City of Carlsbad on file with the Public Works Department and on the City's website (ebidboard.com). 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 Municipal Projects Manager. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly exe- cuted including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-collusion Declaration 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 ap- proximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $714,000. 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. Pull Planning techniques, as defined by the Last Planner® system, shall be utilized to accomplish the aggressive construction schedule. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a con- tractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: "B" -General Building Contractor. l' •+' Revised 2/29/16 Contract No. 4030 Page 7 of 94 Pages The General Contractor and their subcontractors must be registered with the Department of Industrial Relations (DIR). The bid must include the DIR numbers for the General Contractor and all subcontractors. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% 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. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained via the City's website (planetbids.com) or at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $80.00 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, spec- ifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Municipal Projects Manager (steven.didier@carlsbadca.gov) a writ- ten request for clarification or correction. Any response will be made only by a written addendum duly issued by the City, a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the con- tract, no addition to, modification of or interpretation of any provision in the contract docu- ments 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 con- tractor 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 Subcon- tracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1 , of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any con- tract for public work, unless currently registered and qualified to perform public work pursuant to Sec- tion 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. {'\ •+F' Revised 2/29/16 Contract No. 4030 Page 8 of 94 Pages The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and mak- ing them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. The General Contractor and ALL subcontractors must include their Department of Industrial Relations registration number. MANDATORY PRE BID MEETING A mandatory pre-bid meeting and tour of the project site will be held at the Dove Library located at 1775 Dove Lane, Carlsbad, CA 92011 on March 23, 2016 starting at 7:00 AM. 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. 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 (1 00%) 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 1'\ "l•if Revised 2/29/16 Contract No. 4030 Page 9 of 94 Pages 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 ten (1 0) 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. l" • .., Revised 2/29/16 Contract No. 4030 Page 1 0 of 94 Pages CITY OF DOVE LIBRARY EXTERIOR ENTS CONTRACT NO. 4030 CONTRACTOR'S City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4030 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: A B. C. D. SCHEDULE "A" GENERAl CONSTRUCTION SERVICES Description Cost Dove Library courtyard and west patio/fireplace improvements demoli- tion, construction, and landscaping. $ 2(£.2 1 2oO ~ Dove Library wayfinding signage fabrication and installation (specialty item for purposes of computing the percentage of work proposed to be performed by the Bidder.) $ 1101 qoo .£..9 Dove Library monuments construction (specialty item for purposes of computing the percentage of work proposed to be performed by the Bidder.) $ 441 (POD~ Exterior painting of entire 64,000 sq. ft. facility including library, audito- rium and art gallery. $ 51 1 Soo ..!!£ Total amount of bid in words for Schedule "A" Items A-D: Five. t--\ und vecl- Tv.Jev.T~-NiV'I€.-\hou'Oahdj \\No \-\vl\')dved oo/,rro Doi}OivS Total amount of bid in numbers for Schedule "A" Items A-D:$ 52 9 J 2 00 °0 o\\.s . The basis of award will be the sum of Schedule "A" Items A-D. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._...:lo...:&~2~-----has/have been received and is/are included in this pro- posal. Revised 2/29/16 Contract No. 4030 Page 11 of 94 Pages The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within ten (10) 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 771115 , classification B which expires on 05/31 11 6 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no repre- sentation, 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 -------=B...;;..o=nd.;;.;__ _______ (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 com- mencing 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. The Undersigned has registered with the Department of Industrial Relations (DIR) regarding their compliance will all prevailing wage laws. DIR Registration Number __ 1:.::0~0~00~0::.:.:8:..:4"-'78:::..._ __ _ Revised 2/29/16 Contract No. 4030 Page 12 of 94 Pages :heck A License -License Detail -Contractors State License Board Page 1 of Contractor's License Detail for License# 771115 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Business Information CYBER PROFESSIONAL SOLUTIONS CORP 3441 MAIN STREET SUITE 104 CHULA VISTA, CA 91911 Business Phone Number:(619) 498-4819 tfhis license is current and active. information below should be reviewed. C-7 -LOW VOLTAGE SYSTEMS C33-PAINTING AND DECORATING B-GENERAL BUILDING CONTRACTOR Entity Corporation Issue Date 11/04/1999 Reissue Date 05/02/2006 Expire Date 05/31/2016 license Status Classifications Bonding Information Contractor's Bond n"ilfs license tilelacai1Tra~ci0r·ssoi1Ci~wm1 J\iVifRicAN coNTRAcToRs INDEMNT'fvcoi\iiF'A:i\iY:""'~ ,,~~~~~~ !Bond Number: SC6071440 IBond Amount: $15,000 ~ffective Date: 01/01/2016 ~-C?'.:!~~-~~gE:?_§?~9_tii?!gE~ -~~ __ _ ___ "'"'"'-- Bond of Qualifying Individual tfhe Responsible Managing Officer (RMO) JOAQUIN CAMPOS certified that he/she owns 10 percent or more of the voting :~tuviV' of the corporation. A bond of qualifying individual is not required. 1Effective Date: 1 0/1 0/2008 IBOI's Bond History Workers' Compensation ~his license h~s-;orke~;-~;mpens~tion ins~rance ;iihthe,BENCHMARKTNSURANCE c·a-MPANY !Policy Number:CST5007175 !Effective Date: 10/20/2015 !Expire Date: 10/20/2016 Vorkers' Compensation "'""~'"'""«~ Miscellaneous Information 05/02/2006-LICENSE REISSUED TO ANOTHER ENTITY ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=771115 4/11/201 :heck A License -License Detail -Contractors State License Board Page 2 of Personnel listed on this license (current or disassociated) are listed on other licenses. ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=771115 4/11/201 California Department of Industrial Relations-Contact DIR Page 1 of 1 1-Go to Search Home Labor Law Gal/OSHA -Safety & Health Workers' Camp Self Insurance Apprenticeship Director's Office Boards Public Works -~----~----------- Public Works Contractor (PWC) Registration Sea This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: PWC Registration Number: Contractor Legal Name: Contractor License Lookup License Number: County: Search Results One registered contractor found. Legal Name CYBER PROFESSIONAL SOLUTIONS CORP About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Reset County SAN DIEGO Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act Export as: ExceiJ PDF City Registration Expiration Date Date CHULA VISTA 06/26/2015 06/30/2016 v2.20160101 Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 State of California https://efiling.dir.ca.gov/PWCR/Search.action 4/11/2016 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 (Street and Number) City and State---------------------------- (4) Zip Code--------Telephone No.--------------- (5) E-Mail ____________________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted __________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business--------------------------- (Street and Number) City and State--------------------------- (4) Zip Code ________ Telephone No.--------------- (5) E-Mail ____________________ _ Revised 2/29/16 Contract No. 4030 Page 13 of 94 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted -----'C"""yf->b"""e"""r....._P..._ro""£'""'e""'ss""'io~n"'"'a"""l"""S~ol..,.u'""'ti""'o"""n"'"s ~C~o""~rp~-- (2) ~ 7 ature) President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of --"C:..:::a;:;,;li"""fo'"""r"'""m=· a'-------- (4) Place of Business 3441 Main St Suite 104 (Street and Number) City and State _....:C:;:;.:h;.:..::u::;;:;la::......:.V...:;is=ta~C=A'""---------------------- (5) Zip Code __ 9::....:1:..;..9..::..11;;;__ ____ Telephone No. __ (,_6_19--'-)_49_8_-4_8_19 ______ _ (6) E-Mail ---=-ad=m=in=@-c=-'y'""b'-=-e""'rp;;..;;s""c.=c=om==-------------- NOTARiAL ACKNOWLEDGMENT OF EXECUTION SIGNATORIES MUST BE 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: Joaquin Campos President Gregorio Cabello Vice President Revised 2/29/16 Contract No. 4030 Page 14 of 94 Pages BID SECURITY FORM (Check to Accompany Bid) DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 (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 -----------------------dollars($ , this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise re- quired by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (1 0%) of the total amount of the bid.) ~~ •+' Revised 2/29/16 Contract No. 4030 Page 15 of 94 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL Dove Library Exterior Improvements Project CONTRACT NO. 4030 KNOW ALL PERSONS BY THESE PRESENTS: That we, Cyber Professional Solutions Corp. ' as Principal, andAmerican Contractors Indemnity Company, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (1 0%) of the bid amount) Ten Percent of the Total Amount ofthe Bid for which payment, well and truly made, we bind ourselves, our heirs, executors. and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: Dove Library Exterior Improvements Project CONTRACT N0.4030 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 ofaward of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ~~ . t,.., Revised 3/6/15 Contract No. 4030 Page 16 of 94 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL Dove Library Exterior Improvements Project CONTRACT NO. 4030 KNOW ALL PERSONS BY THESE PRESENTS: That we, Cyber Professional Solutions Corp. ' as Principal, andAmerican Contractors Indemnity Company, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (1 0%) of the bid amount) Ten Percent of the Total Amount of the Bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: Dove Library Exterior Improvements Project CONTRACT NO. 4030 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ~' . \.., Revised 3/6/15 Contract No. 4030 Page 16 of 94 Pages In the event Principal executed this bond as an individual, it is agreed that the death ofPrincipal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this __ 3_1s_t __ day of _____ M_ar_c_h ___ ___, 2016 . PRINCIPAL: Cyber Professional Solutions Corp. (print name ~ere) P(e~J~-t (Title and Organization of Signatory) Executed by SURETY this __ 3.;....;1~st;;__ __ day of March 2016 . SURETY: American Contractors Indemnity Company (name of Surety) 601 S. Figueroa St., 16th Floor,Los Angeles, CA 90017 (address of Surety) By: _______________________ __ (310) 649-0990 (sign here) (telephone number of Surety) (print name here) (title and organization of signatory) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney . -~ /~~ 1,~ ,;'cttt£UA~/L~<A':J By: ___ ;;__ _________________________ __ Deputy City Attorney ~, f.., Revised 3/6/15 Contract No. ~o Page 17 of 94 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los An2elet On MAR 3 ][ 01 before me, Elisabete Salazar, Notary Public Date Here Insert Name and Title of the Officer personally appeared __JP_.!a~tc!..!.ric!ai~a.=Z~e:L!n~iz~o~---------------------- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name(~) is/are subscribed to the within instrument and acknowledged to me that We/she/tfitiy executed the same in llkS/her/tfl'~r authorized capacityOns), and that by tAif3/her/tbnJr signature(7>) on the instrument the person(17), or the entity upon behalf of which the person{s) acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ----------------------------oPTIONAL---------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Document Date: _______ _ Number of Pages: Signer(s) Other Than Named Above: ___________ _ CapacityOes) Claimed by Signer(s) Signer's Name:------------ 0 Corporate Officer -Tit!e(s}: ______ _ Partner -[J limited CJ General D Individual IXJ Attorney in Fact I] Trustee 0 Guardian or Conservator D Other:------------- Signer Is Representing:--------- Signer's Name:------------ 0 Corporate Officer -Title(s): ------- 0 Partner -[] Limited D General D Individual D Attorney in Fact 0 Trustee 0 Guardian Oil' Conservator [] Other: -------------- Signer Is Representing: --------- • ©2014 National Notarry Association • www.NationaiNotary.org •1-800-US NOTARY (1-800-876-6827) Item #5907 ----------------------------,_= = = " =-----_ -=-=----'------------------ ~~~-~~El(ii;Q.i!!~-c_[~~-an assumed n ~=~orporatioriand U.S. Specialty Ins constitute and appoint: 1·:1'' I POWER OF ATTORNEY Patricia Zenizo, Elisabete Salazar or Pietro Micciche of Los Angeles California ~~ _ --_ ~~l_Attorney(s)-in-, '' 'I'~~~~~~· ~~~~~~~',il\~d~~~~ 1 capacity if ve, with full£~'!_f!_t_~rrd-:i!Jlth(;>rity• c:_ _:: __ ~*-·nts name, place 1 ~~~~1Mtl 1~,"l'l fl1'e~~ knowledge a aga nds, recognizarrc~s; lliideifaliing~~ ~r Offier instruments or coiJltracts:' ![' su ~~ ship to include riders, a , ndconsents of surety, provtding~ffie bond penalty does not exceed *****Three Million***** Dollars ($ **3,000,000.00** ). This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by _a~t~!~ of~h~::_!<>l~wing resolutions adopted by ofDirectors ofthe1 ~ompani11 ,: lll'!lll 11 __ _ ~~ ~:::,~~ -~ ~1JEJJ:R:_Sotzjv!lfi: t~ tll~l'restdent, any any ~~~~et ~1, ~~~s~ lfl~ill~e~~~lary shall be an~ st~twftwfmt~ ~~ ~~~~~~~";a~·~~pomt any one or to r~,,llill• i,l:f 111 :'rll:ll,r Ulll~~~~lf of the Compan~~::_ ~~~l~m~:~ ---Atto7ney-m-Fact may be gtven full power and authonty for and m the name of and on behalf o~ he Company, to execute, acknowledge and dehver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected b tnd;;Q!P ~~.~.~~~i.~~1~1~, i,~~~~~~l~~~~u~~·~!:l lilT 1: I :II 111 1 111ifl, ~~f.~,· Company hereto: ~ ile signature or ower of attorne~_an~ll(j~fficite relating binding upon the 2J!!l:Rant~itfi!esp~st too IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014. __ ~~--~~ ;= . AMERICAN --·~ ~ ~-UNITE . EC:~o~e ~aiEL~ --~ =--=.-_-_-_f,' .. =.~.~.~.~.:.·.·.'.'.·.' .. E'·~.~P.~.::..~:1!1.,m;l .. '~:·.'D~,.~.'.~.:.".·.: .. :..~:.'·~_;_-_-; tfi!~~~.~~!!'Ji~)' -~-~=~---_ ~> \~·· ................ ~/ """/..-,{-4iiFQR~\~,,, ... ~ ,,,,,,11,,,*,,,,,,\\'\\, ... ........ -............ --~~~0\~\., ------- ::__ ~=, of~cer co~pl1~~i: ~J~ns certificate IS at~~ 1:·' :1 SS: a0Vn~i!ill the oowmem. On this 1st day of December, 2014, before me, Maria G. Rodriguez-Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American _Contractorsd:nd~j~Cornpany, Texas Bo ;;'rlfeJ:lasi&ef ::sat' · · evidence to be 'tim ~i~thi[tze~ d that by his s~"; ceriicy under PENALTY OF PERJURY WITNESS my hand and official seal. ael Chalekson, As_sistan_t Se~et~~'Y: Company Profile Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information AMERICAN CONTRACTORS INDEMNITY COMPANY 601 S. FIGUEROA STREET, SUITE 1600 Old Company Names Agent For Service ANNA NOVEMAN 601 S. FIGEROA STREET SUITE 1600 LOS ANGELES CA 90017 Reference Information I NAIC #: California Company ID #: Date Authorized in California: License Status: Company Type: State of Domicile: back to top NAIC Group list NAIC Group #: lines Of Business LOS ANGELES, CA 90017 Effective Date 1110216 I 13634-3 105/23/1994 I UNLIMITED-NORMAL I Property & Casualty I CALIFORNIA I 3098 Tokio Marine Holdings Inc GRP The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. SURETY back to top © 2008 California Department of Insurance Page 1 of 1 https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=company P... 4/1112016 American Contractors Indemnity Company-Company Profile-Best's Credit Rating Center Page 1 of2 A.M. Best Ratin2: ~ We.·lcome Back rhonda heather j_MY_Member Center! b..Qill-U About i Careers 1 Events I Support 1 Contact ~ ..... A.M. Best Company 1 A.M. Best Rating Services) A.M. Best Information Services Rating Services Home Ratings >> Recent Rating Activity >>Search for a Rating Regional Centers "' Rating Process & Definitions "' >> Understanding Best's Ratings » Guide to Best's Ratings >> Financial Strength Ratir1g Guide >> Issuer Credit Rating Guide >> Issue Rating Guide >> National Scale Rating Guide >r Country Risk Information » Market Segment Outlook Rating Methodology Industry Research Industry & Market Centers Contact an Analyst Conferences & Events AwardS & Recognitions Data Submission Center Regulatory Information http:/ /v..r;N"w3 Rating Search: American Contractors lndemnir; Company (1) A,M, Best#: 011019 NAIC•: 10216 Domiciliary Address 601 S_ Figueroa Street Suite 1600 Los Angeles, CA 90017 United States Web: www.hccsurety.com Phone: 310-649-0990 Fax: 310-645-9274 FEII\I #: 954290651 Based on A_M_ Best's analysis, !)58633. Tok1o Manne Hold1nas. Inc is the AMS Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. r-:;::;~~!::::h-~~-!io~•~ooooVi:~~~:~~~:;) ooooooooooooooooooooooooooooooooooooooooooo ooool 1 Financial Size Category: XV ($2 Billion or greater) I Outlook: Stable I Action: Affirmed I Effective Date: October 22, 2015 Initial Rating Date: June 08, 1998 I Long-Term Issuer Credit ~~Vi~'::' Defini,!ion r Long-Term: aa 1 Outlook: Stable I Action: Affirmed llEffective Date: October 22, 2015 Initial Rating Date: June 28, 2005 ---- t~~:~:;~:!~~:~!;;i~91 110/22/2015 A+ i 1 9/25/2014 A+ , 10/3/2013 A+ !9/26/2012 A+ 18/10/2011 Inc_ Financial Analyst: Robert Raber View AM_ Best'sRating Disclosure Form A_M_ Best Affirms Ratin_gs of HCj::JQ29l9D£e Holdings, Inc_ and Its Subsidiaries October 22, 2015 --~------ £<J'!l8 Cre!=lit Repo_d; -includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data_ Report Revision Date: 11/13/2015 (represents tl!e latest significant change). Historical Reports are availabie in 6f.v18 C_redit_8.§Q.Q...rJ: Arcilli!_§.:. View additionaf news r~.Qd~AOiL2!Q.Qucts; Tor this company. Oct 22. 2015 Jun 11, 2015 5Bp 25, 2014 Oct 03, 2013 Sep 26, 2012 Oci: 15, JUlO Mar 03, 2010 ~.ug 27, 2009 ~Affirms Ratings Qf HCC Insurance Holdin&JS Inc and Its Subsidlarie~ A_M Best Comments on ReJings of HCC Insurance Holdings, Inc and Its Subsidiaries ,\_M BesJ.11Qgr9des !CR oJ American Contractors Indemnitt and United States Surety-_Affirms ICR QjHouston ~asuaLt.Y.i2.mJ1.P Mem!2Et.C~ 6.~LJ2§<st Affirnl?..B.at~l,QiS>f H\:.Unl'.liLiills;§' HQidings Inc and Its Svb~i<;!iaries .~.M B~a~f:f!!IQi.B.ill:i.u.9.?-.QibCC Ir:suran£QJ:1old~ Inc <tr:!f!J!i Subsid@clg~.J22Ifldes)CR oj_J:J.QO: .. ~ I.nsu@...n~.DJJ~ L~_]\1i. Bes_tJ..!Q£.G~.d.~~-J5..!.t10U::,i:~iJ.i.U':9..1l.o.9.:S..Qf H;:,Qflil,!.[9_lli;_<;:_t1o!din~,..£1..llil(ertai n ..i1L~.Qi.Q.[0_:; 6.J~~B.f2_!--'---~rrr.t:~ Rati r!.!l$ .tc!~ CC kb~:0§oce l:l.Q.LQlrr92JE.C....:..?L~9. .. 11!.9..~t.$1JP2iQJ a rie0_L1.~.es Ra ti !Jill..ill ~.SI..l?lo2hl.~ldia!i~ 1019&URating ... 4/IJ/2016 American Contractors Indemnity Company-Company Profile-Best's Credit Rating Center Page 2 of2 2 Page size: 10 16 items ·,n 2 pages European Union Disclosures A.M. Best-Europe Rating Services Limited (AMBERS), a subsidiary of AM. Best Rating Serv1ces. Inc., os an External Credit .Assessment Institution (ECAI) in the European Union (EU). Therefore, credit ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Asia-Pacific Limited (AMBAP}, Australian Registered Body Number (ARBN l"o 1o0375287}, is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financ.:ial Services (AFS) Licence holder (AFS No. 411 055) under tile Corporations /·\ct 2001 Crsdit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than .a wholesale client as define a 1n C~apter 7 of the CorporatiOns A.ct AMBAP does not aut11orize its Credit Ratings to be disseminated by a third-party in a manner that couid reasonably be regarded as being intended to influence a retail client in making a decisiOn in relation to a particular product or class of financial product. AM SAP Credit Ratings are intended for\lllholesale clients oniy, as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AM SAP only and not any specific credit analyst. AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any othor form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing dec·lsions. Important Notice: A.M. Best's Credit Ratings are independent and objective opinions, not statements of fact. A .. M. Best is not an Investment Advisee does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice. A.M. Best's credit op1nions are not recommendations to buy, sell or hold securities, or to make any other investment decisions. For additional information regarding the use and limitations of credit rating opin1ons, as well as the rating process, information requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratings. About A.M. Best 1 Site Map 1 Customer Service 1 Member Center I Contact Info 1 Careers I Temns of Use I Privacy Policy Security 1 Legal & Licens1ng Regulatory Affairs-Form NRSRO-Code of Conduct-Rating Methodology-Historical Perfomnance Data Copyright© 2016 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED. http:/ /wv.TVIr3 .ambestcom/ratings/ entities/Company Profik.aspx?am bnum=' 11 0 19& URating... 4/11/20] 6 GUIDE TH "DESIGNATION OF SUBCONTRACTO 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 Or- ganization", "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 performed by forces other than the Bid- der'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 percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation 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. 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. l'l • ., Revised 2/29/16 Contract No. 4030 Page 18 of 94 Pages 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 . • iF Revised 2/29/16 Contract No. 4030 Page 19 of 94 Pages DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTOR-s D (To Accompany Proposal) DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 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 DIR Regis-Subcontractor's Amount Work Portion of Work Subcontractor Name and tration Num-License No. and by Subcontrac- Location of Business Classification tor Dollars* Demolition, Pavers DICA Enterprise Inc Concrete, Masonry, 4511 Riviera Shores Suite 77 1000020130 980010 $60,000 Fireplace San Diego, CA 92154 A Mayorquin Architectural W oodworkir g Woodwork 1 f1f1S PrPcision Park Ln 1000030900 915271 $46 000 San Ysidro, CA 92173 C-6 Dave Whipple Sheet Metal, I ~c Sheet Metal 1077 North Cuvarnaca St 1000002501 736812 $11 815 El Caion CA 92020 C-43 Vl.silo\e Gvap"-'ic: s \nc IOOOD054G:. \ 145555 SiqnCiqe-"113ft> E+vlf\ A.ve. C-4-5 ~ j(oG, 1 38 ''-24 J '""" Chcii"sw0 v=th CA "1131\ Page _\_ of 1 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." 16 I; Revised 2/29/16 Contract No. 4030 Page 20 of 94 Pages :heck A License -License Detail -Contractors State License Board Page 1 of Contractor's License Detail for License# 980010 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Business Information DICA ENTERPRISE INC dba DICA ENGINEERING DESIGN & CONSTRUCTION ffi1is license is current and active. i ku information below should be reviewed. 4511 RIVIERA SHORES ST STE 77 SAN DIEGO, CA 92154 Business Phone Number:(619) 906-7403 Entity Corporation Issue Date 01/10/2013 Expire Date 01/31/2017 License Status «<««<m«~«<«««-««««<<~<<<~<«<«<<«<<<«<«<<<<«<~~~<<«~<<««~-««« < <«~~<~~~<~-<<-<«<<<<<<<<<<«<<<«<«<«<««<<<<<<<<~~«<~~~~~-<-<'<<-««•••'"'''''''''~~~·«<<«<<~" -GENERAL ENGINEERING CONTRACTOR Classifications Bonding Information Contractor's Bond ffili5iicensetiieCiacolliraCior;ssC>n<rwitil.H u osoN 1 Nsu RANcEcoiVI'P.A:i\17:"· .. · ,Bond Number: 30008495 ' !Bond Amount: $15,000 !Effective Date: 01/07/2016 <::;ontr~.'2!.or's B~.!}5~1::Ji~tory~ .. ~~ Bond of Qualifying Individual ............ ''"'"""''"""'"' "'""''~~~~-he Responsible Managing Officer (RMO) DANTE ALFREDO DIAZ-TRUJILLO certified that he/she owns 10 percent or more of the oting stock/equity of the corporation. A bond of qualifying individual is not required. ~f~.ctive Date: Q.1L~ OI~J}~~~~ .~...... , .. ~ .... Workers' Compensation hi~ license has workers compensation insurance withtheSTATECOiVI'PENSATi .. ON iNSURANCE FUND olicy Number:9097070 ffective Date: 04/23/2014 xpire Date: 04/23/2016 orkers' Compensation Histor Personnel listed on this license (current or disassociated) are listed on other licenses. ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=980010 4/11/201 California Department oflndustrial Relations-Contact DIR Page 1 of 1 I Rill Go to Search Home Labor Law Cal/ OSHA. Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works ~-~~-------------~ Public Works Contractor (PWC) Reg Search This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: PWC Registration Number: Contractor Legal Name: Contractor License Lookup License Number: County: Search Search Results One registered contractor found. Details Legal Name View DICA ENTERPRISE INC About DIR Who we are DJR Divisions, Boards & Commissions Contact DIR Work with Us Reset Registration County Number 1000020130 SAN DIEGO Licensing, registrations, certifications & permits Notification of activies Public Records Act Export as: ExceiJ PDF City Registration Expiration , Date Date SAN DIEGO 07/01/2015 06/30/2016 v2.201601 01 Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 Slate of California https://efiling.dir.ca.gov/PWCRJSearch.action 4111/2016 :heck A License -License Detail -Contractors State License Board Page 1 of Contractor's License Detail for License# 915271 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Business Information MAYORQUIN ARCHITECTURAL WOODWORKING P 0 BOX 2032 CHULA VISTA, CA 91912 Business Phone Number:(619) 726-2253 Entity Corporation Issue Date 05/06/2008 Expire Date 05/31/2018 license Status his license is current and active. II infoD"mation below should be reviewed. Classifications Bonding Information Contractor's Bond b~~!c::~e~:~d1-~~~~tractor'~s~Boncrwitf1su RETEc--rNDEMNTTY COMPANY. !Bond Amount: $15,000 ;Effective Date: 01/01/2016 :Contractor'? Bond His!ory Bond of Qualifying Individual he Responsible Managing Officer (RMO) GABRIEL BAEZ MAYORQUIN certified that he/she owns 10 percent or more of the oting stock/equity of the corporation. A bond of qualifying individual is not required. ffective Date: 05/06/2008 "'" ''"'"' ;,;;;;;,;;,;:,;;;,~~ Workers' Compensation [This license has workers compensation insurance with the MARKEL INSURANCE COMPANY jPolicy Number:MWC0026095 !Effective Date: 03/12/2013 Expire Date: 03/12/2017 ~or~~l"~'.~?.':l:Pens~ti()~ .. ~istory Other Personnel listed on this license (current or disassociated) are listed on other licenses. ttps ://www2.cslb.ca. gov /OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=915 2 71 '"""'"'""""""~ i I 4/11/201 California Department oflndustrial Relations-Contact DIR Page 1 of 1 Go to Search Home Labor Law Gal/OSHA .Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works ----""'"' ___ '"'' Pubiic Works Contractor (PWC) Registration Search This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. ! Current Fiscal Year: 2015JtsTiTI -................................................................................................. , ....... :. Registration Year: PWC Registration Number: :1 000030900 Contractor Legal Name: Contractor License Lookup License Number: County: Search Search Results One registered contractor found. Details' Legal Name View MAYORQUIN ARCHITECTURAL WOODWORKING About DIR Who we are DlR Divisions, Boards & Commissions Contact DIR Registration County Number Work with Us Licensing, registrations, certifications & permits l~otification of activies Public Records Act Export as: Excel I PDF City Registration Expiration Date Date CHULA VISTA 10/15/2015 06/30/2016 v2.20160101 Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 Slate of California https://efiling.dir.ca.gov/PWCR/Search.action 4/11/2016 :heck A License -License Detail -Contractors State License Board Page 1 of Contractor's License Detail for License # 736812 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. his license is current and active. II information below should be reviewed. Business Information DAVE WHIPPLE SHEET METAL INC 1077 N CUYAMACA STREET EL CAJON, CA 92020 Business Phone Number:(619) 562-6962 Entity Corporation Issue Date 06/05/1997 Expire Date 06/30/2017 License Status Classifications Bonding Information Contractor's Bond tfhis license tiled a Contractor~s Bond with.AMERTCAr::J""cONTRACTORS INDEMNrfY'coMPANY. iBond Number: 50265 ~ond Amount: $15,000 jEffective Date: 01/01/2016 [Contractor's Bond Hi_s!g~~--.... ~~~~ ............ ~ .. ·····••· ............................................................................................................................................................. ~ ......... ~~~~ Bond of Qualifying Individual Responsible Managing Officer (RMO) DAVID CHARLES WHIPPLE certified that he/she owns 10 percent or more of the voting ~ctn•-l<~o.n• of the corporation. A bond of qualifying individual is not required. Date: 06/05/1997 Workers' Compensation ; his license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST !Policy Number:WSD5025403 !Effective Date: 01/01/2014 !Expire Date: 01/01/2017 ~()E~ers~~()r11£~~sa!!..()~f:li~tory . ... ··~~ .... ,~~-.. ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=736812 4/11/201 California Department oflndustrial Relations-Contact DIR Page 1 of 1 1-Go to Search Home Labor Law Cai/OSHA ~Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works ---------------- Public Works Contractor (PWC) Registration Sea This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: Fiscal Year: 2015116 PWC Registration Number: Contractor Legal Name: Contractor License Lookup License Number: County: County Search Search Results One registered contractor found. Legal Name DAVE WHIPPLE SHEET METAL, INC. About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Reset Registration County Number 1000002501 SAN DIEGO Licensing, registrations, certifications & permits ~Jotification of activies Public Records Act Export as: Excel 1 PDF City Registration Expiration Date Date EL CAJON 06/25/2015 06/30/2016 v2.20160101 Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 Slate of California https:/ I efiling.dir .ca. gov /PW CR/Search.action 4111/2016 :heck A License -License Detail -Contractors State License Board Page 1 of Contractor's License Detail for License # 7 45555 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. license is current and active. information below should be reviewed. ~m""'""'""'"-"'"'~~-~~m• Business Information VISIBLE GRAPHICS INC 9736 ETON AVE CHATSWORTH, CA 91311 Business Phone Number:(818) 787-0477 Entity Corporation Issue Date 02/04/1998 Reissue Date 07/31/2012 Expire Date 07/31/2016 License Status Classifications Bonding Information Contractor's Bond ~his license filed a Contractor's Bond with SURETEC INSURANCE COMPANY. !Bond Number: 204039 ~ond Amount: $15,000 Effective Date: 01/01/2016 Bond of Qualifying Individual h"he Respon-sible ~Managin·g-Officer~(RMO) KENNETH ALEN KENDALL 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. ffective Date: 08/21/2012 Ql's Bond Hist<:>.J.ry~~ ·--~~·· ·-~~·······~~~-·························· ........................................... ~~···· .. ··-~··· ......... -~-········ ................................................. . Workers' Compensation ·~~~, •. ., .... ~~···~~~· --:c=-::-~ :--::-::::----''''"'''"'~~ ............... ~~~~~.........., [This license has workers compensation insurance with the COMPWEST INSURANCE CO ,Policy Number:WCV5900022 \Effective Date: 05/12/2015 !Expire Date: 05/12/2016 ;yy<:JE~~r~· .. gg!:!lP.~.~.~.c:ltig!] .. t:J.i.~t<:>ry Miscellaneous Information 07/31/2012-LICENSE REISSUED TO ANOTHER ENTITY ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=745555 4/11/201 California Department of Industrial Relations-Contact DIR Page 1 of 1 I all Go to Search Home labor law Gal/OSHA -Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works ---------~--~-~-- Public Works Contractor (PWC) Registration This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: Fiscal Year: 2015/16 PWC Registration Number: Contractor Legal Name: Contractor License Lookup License Number: County: Search Search Results One registered contractor found. Details: legal Name Reset Registration County Number City Export as: Excel! PDF Registration Expiration Date Date View VISIBLE GRAPHICS, INC. 1000005461 LOS ANGELES CANOGA PARK 06/25/2015 06/30/2016 About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act v2.201601 01 Learn More Site ~1ap Frequently Asked Questions Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 State of California https :/I efiling.dir .ca. gov /PW CR/Search.action 4/11/2016 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully performed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Con-Name and Address Name and Phone No. Amount tract Com-of the Employer of Person to Con-Type of Work of Con- pleted tract tract 08/19/2015 Grossmont-Cuyamaca Ken Emmons (619)644-7594 Remodel, Upgrades $461,433.00 Community Colleqe 12/03/2015 NAVFAC SW Robert Quisenberry (619)524-8527 Remodel, Upgrades $606,557.00 05/21/2015 City of Poway Jeff Beers (858)668-4624 Repairs $257,862.45 •"- '-' Revised 3/6/15 Contract No. 4030 Page 21 of 94 Pages BIDDER'S CERTIFICATE INSURAN GENERAL LIABILITY, EMPLOYERS' LIABI LIABILITY AND WORKERS' (To Accompany Proposal) DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 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: 0 Comprehensive General Liability 0 Automobile Liability 0 Workers Compensation 0 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 on site or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 2/29/16 Contract No. 4030 Page 22 of 94 Pages I ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) ~ 5/2/2016 THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER ~2~~~CT Valeri Orsini Fusco & Orsini Insurance Services Inc. W8N:o.E~I: (858)384-1506 I FAX iAIC Nol: (800) 209-9298 5095 Murphy Canyon Road ~~t~~SS: valeri@ foagency. com Suite 200 INSURER(S) AFFORDING COVERAGE NAIC # San Diego CA 92123 INSURER A :Great American Assurance Co. 26344 INSURED INSURER B :Integon National Ins. Co. 29742 Cyber Professional Solutions Corp INSURER c :National Union Fire Ins. Co. 19445 3441 Main Street #104 INSURER D :Benchmark Insurance Company 41394 INSURER E :Houston Casualty Company 42374 Chula Vista CA 91911 INSURERF: COVERAGES CERTIFICATE NUMBER·l6-17 GL AI EX VOC REVISION NUMBER· THIS IS TO CERTIFY THAT THE POliCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR it&~M5Yv~~ -~~2M%YMY1 LTR INSD WVD POLICY NUMBER LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 r--~ ClAIMS-MADE [i] OCCUR ~~~~~~l?E~;~~u~~ncel A $ 50,000 r--X GLP3177151 1/31/2016 1/31/2017 MED EXP (Any one person) $ Excluded r-- r--PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 Pl DPRO-DLOC PRODUCTS -COMP/OP AGG $ 2,000,000 POLICY JECT OTHER: Employee Benefits $ 1,000,000 AUTOMOBILE LIABILITY fE~~~b~~~t)SINGLE LIMIT r--$ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ B r--ALL OWNED ,---SCHEDULED AUTOS AUTOS 12002321 5/22/2015 5/22/2016 BODILY INJURY (Per accident) $ r--r--NON-OWNED rp~?~~c~le~t~AMAGE HIRED AUTOS AUTOS $ r--r-- $ UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 2,000,000 r-- c X EXCESS LIAB ClAIMS-MADE AGGREGATE $ 2,000,000 OED I I RETENTION $ EBU041570030 12/17/2015 1/31/2017 $ WORKERS COMPENSATION X I ~ffruTE I I OTH- AND EMPLOYERS" LIABILITY ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE [!] N/A E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? D (Mandatory in NH) CST5007175 10/20/2015 10/20/2016 E.L. DISEASE-EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $ 1 000 000 E Professional Liability HCC1564353 10/28/2015 10/28/2016 Each Claim $ 1,000,000 Aggregate Limit $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Dove Library Exterior Improvements 1775 Dove Ln, Carlsbad, California 92011. THe City of Carlsbad, its officials and employees are named as additional insured per endorsement CG 2033 0704 on general liability only. Primary wording applies per GAC 3649 CG. *10 day notice of cancellation for non payment of premium, CERTIFICATE HOLDER City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 30 days written notice to certificate holder for all others.* CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Amanda Orsini/AO © 1988-2014ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) INS025 1?014011 The ACORD name and logo are registered marks of ACORD / / Policy#: GLP3177151 CG 20 33 (Ed. 07 04) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS. LESSEES OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II -WHO IS AN INSURED is amended to include as an Additional Insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an Additional In- sured on your policy. Such person or or- ganization is an Additional Insured only with respect to liability for "bodily injury," "prop- erty damage" or "personal and advertising in- jury" 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 oper- ations for the Additional Insured A person's or organization's status as an Ad- ditional Insured under this endorsement ends when your operations for that Additional In- sured are completed B. With respect to the insurance afforded to these Additional Insureds, the following addi- tional exclusions apply: This insurance does not apply to: 1. "Bodily injury," "property damage" or "per- sonal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or draw- ings and specifications; or b. supervisory, inspection, architectural or engineering activities. 2. "Bodily injury_'' or "property damage" oc- curring after: a. 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 lnsured(s) at the location of the covered operations has been completed; or b. that portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than an- other contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project Copyright, ISO Properties, Inc., 2004 CG 20 33 (Ed 07!04) XS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY NON-CONTRIBUTORY INSURANCE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM GAC 3649CG (Ed 11 06) This insurance is primary to any other insurance held by third parties with respect to work performed by you under written contractual agreements with such third parties and any other insurance which may be available to such third parties shall be non-contributory. GAC 3649CG (Ed 11 !06) XS BIDDER'S STATEME EBARM (To Accompany Proposal) DOVE LIBRARY IMPROVEMENTS PROJECT CONTRACT NO. 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(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: Cyber Professional Solutions Corp (nam~r) By: /y-~ /··· ( sjgfif11ere) //: F"" Joaquin Campos, President (print name/title) Page ~ of_...__ pages of this Re Debarment form l'\ ~~~~ Revised 2/29/16 Contract No. 4030 Page 23 of 94 Pages BIDDER'S DISCLOSURE OF DISCIP NE (To Accompany Proposal) LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 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? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X 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? X 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. N/A (If needed attach additional sheets to provide full disclosure.) Page 1 of ----=-1-pages of this Disclosure of Discipline form ,. ~ Revised 2/29/16 Contract No. 4030 Page 24 of 94 Pages BIDDER'S DISCLOSURE OF DISCI NE (CONTINUED) (To Accompany Proposal) DOVE LIBRARY EXTERIOR IMPROVEMENTS CONTRACT NO. 4030 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. N/A (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Joaquin Campos, President (print name/title) Page 1 of _1_ pages of this Disclosure of Discipline form l" •4i' Revised 2/29/16 Contract No. 4030 Page 25 of 94 Pages NONCOLLUSION DECLARATIO BIDDER AND SUBM UTE PUBLIC CONTRACT CODE SECTION DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 The undersigned declares: I am the President of Cyber PSC , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on April II , 201£_ at Chula Vista [city], CA [state]. Revised 2/29/16 Contract No. 4030 Page 26 of 94 Pages CONTRACT PUBLIC WORKS This agreement is made this /:!J ~ day of V\"f\~ , 2016, by and between the City of Carlsbad, California, a municipal corporat1 , (hereinafter called "C1ty"), and Cyber Professional Solutions Corp, a California corporation whose principal place of business is 3441 Main Street, Suite 104, Chula Vista, CA 91911 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip- ment, 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, Non-collusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifi- cations 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 incor- porated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, 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. 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 infor- mation 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. l'\ •+' Revised 2/29/16 Contract No. 4030 Page 27 of 94 Pages 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 foHowing 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 Ill 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 re- quired 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 11 01-1525) 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 Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying pay- roll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 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 connec- tion 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. {'\ •+" Revised 2/29/16 Contract No. 4030 Page 28 of 94 Pages 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 Con- tractor, 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: $2,000,000 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 employ- ees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 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 and Employers' Liability limits of $1 ,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted 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 doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- ployees 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. l'\ • ., Revised 2/29/16 Contract No. 4030 Page 29 of 94 Pages (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 (1 0) 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 reten- tion 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 in- surance 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 ac- cordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 201 04) which are incorporated by reference. A copy of Article 1.5 is in- cluded 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 201 04.2(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 Gov- ernment Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. l" • ., Revised 2/29/16 Contract No. 4030 Page 30 of 94 Pages (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 an- other 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 11 above. "'j c·~ init j·(. . 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 estab- lished by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. 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 in- cluded herein, and if, through mistake or otherwise, any such provision is not inserted, or is not cor- rectly 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 "Gen- eral Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. l'\ ·~ Revised 2/29/16 Contract No. 4030 Page 31 of 94 Pages NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: e;,-,:;.1o nnt )t, L.Atrns ~~, r ;;fo9 t:::':(si§n here) cJ;,a'juln (\'"'feeS, Se_u-e-\liY'( (print name and title) APPROVED AS TO FORM: CELIA A BREWER City Attorne~, L (///?,/ ' ' ' -~---""" By: :e--y ~..-t_r::;.c.cau/~ \ Deputy City Attorney ~- l'l •4' Revised 2/29/16 CITY OF CARLSBAD a municipal corporation of the State of Cali~ :_j' By ~ lin MATTHA :MaYor Contract No. 4030 Page 32 of 94 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of ~)Oth Dtedo ) 5/ "1 /I it; before me, _r"""":._,_""-)c-'-'-lY\_~-=-' l-'-l-~_L_~_i_u_v~_lD-+1_\~_o __ ·\_c..:t_vyf--P_l4_b_)_IC,-=-' _, On Date , Here Insert NafT)e and Title pf the Officer t personally appeared ------'~J""'-. v_' c._, c--t)_lA_t_n'---C-""'-' OI_._W)--'--1·--o_.:._;;,~_1_,_:)_y_e_. s_t d-=··_.::;;e_;_v.:_i,\_,_· --~--· _Sec_···_· -_-_-_rE_~_c_·, v_· +-- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above ------------------------------oPTIONAL-------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: ___________ _ Signer's Name: ___________ _ 0 Corporate Officer -Title(s): ______ _ [] Corporate Officer -Title(s): ______ _ 0 Partner -0 Limited D General [] Partner -0 Limited [[J General 0 Individual [] Attorney in Fact [J Individual l_J Attorney in Fact 0 Trustee [J Guardian or Conservator []Trustee [[J Guardian or Conservator 0 Other: ______________ _ [J Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • ©2014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 LABOR AND MATERIALS BOND WHEREAS, the City Council of the Ci~y-of Carlsbad, State of California, 2016-076 , adopted Agenda Bill No. 22,270 April 26, 2016 Cyber Professional Solutions, Corp. (hereinafter designated as the "Principal"), a Contract for: Bond No.: 1001062088 Premium Included in Performance Bond by Resolution No. , has awarded to DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 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 Cizy Clerk of the Cizy 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 perfor- mance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surezy on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Cyber Professional Solutions, Corp. , as Principal, (hereinafter designated as the "Contractor"), and American Contractors Indemnity Company ~-:------::------------as Surety, are held firmly bound unto the City of Carlsbad in the sum of Five Hundred Twenty Nine Thousand Two Hundred and 00/100 ---:--:---~------~~--:----:------:-~~--:-Dollars ($ 529. 200.00 ), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Cizy of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and aclministrators, 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 9100, or for amounts due under the Unemployment In- surance 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 Unem- ployment 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 attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, 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 chan1ge, 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. l' II+" Revised 3/6/15 Contract No. 4030 Page 33 of 94 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 \\1h day of __ \1\~A~Y'-------' 20j!L. CONTRACTOR: By: _ ____.==-------.:::;.....=:::.._,------ ( sign here) JoV\t~~WV\ ~mros (priht name here) Sevve.-b·~ I 0-tkc/ ercte.t:.-511'>1"\t:\\ Soh.d"\oi'\S (titl~ and organizatiort of Signatory) Executed by SURETY this _1_1_th ___ day of May , 20__:!_§_. SURETY: American Contractors Indemnity Company (name of Surety) 601 S. Figueroa St. 16th Floor, Los Angeles, CA 90017 (address of Surety) 31 0-649-0990 (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant 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: CELIA A. BREWER City Attorney, ,/ '.11 ./ . ---·-.. By: . ~.L"CV -46~'\ Deputy City Attorney ,:; '-' ·~ Revised 3/6/15 Contract No. 4030 Page 34 of 94 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT -l State of California Countyof s~ \);~ On 0 ~ -\ 0-ll, before me, ka.y-~~' c.; f)~~ N~ ~~~v (here insert name an !1 le of the officer) personallyappeared~~~Q~~~~~~· ~~~~-~~~\~,~~~~~~~·\~, ~~~~~~~~~~~~~~~ ~ ~ """ ~k\\"YvV ~ who oved to eon the basis of atisfactory evidence to be the person(}) whose na (:1 is re subscribed to the within instrument aEncknowledged to me th@she/they executed the same i~er/their authorized capacity(.fe.s), and that b his er/their signature(.€) on the instrument the person(J), or the entity upon behalf of which the person(~ acte , xecuted the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and conect. Je e . t .... , MARIVIG A. DESUYO WITNESS my hand and official seal._ ~ · Commission# 1994068 .:i . Notary Public ~ California ~- z . c Sari Diego County . · ~ Signature of Notary Public J.· ·.,· Mzcomm.£xtresNov11,20161 o o o e •· o, Q,» o 9 e. e • ;;:.!a a o-(Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT L-O..b ~v: ~ ~-\_,,~~ . .cA.\5 ~ (Title or description of attached document) (Title or description of attached document continued) Number of Pages -=l.-Document Date\)~" \\-\ \n (Additional information) L-----------------------------------------~ CAPACITY CLAIMED BY THE SIGNER 0 ~ 0 0 0 Individual (s) Corporat; Officer ~ (' _ # _ l PNr\\&tr.A. ~~() (Title) Partner(s) Attorney-in-Fact Trustee(s) Other __________________________ _ CAPA v 12.10.07 800-873-9865 www.NotaryClasses.com INSTRUI.-::TIONS FOR COMPLETING THIS FORM Am acknowledgment completed in California must contain 1•erbiage exactlr as appears abo1•e in the notOJT section ur a separate aclmowledgment fin"ln must he properlr completed and attached to that document. The onlr exceplion is 1( a documenl is to be recorded outside of Cali/i!rnia. In such instances, anr alternatiw' acknowledgmenl 1·erhiage as mav he prinred on such a document so long as the l'erbiage does nor require the nolan lo do something that is illcgaljiJr a notarr in Calijim1ia (i.e. certifi"ing the authori::ed capacity ojrhe signer). Please check the document carefully for proper notarial warding and allach thisfurm if required • State and County information must be the State and County where the document signcr(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signcr(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the namc(s) of document signcr(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing otT incorrect forms (i.e. lie/she/~ is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. •:• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •:• Indicate title or type of attached document. number of pages and date. •:• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALIL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _---::c:..;;:..:....;:..:~;..:;..;;;.-_____ _ On __ f_~_A_Y'---' -=-"'.....!.~-before me, Angel Nunez, Notary Public Date Here Insert Name and Title of the Officer personally appeared _E_I_is_a_b_et_e_S_a_l_az_a_r _____________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name(~) is/are subscribed to the within instrument and acknowledged to me that We/she/t'fit/y executed the same in !j/$/her/tl'le'ir authorized capacityQns), and that by 'fMp/her/t;)njr signature(;~>) on the instrument the person(t?), or the entity upon behalf of which the person(S) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ;1iL'''''""···";z"j,~~ , WITNESS my hand and o '~t 1 Commission# 2146301 ~ Notary Public -California ~ Signature t:. H+U~~-/------:l~r--::-~'F---~ ,~ los Angeles County :'!:: ~7'W"coML&omm. Exgires Mar 14, 2020 f s o e e c o o o o ott Place Notary Seal Above ----------------------------oPTIONAL---------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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:------------ [] Corporate Officer -Title(s): ______ _ Partner -Limited IJ General [] Individual !XJ Attorney in Fact I J Trustee 0 Guardian or Conservator Other: Signer Is Representing: _______ _ Signer's Name: ___________ _ c:-J Corporate Officer -Title(s): ------- 0 Partner -[] Limited D General Individual Cl Attorney in Fact 0 Trustee [J Guardian or Conservator Other: -------------- Signer Is Representing: ________ _ • ©2014 National Notary Association • www.Nationa!Notary.org ·1-800-US NOTARY (1·800-876-6827) Item #5907 Bond No.: 1001062088 Premium: $10, 076.00 Premium aa.sed on final Contra a: P-rice FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2016-076 , adopted Agenda Bill No. 22.270 April 26, 2016 , has awarded to -;-C"':y=b=er~P-'"ro=-;-fe"""s;.;;;s!~on;.:.::a:.:...l S:;;o::.:Ju7ti;:;.:on'::=s~, C=::o~rp~·--:--:-----::-----------------' (hereinafter designated as the "Principal"), a Contract for: DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Cyber Professional Solutions, Corp. , as Principal, (hereinafter designated as the "Contractor''), and American Contractors Indemnity Company -------------'' as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of . Five Hundred Twenty Nine Thousand Two Hundred and 00/100 --:-:----:---:---~:-------:-----:-:-::-:-::-:-:-~-----:-Dollars ($ 529.200.00 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; 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 alter- ation 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, in- curred 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. l' ·~ Revised 3/6/15 Contract No. 4030 Page 35 of 94 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 \\=\h day of -----"N\..:......>..l<o'=-T'f----' 20_l!t_. CONTRACTOR: ( rint name ere) ~re.~~dwrl 1 CJ 'be{ ~ro~,»\o No\ Sohthov'\..S (Title and Organ zation of Signatory) By~ "(Si9fl here) Jo<Ai!J\A \11\ C,tllW\f o S (print ~ame here) Executed by SURETY this _1_1_th ___ day of May 20 16 -~------------' -- SURETY: American Contractors Indemnity Company (name of Surety) 601 S. Figueroa St. 16th Floor, Los Angeles, CA 90017 (address of Surety) 31 0-649-0990 (telephone number of Surety) / Elisabete Salazar (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorn,; / ~~ -----...__ I / / - ( ' #/ ~ ., . I _!At'>~t1~/ (I' / / / ~ ~\ ~'" v't/ (.__::,.../(_...-~-/If.../(...../' _j By: Deputy City Attorney '-' •+" Revised 3/6/15 Contract No. 4030 Page 36 of 94 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of -~-~--=-~--u-'---A-~~=------ On 0 ~ -\ l -l L, pe~onallyappeared~~~~~~O~~~~~~~~~~~~-~~~~~~~~~~~~~~~~~~~~~~~F ~'("() ~ · o pro d to me on the as is of satisfactory evide~ to be the person0;) who name( is are subscribed to the within instrument and acknowledged to me tha\J)i/she/they executed the same i1~ her/their authorized capacityfies.), and that b@her/their signature~) on the instrument the person( :f), or the entity upon behalf of which the person(1) acted, executed the instrument. I certifY under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIVIC A. DESUVO · , · comrnis~ion * i 99406~ .· ~otary Public'~ Califo.rnia i. , ... ·San biego.County . . ~ Comm. Ex ires Nov 1.1 , 2016 (Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT foV\ ~~~description of a che~~­ w ~'(-.r~~-~---···- (Title or description cQttached document continued) Number of Pages ~ Document Date S \\\ \\ l. (Additional information) CAPACITY CLAIMED BY THE SIGNER D Individual (s) )\_ ~orpor~te Officer t ~ . \"N-\\&.M ~~~ (Title) ' G D Partner(s) D Attorney-in-Fact D Trustee(s) D Other CAPA v 12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Am· acknowledgment complr>~ed in Califomia must contain verbiage exactly as appears abol'e in the not an section or a separate ac!a10wledgment fin·m must be properlv completed and attached to that documenl. The onlv exception is if a document is to be recorded outside of Ca/zfi;rnia. In such instances, any alternati1•e acknowledgment verbiage as mm· be printed on such a document so long as the l'erbiage does nor require the no tan· to do something that is illegal for a notm;· in California (i.e. certifi·ing the aurhorizc:d capacity of the signer). Please check the document carefulh'fi;r proper notarial wording and attach this form if'required • State and County information must be the State and County where the document signcr(s) personally appeared before the notary public for acknowledgment. o Date of notarization must be the date that the signcr(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). o Print the namc(s) of document signcr(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. fielshe/#!ey,-is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. •:• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •:• Indicate title or type of attached document, number of pages and date. •:• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO. CFO. Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California On --~~""-"---c--::-~-'-'-'-~,__-before me, _Angel Nunez, Notary Public Date Here Insert Name and Title of the Officer personally appeared -.:E=I~is:..::.a:..::.b:..::.et::.::e_;S::..:a=la=z=a_r _____________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name(~) is/are subscribed to the within instrument and acknowledged to me that We/she/ttif/y executed the same in ljj$/her/tl'lfiir authorized capacityQns), and that by Wf3/her/ffftnjr signature(~) on the instrument the person(l?}. or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature of Notary Public Place Notary Seal Above ----------------------------oPTIONAL---------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: ___________ _ ,:_' Corporate Officer -Title(s): ______ _ ' Partner -limited General :-J Individual !XJ Attorney in Fact Trustee D Guardian or Conservator Other: -----·-·--------------Signer Is Representing: ________ _ Signer's Name: __________ _ 0 Corporate Officer -Title(s): ______ _ [J Partner -[I Limited D General CJ Individual D Attorney in Fact 0 Trustee Guardian or Conservator [J Other: -------------- Signer rs Representing: --------- ,,, 1:11 :1,!11 'i!ll '" AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY /=:;~~~~~~::~oa~~s~~E ~~;~t r~~~~s i~~!~~~~U~U~n~ a' ~~~;c:gof!J~e.ratte!tarr:Q~u:~ specialty Insllf~nc~ ~Gmp:a!ly, ~ exas corporation 11(~A~n 1 1 t~: :1,;~1 constitute and appomt: - Patricia Zenizo, Elisabete Salazar or Pietro Micciche of Los Angeles California ~~~lfs~jl'u~~~ -.ttomey(s)-in-~,~~~~~af~' 1 inllltf~~~l!~1'l~~1ite capacity ifmo~&ID~ ove, with full £!}»'E,r~l1d!l_ti~riti~~·-~~ liereb)E<Jonf~ _ ~ m.=,1ts name, pial~ lr·~, Ills~~ ,dj ,~F e, ~:GI~ell ~pknowledge vero ds, recognizlliiCe$i utid~clakingi; -·-~-.::-:...~~h~nstmments or contraJt~lllfl,l~~~,trt~h~• 1'~~!,l1in~~Ude r~d~rs, _ -s of surety,-Jiio!!dmg tli~~-tJoncl -penalty does not exceed *****Three M1lhon**** Dollars ($ *"'J,OOO,OOO.OO** ). This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards ofDirectors of the Companies: _ Bgj[ Re!<J.~V.§fl,_ thiH!ie President, any Vice-P.xesi<lem, ice-President, any Seer a. 1.· ~~·'1.1'~1Fre. tary shall be and i·s···h.e. Le····b· ~.-... li·c.est·t:·.:cl· .-.. -· ·.kh.. ... full"~ .• _o;~=-~o~~.aE'~aut~~~tQ_2ppoint any one or I!I.'U=JID~e ey(s)-m-Fact to r , l'~lr'1 11if1falf of the Compan]£S.iib.j~c~ th~ol!PWin~~~ ~:; -~~~~~!:e;;w;~:~ay~~ gtven full powefia~~ f~hmd t!YThe na~e of and on beJ , h~ut~~~~cknowledge and ;hv:;;~yand~lThn~ c-- recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary = _ B~!l Rex.dfi.,~th~llli stgnature of any au~~n~~~e~~ftTh~ftH~I ~e~lll' power of attorney o~~ ®ific1l.te'fejJ!ling' -~ · ~= -~~ -·___ ~--:n::~~;~; i~fa~:1~~ii1Jfllill ill]~ liltllll,~~~f~l1 binding upon th~~n~~i~esJ)eeLt2~ ~;~ IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED S:IA~ S:!t.M'ft' II.~II~II~I;?MPANY ''" ,;l'il:'llll,llll l!l!'llii,,!llll' ,<'.... 1,11111! ·.'~11_1·--.., (~~>-/?' 1111/IJJIIII\\\\ =-= .Acfi:€lta~1if P,er officer comple · ~-:;ill\o~l._~ t~~ certificate is only the identity o.Ltl:le illdiv · ess, accuracy, ~t!!! -.-~~0 -Sta.t.eof'Cal1romrlf ~ ~county of Los Angeles SS: On this 1st day of December, 2014, before me, Maria G. Rodriguez-Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Special Insurance Company who proved to me on ;r;i~r~:~~;;&~=;ti a:~i~:~c~;~~es~~;.J = ---~ -=_~ =~~c;;~~:. ~r t!: ~;p.,l .. li,iil.. 1lll~~~!~~~oa:~t:!;~f~;~~l1:~~~~. _ e~rt1f)r~¥iawPENALTY OF PERJU~ ~la~tate of California that11tl~,l, Je ts true and correct. -. ----- WITNESS my hand and official seal. -- OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and _________________________________________________________ whose address is ------------:----------------------------------------------hereinafter called "Contractor" and whose address is --------------------------------------------- ----------------::----------------------------------------------hereiQafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 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 re- quired to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The 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. 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 l'\ • .., Revised 2/29/16 Contract No. 4030 Page 37 of 94 Pages 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: For Contractor: For Escrow Agent Title Fl NANCE 01 RECTOR Name __________________________________ __ Signature-------------------------------- Address 1635 Faraday Avenue. Carlsbad. CA 92008 Title Name __________________________________ __ Signature-------------------------------- Address ---------------------------------- Title Name ------------------------------------ Signature------------------------------- Address ______________________________ ___ At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. {'\ •+' Revised 2/29/16 Contract No. 4030 Page 38 of 94 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name _____________________________ ___ Signature------------------------------- Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name ----------------------------------- Signature------------------------------- Address _____________________________ ___ For Escrow Agent: Title------------------------------- Name -------------------------------- Signature ---------------------------- Address ___________________________ __ {'\ •+' Revised 2/29/16 Contract No. 4030 Page 39 of 94 Pages March 25, 2016 ADDENDUM NO. 1 RE: BID NO. PWS16-88FAC, CONTRACT NO. 4030 ·ci:tY of Carlsbad Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. RHONDA HEATHER Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD DOVE LIBRARY EXTERIOR IMPROVEMENTS CONTRACT NO. 4030 Bid No. PWS16-88FAC Addendum No.1 From: Steve Didier, Project Manager Phone: (760) 994-9485 steven. didier@carlsbadca. gov No. of Pages: 18 (including this page) Date: March 24, 2016 Bid Opening Date: April11, 2016-2:00pm Technical Specifications Exhibit B Dove Library Fireplace and Courtyard Plans: Is hereby amended to include the associated landscape plans. (attached) Exhibit H attached) 015639 fl -temporary tree and plant protection is hereby amended (revision Note: Please note the various plan sheets that indicate "Reference Only." These sheets are from the plans for another project currently underway at the Dove Library and are intended for reference only and to clarify the scope of work related to this bid. Contract No. 6608 PWS15-58TRAN Addendum No. 1 1 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Schmidt Design Group, Inc. SDG Project No.: 15-108 SECTION 015639-TEMPORARY TREE AND PLANT PROTECTION PART 1-GENERAL 1.1 RELATED DOCUMENTS Bid Set-January 28, 2015 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work:, whether temporary or permanent construction. B. Related Requirements: 1. Section 311000 "Site Clearing" for removing existing trees and shrubs. 1.3 DEFINITIONS A. Caliper (DBH): Diameter breast height; diameter of a trunk as measured by a diameter tape or the average of the smallest and largest diameters at a height 54 inches above the ground line. B. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. C. Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. D. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to temporary tree and plant protection including, but not limited to, the following: a. Tree-service firm's personnel, and equipment needed to make progress and avoid delays. b. Arborist's responsibilities. c. Quality-control program. d. Coordination of Work and equipment movement with the locations of protection zones. e. Trenching by hand or with air spade within protection zones. f. Field quality control. TEMPORARY TREE AND PLANT PROTECTION 015639-1 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Schmidt Design Group, Inc. SDG Project No.: 15-108 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Bid Set-January 28, 2015 1. Include plans, elevations, sections, and locations of protection-zone fencing and signage, showing relation of equipment-movement routes and material storage locations with protection zones. 2. Detail fabrication and assembly of protection-zone fencing and signage. 3. Indicate extent of trenching by hand or with air spade within protection zones. C. Samples: For each type of the following: 1. Organic Mulch: 1-pint volume of organic mulch; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. 2. Protection-Zone Fencing: Assembled Samples of manufacturer's standard size made from full-size components. 3. Protection-Zone Signage: Full-size Samples of each size and text, ready for installation. D. Tree Pruning Schedule: Written schedule detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. 1. Species and size of tree. 2. Location on site plan. Include unique identifier for each. 3. Reason for pruning. 4. Description of pruning to be performed. 5. Description of maintenance following pruning. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For arborist and tree service firm. B. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. C. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. D. Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities. 1. Use sufficiently detailed photographs or video recordings. 2. Include plans and notations to indicate specific wounds and damage conditions of each tree or other plants designated to remain. E. Quality-control program. TEMPORARY TREE AND PLANT PROTECTION 015639-2 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Schmidt Design Group, Inc. SDG Project No.: 15-l 08 Bid Set-January 28, 2015 1.7 QUALITY ASSURANCE A. Arborist Qualifications: Certified Arborist as certified by ISA. B. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed temporary tree and plant protection work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of the Work. C. Quality-Control Program: Prepare a written program to systematically demonstrate the ability of personnel to properly follow procedures and handle materials and equipment during the Work without damaging trees and plantings. Include dimensioned diagrams for placement of protection zone fencing and signage, the arborist's and tree-service firm's responsibilities, instructions given to workers on the use and care of protection zones, and enforcement of requirements for protection zones. 1.8 FIELD CONDITIONS A. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Moving or parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART 2-PRODUCTS 2.1 A. B. MATERIALS Backfill Soil: Planting soil of suitable moisture content and granular texture for placing around tree; free of stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. 1. Planting Soil: Planting soil per plans and as specified in Section 329115 "Soil Preparation (Performance Specification)." Organic Mulch: Free from deleterious materials and suitable as a top dressing for trees and shrubs, consisting of one of the following: 1. Type: Ground or shredded bark, MB Organics -Carlsbad Stump Mulch or approved equal TEMPORARY TREE AND PLANT PROTECTION 015639-3 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2015 2. Size Range: 3 inches maximum, 1/2 inch minimum. 3. Color: Natural. C. Protection-Zone Fencing: Fencing fixed in position and meeting the following requirements: Previously used materials may be used when approved by Architect. 1. Plastic Protection-Zone Fencing: Plastic construction fencing constructed of high-density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and weighing a minimum of 0.4 lb/ft.; remaining flexible from minus 60 to plus 200 deg F; inert to most chemicals and acids; minimum tensile yield strength of 2000 psi and ultimate tensile strength of 2680 psi; secured with plastic bands or galvanized-steel or stainless-steel wire ties; and supported by tubular or T-shape galvanized-steel posts spaced not more than 96 inches apart. a. Height: 48 inches. b. Color: High-visibility orange, nonfading. PART 3-EXECUTION 3.1 A. B. 3.2 A. B. c. EXAMINATION Erosion and Sedimentation Control: Examine the site to verify that temporary erosion-and sedimentation-control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. Prepare written report, endorsed by arborist, listing conditions detrimental to tree and plant protection. PREPARATION Locate and clearly identify trees, shrubs, and other vegetation to remain. Flag each tree trunk at 54 inches above the ground. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. Tree-Protection Zones: Mulch areas inside tree-protection zones and other areas indicated. Do not exceed indicated thickness of mulch. 1. Apply 3-inch uniform thickness of organic mulch unless otherwise indicated. Do not place mulch within 6 inches of tree trunks. 3.3 PROTECTION ZONES A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people and animals from easily entering protected areas except by entrance TEMPORARY TREE AND PLANT PROTECTION 015639-4 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Schmidt Design Group, Inc. SDG Project No.: 15-108 Bid Set-January 28, 2015 3.4 3.5 B. c. A. B. C. A. gates. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other vehicular circulation. Maintain protection zones free of weeds and trash. Maintain protection-zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. 1. Temporary access is permitted subject to preapproval in writing by arborist if a root buffer effective against soil compaction is constructed as directed by arborist. Maintain root buffer so long as access is permitted. EXCAVATION Trenching within Protection Zones: Where utility trenches are required within protection zones, excavate under or around tree roots by hand or with air spade, or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities less than 2" in diameter. Cut roots as required for root pruning. If excavating by hand, use narrow-tine spading forks to comb soil and expose roots. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction and as required for root pruning. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. ROOT PRUNING Prune tree roots that are affected by temporary and permanent construction. Prune roots as follows: 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2. Cut Ends: Do not paint cut root ends. 3. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 4. Cover exposed roots with burlap and water regularly. 5. Backfill as soon as possible. B. Root Pruning at Edge of Protection Zone: Prune tree roots 12 inches inside of the protection zone by cleanly cutting all roots to the depth of the required excavation. TEMPORARY TREE AND PLANT PROTECTION 015639-5 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courlyard Renovations Schmidt Design Group, Inc. SDG Project No.: 15-108 Bid Set-January 28,2015 3.6 3.7 3.8 C. Root Pruning within Protection Zone: Clear and excavate by hand or with air spade to the depth of the required excavation to minimize damage to tree root systems. If excavating by hand, use narrow-tine spading forks to comb soil to expose roots. Cleanly cut roots as close to excavation as possible. A. B. c. D. E. F. A. B. C. D. A. CROWN PRUNING Prune branches that are affected by temporary and permanent construction. Prune branches as directed by arborist and only after receiving written approval from the Owner's Representative. 1. Prune to remove only broken, dying, or dead branches unless otherwise indicated. Do not prune for shape unless otherwise indicated. 2. Do not remove or reduce living branches to compensate for root loss caused by damaging or cutting root system. 3. Pruning Standards: Prune trees according to ANSI A300 (Part 1). Unless otherwise directed by arborist and acceptable to Architect, do not cut tree leaders. Cut branches with sharp pruning instruments; do not break or chop. Do not paint or apply sealants to wounds. Provide subsequent maintenance pruning during Contract period as recommended by arborist. Chip removed branches and dispose of off-site. REGRADING Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. Lowering Grade within Protection Zone: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist unless otherwise indicated. 1. Root Pruning: Prune tree roots exposed by lowering the grade. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots as required for root pruning. Raising Grady: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. Minor Fill within Protection Zone: Where existing grade is 2 inches or less below elevation of finish grade, fill with backfill soil. Place backfill soil in a single uncompacted layer and hand grade to required finish elevations. FIELD QUALITY CONTROL Inspections: Engage a qualified arborist to direct plant-protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. TEMPORARY TREE AND PLANT PROTECTION 015639-6 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2015 3.9 A. REPAIR AND REPLACEMENT General: Repair or replace trees, shrubs, and other vegetation indicated to remain or to be relocated that are damaged by construction operations, in a manner approved by Architect. 1. Submit details of proposed pruning and repairs. 2. Perform repairs of damaged trunks, branches, and roots within 24 hours according to arborist's written instructions. 3. Replace trees and other plants that cannot be repaired and restored to full-growth status, as determined by Architect. B. Trees: Remove and replace trees indicated to remain that are more than 66 percent dead or in an unhealthy condition before the end of the corrections period or are damaged during construction operations that Architect determines are incapable of restoring to normal growth pattern. C. D. E. 1. Large Trees: Provide one new tree of -72" box size minimum for each tree being replaced. Landscape Architect shall approve replacement specimen tree prior to purchase and installation. a. Species: As selected by Architect. 2. Plant and maintain new trees as specified in Section 329300 "Plants." Excess Mulch: Rake mulched area within protection zones, being careful not to injure roots. Rake to loosen and remove mulch that exceeds a 3-inch uniform thickness to remain. Soil Aeration: Where directed by Architect, aerate surface soil compacted during construction. Aerate 10 feet beyond drip line and no closer than 36 inches to tree trunk. Dri112-inch-diameter holes a minimum of 12 inches deep at 24 inches o.c. Backfill holes with an equal mix of augered soil and sand. 3.10 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove excess excavated material, displaced trees, trash, and debris and legally dispose of them off Owner's property. END OF SECTION 015639 TEMPORARY TREE AND PLANT PROTECTION 015639-7 IRRIGATION NOTES: 1. CONTRACTOR SHALL VERIFY WATER PRESSURE ON SITE AT THE EXISTING IRRIGATION WATER METER PRIOR TO CONSTRUCTION AND DESIGN A FULLY OPERABLE AND FUNCTIONING SYSTEM UNDER THE FLOW AND PSI READINGS IDENTIFIED ONSITE AND AS REQUIRED BY SPECIFIED COMPONENTS NOTED WITHIN THE IRRIGATION LEGEND. 2. LOCATE ALL PIPING, VALVES, BACKFLOW PREVENTERS, AND OTHER IRRIGATION EQUIPMENT WITHIN PLANTING AREAS UNLESS NOTED OR DIRECTED OTHERWISE. LOCATE ALL VALVES AND VALVE BOXES SIX INCHES FROM EDGE OF PAVING OR CURB. 3. EXISTING UTILITIES AND FIELD CONDITIONS: PRIOR TO EXCAVATION, LOCATE ALL CABLES, CONDUITS, AND UNDERGROUND UTILITIES. CONTRACTOR SHALL BE RESPONSIBLE FOR AN UNDERGROUND UTILITY SERVICE TO LOCATE AND MARK EXISTING UTILITIES FOUND WITHIN PROJECT LIMITS. CONTRACTOR WILL TAKE PROPER PRECAUTIONS NOT TO DAMAGE OR DISTURB SUCH UNDERGROUND IMPROVEMENTS. NOTIFY THE OWNERS REPRESENTATIVE IMMEDIATELY IF A CONFLICT EXISTS BETWEEN SUCH OBSTACLES AND THE PROPOSED WORK. PROCEED IN SAME MANNER IF ROCK LAYERS OR ANY OTHER CONDITIONS ENCOUNTERED UNDERGROUND MAKE CHANGES ADVISABLE. 4. ALL PIPING AND WIRING UNDER ROADWAYS AND PAVING AND THROUGH WALLS SHALL BE SLEEVED AS DETAILED. 5. USE TwO WRAPS OF THREE-QUARTER INCH (3/4") TEFLON TAPE FOR ALL THREADED VALVE CONNECTIONS. 6. AUTOMATIC IRRIGATION CONTROLLER IS EXISTING. CONTRACTOR SHALL LOCATE AND REVIEW FUNCTIONALITY AND EXISTING SYSTEM OPERATION PRIOR TO CONSTRUCTION. 7. ADJUST ALL SPRINKLERS TO AVOID OVER SPRAY ONTO WALLS, WALKS, STREETS, UTILITY BOXES, BUILDINGS AND OTHER IMPROVEMENTS. 8. CONTRACTOR SHALL INSTALL IN-LINE ANTI-DRAIN VALVES AS WARRANTED BY SITE CONDITIONS TO ALLEVIATE LOW HEAD DRAINAGE. 1 LEGEND: G) IMPORTED TOPSOIL OR AMMENDED NATIVE SOIL ® FINISHED GRADE @ NATIVESOILFREEOFROCKSAND DEBRIS 3" OR GREATER G) TRENCH MARKER @ SAND BEDDING MATERIAL @ IRRIGATION MAINLINE G) DIRECT BURIAL CONTROL WIRES @ IRRIGATION LATERAL LINE @ IN LINE DRIP TUBING NOTES: 1. TRENCH MARKER SHALL BE A 3" WIDE CONTINUOUS METALLIC PLASTIC STRIP ABOVE THE MAINLINE AND DIRECT BURIAL CONTROL WIRES. 2. ALL PIPE AND CONTROL WIRE UNDER PAVEMENT SHALL BE INSTALLED IN A P.V.C. SLEEVE PER THE IRRIGATION SPECIFICATIONS. 3. BACKFILL MATERIAL SHALL BE COMPACTED TO A RELATIVE COMPACTION OF 90% MIN. MAINLINE/DIRECT BURIAL CONTROLWIRE NO SCALE DIMENSION-PED. A B c 2" -12" SIZE 30" 24" 24" DIM-VEHICULAR 2 -12" SIZE 36" 30" 30" D 6" 6" G) PAVING PER PLAN 0 FINISHED GRADE 0 CLEAN COMPACTED BACKFILL G) MARKING STRIP 0 SAND BEDDING MATERIAL ® IRRIGATION MAINLINE PER PLAN (j) DIRECT BURIAL CONTROL WIRES 0 LATERAL LINES PER PLAN ® UNDISTURBED SOIL @) SCH. 40 PVC SLEEVE 2x PIPE SIZE DIAMETER MIN. (EXTEND 12" MIN. BEYOND PAVING) NOTE: 1. ALL PIPE AND CONTROL WIRE UNDER PAVEMENT SHALL BE INSTALLED IN A P.V.C. SLEEVE, 2X THE DIA. OF PIPE OR BUNDLE MIN. 2. BACKFILL MATERIAL SHALL BE COMPACTED PER SOILS REPORT. 3. PRESSURE MAINLINE SHALL BE INSTALLED ON A 6" SAND BED AND COVERED BY 6" OF SAND PRIOR TO ANY OTHER BACKFILL MATERIAL. 9. THE CONTRACTOR SHALL NOT WILLFULLY INSTALL THE SPRINKLER I DRIP SYSTEM AS SHOWN ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT OBSTRUCTIONS, GRADE DIFFERENCES OR DIFFERENCES IN THE AREA DIMENSIONS. SUCH OBSTRUCTIONS OR DIFFERENCES SHALL BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT. IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY REVISIONS NECESSARY. 10. THE CONTRACTOR SHALL KEEP AN UP-TO-DATE COMPLETE "AS-BUlL T'' RECORD SET OF PRINTS WHICH SHALL BE UPDATED DAILY AND SUPPLIED TO THE OWNER UPON SUBSTANTIAL CONFORMANCE REVIEW AND TURNOVER TO THE OWNERS REPRESENTATIVE. 11. ALL CONTROL VALVES SHALL BE MANIFOLDED AND GROUPED IN ONE AREA. VALVES SHALL BE SET AT RIGHT ANGLES TO EDGES. INSTALL VALVES BOXES 6" FROM EDGES OF HARDSCAPE AREAS. 12. CONTRACTOR SHALL REMOVE AND DISCARD DAILY, ALL PIPING DISTURBED DURING TRENCHING OPERATION. 13. CONTRACTOR SHALL REVIEW SITE CONDITIONS AND IRRIGATION PLANS PRIOR TO BEGINNING WORK. CONTRACTOR WILL DOCUMENT AND PROVIDE ANY CHANGES TO THE OWNER FOR REVIEW. 14. CONTRACTOR SHALL HEAT BRAND ALL PURPLE PLASTIC VALVES BOXES WITH THE FOLLOWING LABELS. ALL LETTERS SHALL BE ONE INCH (1") HIGH. LETTERING ON VALVE BOX LIDS SHALL BE PLACED ON THE SAME LOCATION ON EACH VALVE BOX LID, AND ALL LABELING SHALL FACE THE SAME DIRECTION. -REMOTE CONTROL VALVE "RCV'' -QUICK COUPLER VALVE BOXES SHALL BE LABELED "QVC" -BALL VALVE BOXES "BV" 15. ALL BOLTS, NUTS, AND WASHERS REQUIRED FOR LOCKING VALVE BOX LIDS SHALL BE STAINLESS STEEL. 16. CONTRACTOR SHALL CONTACT CITY OF CARLSBAD INSPECTOR PRIOR TO ANY TRENCHING OPERATIONS. 17. ALL AREAS TO RECEIVE INLINE DRIP IRRIGATION SHALL UTILIZE EXISTING MAINLINE AND ROUTING LATERALS AS REQUIRED UNLESS OTHERWISE IDENTIFIED AS NEW.. NON-FUNCTIONAL AND OR DAMAGED STATIONS SHALL BE REPAIRED OR REPLACED TO ACHIEVE FULLY OPERATIONAL SYSTEM AT CONTRACTORS EXPENSE. IJ Cl 0 [J 0 [] IJ MAIN LIBRARY ENTRY 2---------® SLEEVING UNDER PAVEMENT NO SCALE AREA MAP/ SHEET LOCATION SCALE: 1" 40'-0" IRRIGATION SCHEDULE --------- Ill ---- --........... --...,.. ....... -=-----""""'- MANUFACTURER/MODEL RAIN BIRD 1812-SAM-PRS-NP 8 SERIES MPR RAIN BIRD 1812-SAM-PRS-NP 8 SERIES MPR MANUFACTURER/MODEL/DESCRIPTION RAIN BIRD XCZ-LF-100-PRF LOW FLOW DRIP CONTROL KIT, 1" LOW FLOW VALVE, 3/4" PRESSURE REGULATING RBY FILTER, AND 30PSI PRESSURE REGULATOR 0.2GPM-5GPM. (WITH PURPLE VALVE FOR RW USE) TORO T-FCH-H-FIPT FLUSH VALVE, PLUMBED TO FLUSH MANIFOLD 180 30 0.52 8' 90 30 0.26 8' AT LOW POINT. (LOCATE (1) PER VALVE I ZONE@ LOW POINT OF SYSTEM) TORO T-YD-500-34 1/2" AIR VENT-MIPT AIR RELEASE AND VACUUM RELIEF VALVE. (LOCATE (1) PER VALVE/ZONE@ HIGH POINT OF SYSTEM) AREA TO RECEIVE DRIPLINE @PLANTED POTS ONLY TORO T-MCRG-206 (WITH PURPLE MARKINGS FOR RW USE) DL2000 100' ROLL, 1/4" NON-PRESSURE-COMPENSATING.MICROLINE DRIPLINE WITH ROOTGUARD, 6" EMITTER SPACING, 0.50 GPH. (PROVIDE DOUBLE COIL@ EA. POT~ 2xGPH) AREA TO RECEIVE DRIPLINE TORO RGP-412-E (12) SUB-SURFACE PRESSURE COMPENSATING LANDSCAPE DRIPLINE WITH ROOTGUARD TECHNOLOGY. 1.0GPH EMITTERS AT 12.0" O.C. DRIPLINE LATERALS SPACED AT 12.0" APART, WITH EMITTERS OFFSET FOR TRIANGULAR PATTERN. PURPLE TUBING FOR EFFLUENT WATER OPTION. MANUFACTURER/MODEL/DESCRIPTION EXISTING WEATHERMATIC REMOTE CONTROL VALVE CONTRACTOR TO PROTECT IN PLACE UNLESS OTHERWISE INDICATED ON PLANS, CONTRACTOR TO REVIEW CURRENT AS-BUILTS FOR GENERAL LOCATION, SIZE, & OPERATING FLOW RAIN BIRD TBOS2-CM1 AND TBOS2-FTUS (2) 1 STATION BATTERY OPERATED CONTROLLER, WITH FIELD TRANSMITTER, COMMERCIAL GRADE IRRIGATION LATERAL LINE: PVC CLASS 200 SDF(PURPLE PIPE FOR RWUSE) PVC CLASS 200 IRRIGATION PIPE. IRRIGATION LATERAL LINE: 1/2"-HOPE PE3608 SIDR 15 (100PSI)@ COLUMNS ONLY IRRIGATION LATERAL LINE@ BLDG SOFFIT ONLY: 1"-HOPE PE4710 DR11 (200PSI) HIGH-DENSITY POLYETHYLENE IRRIGATION PIPE, HEAT FUSION INSTALLATION AS PER MANUFACTURER'S RECOMMENDATION. PIPE SLEEVE: PVC SCHEDULE 40 TYPICAL PIPE SLEEVE FOR IRRIGATION PIPE. PIPE SLEEVE SIZE SHALL ALLOW FOR IRRIGATION PIPING AND THEIR RELATED COUPLINGS TO EASILY SLIDE THROUGH SLEEVING MATERIAL. EXTEND SLEEVES 18 INCHES BEYOND EDGES OF PAVING OR CONSTRUCTION. Valve Collo:ut [13 Valva Number ~c----vo,. "'" Valve Size: * POC TO EXISTING MAINLINE OR LATERAL (SEE PLANS FOR LOCATION) PIPING NOTE: ALL PIPE TO BE PURPLE IN COLOR OR LABELED AS SUCH FOR RECYCLED USE. CONTRACTOR REPAIR I REPLACE NOTE: 9/ Ll-2.0 _L 51 Ll-2.0 & 21 Ll-2.1 6/LI-2.0 7 I Ll-2.0 1,2,3, &4/ Ll-2.0 8/ Ll-2.0 DETAIL N/A PER MANU F. 1/ Ll-1.0 1,2,&3/ Ll-2.0 1,2,&3 I Ll-2.0 2/ Ll-1.0 LANDSCAPE SHEET LEGEND: UNLESS OTHERWlSE NOTED, IT IS THE RESPONSIBILITY OF THE LANDSCAPE DEMOLITION LEGEND, NOTES, & PLAN-SHEET LD-1.0 CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED LANDSCAPE CONSTRUCTION & PLANTING LEGEND, NOTES, & PLANS-SHEETS L-1.0 THRU L-1.1 IRRIGATION I PLANT MATERIAL WHICH IS TO BE BE PROTECTED LANDSCAPE CONSTRUCTION & PLANTING DETAILS-SHEET L-2.0 IN PLACE DURING THE CONSTRUCTION PROCESS. LANDSCAPE CONSTRUCTION & PLANTING SPECIFICATIONS-SHEET L-3.0 THRU L-3.1 REPLACEMENT WlLL REQUIRE EXACT MATCH OF DAMAGED LAINDSCAPE IRRIGATION LEGEND, NOTES, & PLANS-SHEET Ll-1.0 THRU Ll-1.1 COMPONENT I PLANT MATERIAL OR EQUAL TO BE APPROVED LANDSCAPE IRRIGATION DETAILS-SHEET Ll-2.0 BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALLATION. LANDSCAPE IRRIGATION SPECIFICATIONS-SHEETS Ll-3.0 THRU Ll-3.1 GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650•871'0709 SCHMIDT DESIGN GROUP, INC. ••• • ••• SALANCIN1~ ADRE~\SJ~CWEI~~RESSION ENVIRONMENTAL SENSITIVITY 1111 Sixth Avenue, Suite soo, San Diego, CA92101 telephone {619}236-1462 facsimile{619}236-8792 www.schmidtdesign.com Lit.CA2138, NV:;ng, AL34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT D. REG. PROJECT: FILE: ISSUE BID DOVE LIBRARY 15-108 DATE 01/29/2016 SHEET TITLE AND NO. LANDSCAPE IRRIGATION LEGEND AND NOTES Ll-1. 0 IRRIGATION NOTES: 1. CONTRACTOR SHALL VERIFY WATER PRESSURE ON SITE AT THE EXISTING IRRIGATION WATER METER PRIOR TO CONSTRUCTION AND DESIGN A FULLY OPERABLE AND FUNCTIONING SYSTEM UNDER THE FLOW AND PSI READINGS IDENTIFIED ONSITE AND AS REQUIRED BY SPECIFIED COMPONENTS NOTED WITHIN THE IRRIGATION LEGEND. 2. LOCATE ALL PIPING, VALVES, BACKFLOW PREVENTERS, AND OTHER IRRIGATION EQUIPMENT WITHIN PLANTING AREAS UNLESS NOTED OR DIRECTED OTHERWISE. LOCATE ALL VALVES AND VALVE BOXES SIX INCHES FROM EDGE OF PAVING OR CURB. 3. EXISTING UTILITIES AND FIELD CONDITIONS: PRIOR TO EXCAVATION, LOCATE ALL CABLES, CONDUITS, AND UNDERGROUND UTILITIES. CONTRACTOR SHALL BE RESPONSIBLE FOR AN UNDERGROUND UTILITY SERVICE TO LOCATE AND MARK EXISTING UTILITIES FOUND WITHIN PROJECT LIMITS. CONTRACTOR WILL TAKE PROPER PRECAUTIONS NOT TO DAMAGE OR DISTURB SUCH UNDERGROUND IMPROVEMENTS. NOTIFY THE OWNERS REPRESENTATIVE IMMEDIATELY IF A CONFLICT EXISTS BETWEEN SUCH OBSTACLES AND THE PROPOSED WORK. PROCEED IN SAME MANNER IF ROCK LAYERS OR ANY OTHER CONDITIONS ENCOUNTERED UNDERGROUND MAKE CHANGES ADVISABLE. 4. ALL PIPING AND WIRING UNDER ROADWAYS AND PAVING AND THROUGH WALLS SHALL BE SLEEVED AS DETAILED. 5. USE IWO WRAPS OF THREE-QUARTER INCH (3/4") TEFLON TAPE FOR ALL THREADED VALVE CONNECTIONS. 6. AUTOMATIC IRRIGATION CONTROLLER IS EXISTING. CONTRACTOR SHALL LOCATE AND REVIEW FUNCTIONALITY AND EXISTING SYSTEM OPERATION PRIOR TO CONSTRUCTION. 7. ADJUST ALL SPRINKLERS TO AVOID OVER SPRAY ONTO WALLS, WALKS, STREETS, UTILITY BOXES, BUILDINGS AND OTHER IMPROVEMENTS. 8. CONTRACTOR SHALL INSTALL IN-LINE ANTI-DRAIN VALVES AS WARRANTED BY SITE CONDITIONS TO ALLEVIATE LOW HEAD DRAINAGE. 1 LEGEND:. G) IMPORTED TOPSOIL DR AMMENDED NATIVE SOIL ® FINISHED GRADE G) NATIVE SOIL FREE OF ROCKS AND DEBRIS 3" OR GREATER @ TRENCH MARKER @ SAND BEDDING MATERIAL @ IRRIGATION MAINLINE G) DIRECT BURIAL CONTROL WIRES @ IRRIGATION LATERAL LINE @ IN LINE DRIP TUBING NOTES: 1. TRENCH MARKER SHALL BE A 3" WIDE CONTINUOUS METALLIC PLASTIC STRIP ABOVE THE MAINLINE AND DIRECT BURIAL CONTROL WIRES. 2. ALL PIPE AND CONTROL WIRE UNDER PAVEMENT SHALL BE INSTALLED IN A P.V.C. SLEEVE PER THE IRRIGATION SPECIFICATIONS. 3. BACKFILL MATERIAL SHALL BE COMPACTED TO A RELATIVE COMPACTION OF 9D% MIN. MAINLINE/DIRECT BURIAL CONTROLWIRE NO SCALE DIMENSION-PED. A B c 2" -12" SIZE 30" 24" 24" DIM-VEHICULAR 2 -12" SIZE 36" 30" 30" D 6" 6" G) PAVING PER PLAN @ FINISHED GRADE G) CLEAN COMPACTED BACKFILL G) MARKING STRIP ® SAND BEDDING MATERIAL @ IRRIGATION MAINLINE PER PLAN (j) DIRECT BURIAL CONTROL WIRES @ LATERAL LINES PER PLAN 0) UNDISTURBED SOIL @) SCH. 40 PVC SLEEVE 2x PIPE SIZE DIAMETER MIN. (EXTEND 12" MIN. BEYOND PAVING) NOTE: 1. ALL PIPE AND CONTROL WIRE UNDER PAVEMENT SHALL BE INSTALLED IN A P.V.C. SLEEVE, 2X THE DIA. OF PIPE OR BUNDLE MIN. 2. BACKFILL MATERIAL SHALL BE COMPACTED PER SOILS REPORT. 3. PRESSURE MAINLINE SHALL BE INSTALLED ON A 6" SAND BED AND COVERED BY 6" OF SAND PRIOR TO ANY OTHER BACKFILL MATERIAL. 9. THE CONTRACTOR SHALL NOT WILLFULLY INSTALL THE SPRINKLER I DRIP SYSTEM AS SHOWN ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT OBSTRUCTIONS, GRADE DIFFERENCES OR DIFFERENCES IN THE AREA DIMENSIONS. SUCH OBSTRUCTIONS OR DIFFERENCES SHALL BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT. IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY REVISIONS NECESSARY. 10. THE CONTRACTOR SHALL KEEP AN UP-TO-DATE COMPLETE "AS-BUILT'' RECORD SET OF PRINTS WHICH SHALL BE UPDATED DAILY AND SUPPLIED TO THE OWNER UPON SUBSTANTIAL CONFORMANCE REVIEW AND TURNOVER TO THE OWNERS REPRESENTATIVE. 11. ALL CONTROL VALVES SHALL BE MANIFOLDED AND GROUPED IN ONE AREA. VALVES SHALL BE SET AT RIGHT ANGLES TO EDGES. INSTALL VALVES BOXES 6" FROM EDGES OF HARDSCAPE AREAS. 12. CONTRACTOR SHALL REMOVE AND DISCARD DAILY, ALL PIPING DISTURBED DURING TRENCHING OPERATION. 13. CONTRACTOR SHALL REVIEW SITE CONDITIONS AND IRRIGATION PLANS PRIOR TO BEGINNING WORK. CONTRACTOR WILL DOCUMENT AND PROVIDE ANY CHANGES TO THE OWNER FOR REVIEW 14. CONTRACTOR SHALL HEAT BRAND ALL PURPLE PLASTIC VALVES BOXES WITH THE FOLLOWING LABELS. ALL LETTERS SHALL BE ONE INCH (1") HIGH. LETTERING ON VALVE BOX LIDS SHALL BE PLACED ON THE SAME LOCATION ON EACH VALVE BOX LID, AND ALL LABELING SHALL FACE THE SAME DIRECTION. -REMOTE CONTROL VALVE "RCV" -QUICK COUPLER VALVE BOXES SHALL BE LABELED "QVC" -BALL VALVE BOXES "BV" 15. ALL BOLTS, NUTS, AND WASHERS REQUIRED FOR LOCKING VALVE BOX LIDS SHALL BE STAINLESS STEEL. 16. CONTRACTOR SHALL CONTACT CITY OF CARLSBAD INSPECTOR PRIOR TO ANY TRENCHING OPERATIONS. . 17. ALL AREAS TO RECEIVE INLINE DRIP IRRIGATION SHALL UTILIZE EXISTING MAINLINE AND ROUTING LATERALS AS REQUIRED UNLESS OTHERWISE IDENTIFIED AS NEW. NON-FUNCTIONAL AND OR DAMAGED STATIONS SHALL BE REPAIRED OR REPLACED TO ACHIEVE FULLY OPERATIONAL SYSTEM AT CONTRACTORS EXPENSE. 0 Cl !J [J MAIN LIBRARY ENTRY ® SLEEVING UNDER PAVEMENT 2r---~~-----------NO SCALE AREA MAP/ SHEET LOCATION SCALE: 1" -40'-0" IRRIGATION SCHEDULE ----- ==>== ...... """'""""""""-== ...... -===-"""""' MANUFACTURER/MODEL RAIN BIRD 1812-SAM-PRS-NP 8 SERIES MPR RAIN BIRD 1812-SAM-PRS-NP 8 SERIES MPR MANUFACTURER/MODEL/DESCRIPTION RAIN BIRD XCZ-LF-100-PRF LOW FLOW DRIP CONTROL KIT, 1" LOW FLOW VALVE, 3/4" PRESSURE REGULATING RBY FILTER, AND 30PSI PRESSURE REGULATOR. 0.2GPM-5GPM. (WITH PURPLE VALVE FOR RW USE) TORO T-FCH-H-FIPT FLUSH VALVE, PLUMBED TO FLUSH MANIFOLD 180 30 0.52 8' 90 30 0.26 8' AT LOWPOINT. (LOCATE (1) PER VALVE/ZONE@ LOWPOINT OF SYSTEM) TORO T-YD-500-34 112" AIR VENT-MIPT AIR RELEASE AND VACUUM RELIEF VALVE. (LOCATE (1) PER VALVE I ZONE@ HIGH POINT OF SYSTEM) AREA TO RECEIVE DRIPLINE@ PLANTED POTS ONLY TORO T-MCRG-206 (WITH PURPLE MARKINGS FOR RW USE) DL2000 1 00" ROLL, 1/4" NON-PRESSURE-COMPENSATING.MICROLINE DRIPLINE WITH ROOTGUARD, 6" EMITTER SPACING, 0.50 GPH. (PROVIDE DOUBLE COIL@ EA. POT= 2xGPH) AREA TO RECEIVE DRIPLINE TORO RGP-412-E (12) SUB-SURFACE PRESSURE COMPENSATING LANDSCAPE DRIPLINE WITH ROOTGUARD TECHNOLOGY. 1.0GPH EMITTERS AT 12.0" O.C. DRIPLINE LATERALS SPACED.AT 12.0" APART, WITH EMITTERS OFFSET FOR TRIANGULAR PATTERN. PURPLE TUBING FOR EFFLUENT WATER OPTION. MANUFACTURER/MODEL/DESCRIPTION EXISTINGWEATHERMATIC REMOTE CONTROL VALVE CONTRACTOR TO PROTECT IN PLACE UNLESS OTHERWISE INDICATED ON PLANS, CONTRACTOR TO REVIEW CURRENT AS-BUILTS FOR GENERAL LOCATION, SIZE, & OPERATING FLOW RAIN BIRD TBOS2-CM1 AND TBOS2-FTUS (2) 1 STATION BATTERY OPERATED CONTROLLER, WITH FIELD TRANSMITTER, COMMERCIAL GRADE IRRIGATION LATERAL LINE: PVC CLASS 200 SDF(PURPLE PIPE FOR RWUSE) PVC CLASS 200 IRRIGATION PIPE. IRRIGATION LATERAL LINE: 1/2"-HOPE PE3608 SIDR 15 (100PSI)@ COLUMNS ONLY IRRIGATION LATERAL LINE@ BLDG SOFFIT ONLY: 1"-HOPE PE4710 DR11 (200PSI) HIGH-DENSITY POLYETHYLENE IRRIGATION PIPE, HEAT FUSION INSTALLATION AS PER MANUFACTURER'S RECOMMENDATION. PIPE SLEEVE: PVC SCHEDULE 40 TYPICAL PIPE SLEEVE FOR IRRIGATION PIPE. PIPE SLEEVE SIZE SHALL ALLOW FOR IRRIGATION PIPING AND THEIR RELATED COUPLINGS TO EASILY SLIDE THROUGH SLEEVING MATERIAL. EXTEND SLEEVES 18 INCHES BEYOND EDGES OF PAVING OR CONSTRUCTION. Valve CGI!out ct::=) Volvu Numbl!ll"" l.!il!:Jf----Volw Aow -ValYeSize * POC TO EXISTING MAINLINE OR LATERAL (SEE PLANS FOR LOCATION) PIPING NOTE: ALL PIPE TO BE PURPLE IN COLOR OR LABELED AS SUCH FOR RECYCLED USE. CONTRACTOR REPAIR I REPLACE NOTIE: 9 I Ll-2.0 _L 51 Ll-2.0 & 2 I Ll-2.1 6/LI-2.0 7/LI-2.0 1,2,3, &4/ Ll-2.0 8/LI-2.0 DETAIL N/A PER MANU F. 1 I Ll-1.0 1,2,&3/ Ll-2.0 1,2,&3 I Ll-2.0 2/ Ll-1.0 LANDSCAPE SHEET LEGEND: UNLESS OTHERWISE NOTED. IT IS THE RESPONSIBILITY OF THE LANDSCAPE DEMOLITION LEGEND. NOTES, & PLAN-SHEET LD-1.0 CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED LANDSCAPE CONSTRUCTION & PLANTING LEGEND, NOTES, & PLANS-SHEETS L-1.D THRU L-1.1 IRRIGATION I PLANT MATERIAL WHICH IS TO BE BE PROTECTED LANDSCAPE CONSTRUCTION & PLANTING DETAJLS-SHEET L-2.0 IN PLACE DURING THE CONSTRUCTION PROCESS. LANDSCAPE CONSTRUCTION & PLANTING SPECIFICATIONS-SHEET L-3.0 THRU L-3.1 REPLACEMENT WILL REQUIRE EXACT MATCH OF DAMAGED LANDSCAPE IRRIGATION LEGEND, NOTES, & PLANS-SHEET LI-1.D THRU Ll-1.1 COMPONENT I PLANT MATERIAL OR EQUAL TO BE APPROVED LANDSCAJPE IRRIGATION DETAILS-SHEET Ll-2.0 BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALLATION. LANDSCAPE IRRIGATION SPECIFICATIONS-SHEETS Ll-3.0 THRU Ll-3.1 GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650•871"0709 SCHMIDT DESIGN GROUP, INC. ••• ,. ••• BALANCINI~ ADRETs?J~CWEI~~RESSION ENVIRONMENTAL SENSITIVITY 1111 Sixth Avenue, Suite 500, San Diego, CA92101 telephone {619}236-146:2 facsimile{619}236-8792 www.schmidtdesign.com LiC.CA2138, NV219, AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT 0\REG. PROJECT: FILE: ISSUE BID DOVE LIBRARY 15-108 DATE 01/29/2016 SHEET TITLE AND NO. LANDSCAPE IRRIGATION LEGEND AND NOTES Ll-1. 0 LIMIT OF WORK DEMOLITION LEGEND ~ S~L :::::::RUB EXISTING SHRUBS, MULCH, AND . ~ L!...J EXTRANEOUS MATERIALS WHERE INDICATED PREPARE EXISTING GRANITE BENCH TOP FOR INSTALLATION OF WOODEN BENCH TOP. (SEE ARCHITECTURE PLANS) EXISTING PAVERS TO REMAIN UNLESS OTHERWISE INDICATED-CONTRACTOR SHALL PROTECT IN PLACE INTERCEPT IRRIGATION LATERAL IN THIS AREA (SEE IRRIGATION PLANS FOR FURTHER INFORMATION) EXISTING TREES & LIGHTING TO REMAIN (CONTRACTOR TO PROTECT IN PLACE) DEMOLITION NOTES: 1.SUMMARY A. CLEAR AND GRUB THE PROJECT SITE PRIOR TO CONSTRUCTION, AS SPECIFIED HEREIN, AND AS NEEDED FORA COMPLETE AND PROPER PREPARATION OF THE SITE. B. LOCATION AND ELEVATION OF ALL EXISTING IMPROVEMENTS WITHIN THE AREA OF WORK SHALL BE CONFIRMED BY FIELD MEASUREMENT PRIOR TO THE CONSTRUCTION OF ANY NEW WORK. ALL DISCREPANCIES SHALL NOTED AND BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT PRIOR TO DEMOLITION. C. CONTRACTOR TO LOCATE ALL EXISTING UTILITIES IN FIELD PRIOR TO COMMENCEMENT OF WORK. ALL UTILITIES NOT INDICATED ON THESE PLANS WIHICH AFFECT PROPOSED IMPROVEMENTS SUCH AS CONSTRUCTION /IRRIGATION I PLANTING I ELECTRICAL I ETC .. SHALL BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT PRIOR TO DEMOLITION. 2. PROJECT CONDITIONS A. COMPLETE THE CLEARING AND SITE PREPARATION WORK BEFORE STARTING EARTHWORK. ERECT TEMPORARY CONSTRUCTION FENCING, BARRICADES, ENCLOSURES, AND PROTECTION OF ADJACENT PROPERTY AND EXISTING WORK BEFORE STARTING SITE CLEARING WORK AND MAINTAIN FOR THE DURATION OF WORK. B. INSPECT AND REVIEW THE PROJECT SITE TO DETERMINE EXISTING CONDITIONS WIHICH AFFECT CONSTRUCTION OPERATIONS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO LOCATE ALL SUBSTRUCTURES, WHETHER SHOWN HERE ON OR NOT, AND PROTECT THEM FROM DAMAGE. THE EXPENSE OF REPAIR OR REPLACEMENT OF SAID SUBSTRUCTURES SHALL BE BORNE BY THE CONTRACTOR. C. ALL EXISTING IRRIGATION LATERALS, HEADS, AND MAINLINES SHALL BE ADJUSTED TO ALLOW FOR NEW CONSTRUCTION. AFFECTED IRRIGATION 20NES SHALL BE SHUT OFF WITHIN AREAS OF DISTURBANCE. ALL CONSTRUCTION IN THESE AREAS SHALL BE COMPLETED IN A TIMELY FASHION TO PREVENT EXISTING VEGETATION FROM STRESS, WILT, OR DYING. (SEE ALSO SCHEMATIC IRRIGATION PLANS CONTAINED WITHIN THIS SET). PROTECTION OF EXISTING TREES AND VEGETATION: PROTECT EXISTING TREES AND OTHER VEGETATION INDICATED TO REMAIN IN PLACE, AGAINST CUTTING, BREAKING, OR SKINNING OF ROOTS, SKINNING AND BRUISING OF BARK, SMOTHERING OF TREES BY STOCKPILING CONSTRUCTION MATERIALS OR EXCAVATED MATERIALS WITHIN DRIP LINE. PROVIDE TEMPORARY GUARDS TO PROTECT TREES AND VEGETATION TO REMAIN. LANDSCAPE SHEET LEGEND: LANDSCAPE DEMOLITION LEGEND, NOTES, & PLAN-SHEET LD-1.0 r I I -- WEST PATIO FIREPlACE 3. DISPOSITION OF MATERIALS --- A. REMOVE MATERIAL TO A LEGAL DISPOSAL AREA EXCEPT THOSE ITEMS INDICATED TO BE RE-USED AND OR RETURNED TO THE OWNER. B. STOCKPILING OF REMOVED MATERIALS ON THE PROJECT SITE WILL NOT BE PERMITTED WITHOUT WRITTEN APPROVAL FROM THE OWNERS REPRESENTATIVE. CONTRACTOR REPAIR I REPLACE NOTE: LANDSCAPE CONSTRUCTION & PLANTING LEGEND, NOTES, & PLANS-SHEETS L-1.0 THRU L-1.1 LANDSCAPE CONSTRUCTION & PLANTING DETAILS-SHEET L-2.0 UNLESS OTHERWISE NOTED, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED IRRIGATION I PLANT MATERIAL WIHICH IS TO BE BE PROTECTED IN PLACE DURING THE CONSTRUCTION PROCESS. REPLACEMENTWJLL REQUIRE EXACT MATCH OF DAMAGED COMPONENT I PLANT MATERIAL OR EQUAL TO BE APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALLATION . LANDSCAPE CONSTRUCTION & PLANTING SPECIFICATIONS-SHEET L-3.0 THRU L-3.1 LANDSCAPE IRRIGATION LEGEND, NOTES, & PLANS-SHEET Ll-1.0 THRU Ll-1.1 LANDSCAPE IRRIGATION DETAILS-SHEET Ll-2.0 LANDSCAPE IRRIGATION SPECIFICATIONS-SHEETS Ll-3.0 THRU Ll-3.1 ----- -- EXISTING CONCRETE PAVING TO REMAIN (CONTRACTOR TO PROTECT IN PLACE) ----rm---- I I I I I I I I I i I I I I I I I i / I I I I I I L ?{ r-" <!Y --i!i~tr--~, __ i*~ 1:.,;~ COURTYARD - nT' 1~11 I l!lf. ---- -- II. I ---I 1!1Mf111 6 -I w lll!lli!+&llll Vti"?jj ~t Pi~ ---- ~-<''I{I<::TINir-RETAINING WALL (CONTRACTOR TO PROTECT IN PLACE) ------~ I I I I I I I I 1 ' ~~4 fl4ti! LIMIT OF WORK -, I I I I I I I I I SCALE: 1/4" 1' SCALE: 1/8"-1' e) Scale: rL..r"l 1{8"=1'-o" 0 4 B '6 Scale: rL..r"l 1/4"""'1'-o" 0 2 4 8 GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080 USA 650•871'0709 BALANCINI~ ADRE~IFJ~Cw~'9~RESSIDN ENVIRONMENTAL SENSITIVITY 1111 Sixth. Avenue, Suite 500, San Diego, CA 92101 teleph.one{619}236-1462 faesimi!e{619}236-8792 www.sc:hmidtdesign.c:om Lic:.CA2138, NV219, AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT DOVE LIBRARY CAREG. PROJECT: 15-108 FILE: ISSUE DATE BID 01/29/2016 SHEET TITLE AND NO. LANDSCAPE DEMOLITION LEGEND, NOTES, AND PLAN LD-1 .0 CONSTRUCTION NOTES 1. CONTRACTOR SHALL COORDINATE WITH OWNERS REPRESENTATIVE FOR CURRENT EXISTING CONDITION PLANS FOR PARKING AREA, RETAINING WALLS, SITE DRAINAGE AND GRADING, FINISH GRADING, SITE UTILITY LAYOUT AND CONSTRUCTION. 2. DIMENSIONS INDICATED ON PLANS SHALL PREVAIL OVER PLAN SCALE. DIMENSIONS ARE TO FACES OF, AND PERPENDICULAR TO FACE OF BUILDING WALLS UNLESS SHOWN OTHERWISE. ALL ANGLES AND CONNECTIONS ARE (90) DEGREES UNLESS NOTED OTHERWISE. WALKS CONNECTING DOORS ARE TO BE ALIGNED WITH FACE OF BUILDING UNLESS NOTED OR SHOWN OTHERWISE. 3. ALL COORDINATE POINTS AND DIMENSIONS ARE TAKEN FROM THE BACK OF CURB UNLESS OTHERWISE NOTED. 4. ALL PAVED SURFACES (INCLUDING PAVERS AND CONCRETE) SHALL HAVE FINISHED GRADES SMOOTHED TO ELIMINATE PUDDLING OR STANDING. WATER. ALL FINISH SURFACES SHALL MAINTAIN A MINIMUM 1% SLOPE AWAY FROM BUILDINGS AND WALLS INTO DRAINAGE STRUCTURES OR TO STREET AND SHALL HAVE A MAX. CROSS SLOPE OF 1.5%. CONTRACTOR SHALL NOTIFY OWNERS REPRESENTATIVE AND LANDSCAPE ARCHITECT OF ANY CONFLICTS MAINTAINING DRAINAGE SHOULD THEY ARISE. 5. CONTRACTOR SHALL INSTALL 4" DIAMETER AREAS DRAINS WITH ATRIUM GRATES WITHIN ALL VEGETATED PLANTERS ON SITE AT THE GRADED LOW POINT. CONTRACTOR SHALL CONNECT TO STORM DRAIN OR PROVIDE UNDERDRAIN TO VEHICULAR CURBSIDE OUTLET (IF POSITIVE FLOW CAN BE ACHIEVED) AS REQUIRED. MINIMUM (1) PER PLANTER SPACE. LANDSCAPE ARCHITECT TO APPROVE ALL DRAIN LOCATIONS ON SITE PRIOR TO CONNECTING TO EXISTING DRAINAGE INFRASTRUCTURE. CONTRACTOR SHALL MAINTAIN 0.5% MIN. POSITIVE FLOW TOWARD STORM DRAIN CONNECTION OR CURB OUTLET AS REQUIRED. 6. SEE IRRIGATION PLANS FOR SLEEVE LOCATIONS PRIOR TO CONSTRUCTION. 7. NO DEVIATIONS FROM PLANS SHALL OCCUR WITHOUT APPROVAL OF THE LANDSCAPE ARCHITECT. 8. ANY PROPOSED WORK THAT IS INCONSISTENT WITH COMMON, SAFE CONSTRUCTION PRACTICES SHALL BE BROUGHT TO THE ATTIENTION OF THE OWNER'S REPRESENTATIVE PRIOR TO COMMENCING WITH CONSTRUCTION. 9. CONTRACTOR SHALL VISIT SITE AND VERIFY ALL EXISTING FIELD CONDITIONS PRIOR TO BEGINNING CONSTRUCTION. ANY AND ALL VARIATIONS FOUND ON SITE NOT ADDRESSED OR LOCATED-INACCURATELY WITHIN THESE PLANS, WHICH ADVERSELY AFFECT PROPOSED IMPROVEMENTS, SHALL BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT FOR REMEDIATION PRIOR TO CONSTRUCTION. 10. CONTRACTOR SHALL HIRE A UTILITY LOCATOR TO MAP THE LOCATION AND DEPTH OF ALL SITE UTILITIES PRIOR TO CONSTRUCTION. NOTIFY OWNERS REPRESENTATIVE OF ANY DISCREPANCIES IMMEDIATELY. 11. CONTRACTOR TO ASCERTAIN EXISTING ELECTRICAL AND DRAINAGE UTILITY LOCATIONS NECESSARY TO PROVIDE ELECTRICAL CONNECTIONS TO POWER IRRIGATION, AS WELL AS CONNECT DRAINAGE INLETS FROM PLANTING AREAS TO EXISTING DRAINAGE INFRASTRUCTURE. CONTRACTOR SHALL COORDINATE ON-SITE WITH OWNERS REPRESENTATIVE. 12. CONTRACTOR SHALL SECURE ALL PERMITS AND PAY ALL APPLICABLE FEES REQUIRED TO CONSTRUCT THE PLANS HEREIN. 13. PROTECTION OF PERSONS AND PROPERTY WITH CONSTRUCTION BARRICADES SHALL COMPLY WITH CBC 3306.2, SAFEGUARDS DURING CONSTRUCTION. 14. THE CONTRACTOR SHALL HAVE OWNERS REPRESENTATIVE OR LANDSCAPE ARCHITECT VERIFY ALL CONSTRUCTION STAKING, AND PROPOSED BRICK LAYOUT BOUNDARY LOCATIONS PRIOR TO INSTALLATION OF BRICK PAVING. 15. THE CONTRACTOR SHALL PROVIDE ALL CONSTRUCTION STAKING AND RE-STAKING REQUIRED TO COMPLETE THE PROJECT. 16. ALL HARDWARE SUCH AS NAILS, BOLTS, FASTENERS ETC. SHALL BE HOT DIPPED GALVANIZED UNLESS OTHERWISE NOTED. 17. CONTRACTOR SHALL COORDINATE ALL WORK WITH OTHER TRADES AS NECESSARY. 18. CONTRACTOR SHALL PROVIDE SHOP DRAWINGS FOR LANDSCAPE ARCHITECTS REVIEW AND APPROVAL FOR DETAILS AS NOTED ON THE PLANS AND SPECIFICATIONS. 19. CONTRACTOR SHALL BE RESPONSIBLE FOR DAILY CLEANUP OF THE SITE AND PROVIDING ADEQUATE SAFETY MEASURES DURING CONSTRUCTION ON A 24 HOUR BASIS. 20. ANY CREDITS AND/ OR DEBITS SHALL BE REPORTED TO LANDSCAPE ARCHITECT AND OWNERS REPRESENTATIVE AT TIME OF OCCURRENCE FOR PROPER VERIFICATION AND/OR APPROVAL PRIOR TO COMMENCEMENT OF RESULTING ACTION. 21. CONTRACTOR SHALL PROVIDE A24 HOUR PHONE NUMBER AVAILABLE IN CASE OF EMERGENCY. . 22. CONTRACTOR TO PROVIDE SAMPLES OF ALL MATERIALS-AND FINISHES (AGGREGATES, CONCRETE, PAVERS, PAINT, POTS, ETC.) FOR REVIEW AND APPROVAL BY LANDSCAPE ARCHITECT AND OWNERS REPRESENTATIVE PRIOR TO CONSTRUCTION. 23. UPON AWARD OF CONTRACT, THE CONTRACTOR SHALL NOTIFY SPECIFIED MATERIALS PROVIDERS OF PROJECT AND REQUIRED QUANTITIES. PLANTING NOTES 1. FINISHED GRADES SHALL BE SMOOTHED TO ELIMINATE PUDDLING OR STANDING WATER. CONTRACTOR SHALL MAINTAIN A MINIMUM 1.5% DRAINAGE AWAY FROM PAVING INTO DRAINAGE STRUCTURES OR TO STREET. CONTRACTOR SHALL NOTIFY OWNER'S REPRESENTATIVE AND LANDSCAPE ARCHITECT IMMEDIATELY OF ANY CONFLICTS IN MAINTAINING DRAINAGE. 2. OWNER'S REPRESENTATIVE AND LANDSCAPE ARCHITECT SHALL APPROVE ALL FINISH GRADING PRIOR TO PLACEMENT OF ANY PLANT MATERIAL. . 3. CONTRACTOR SHALL IMMEDIATELY, UPON THE AWARD OF THE CONTRACT, ORDER, LOCATE AND PURCHASE (OR HAVE HELD) ALL PLANT MATERIAL REQUIRED BY THESE PLANS AND SPECIFICATIONS. 4. SOIL AMENDMENTS SPECIFIED ARE FOR BIDDING· PURPOSES ONLY. ACTUAL TYPES AND QUANTITIES WILL BE BASED ON SOIL ANALYSIS PROVIDED BY CONTRACTOR. SOIL SAMPLES SHALL BE PER PLANTING SPECIFICATIONS, SEE SHEET L-3.0 A. BID MIX FOR SHRUB AREAS LESS THAN 4:1 SHALL BE THE FOLLOWING PER 1000 SQUARE FEET: -40 LBS. GRO-POWER PLUS - 1 DO LBS. GYPSUM B. PLANTING AND BACKFILL MIX FOR PLANT PITS AND TABLETS SHALL BE AS FOLLOWS PER CU.YRD.: -70% OF NATIVE SOIL -30% NITROGEN STABILIZED ORGANIC AMENDMENT 'HUMIC COMPOST' BY AGRISERVICE OR APPROVED EQUAL -16 LBS GRD-POWER PLUS -2 LBS. FERROUS SULFATE THOROUGHLY BLEND THE ABOVE AT A CENTRAL OFF-SITE LOCATION PRIOR TO USE. THE FERROUS SULFATE SHOULD NOT CONTACT PAVING SURFACES AS STAINING WILL RESULT. C. SEE PLANTING SPECIFICATIONS FOR PRE-EMERGENT TREATMENT OF SOIL. 10. SHRUB MASS QUANTITIES ARE SHOWN ON PLANS. UNDERPLANT ALL TREES AND LARGE SHRUBS WITH THE ADJACENT SHRUB AND/ OR GROUNDCOVER AS INDICATED BY THE PLANS. GROUNDCOVER SHALL BE INSTALLED WITH TRIANGULAR SPACING TO WITHIN 12" OF TREE OR SHRUB STEMS. 11. PLANT SYMBOLS TAKE PRECEDENCE OVER PLANT QUANTITIES SPECIFIED. CONTRACTOR SHALL VERIFY PLANT TOTALS FOR BID PURPOSES. 12. PRIOR TO PLANTING, IRRIGATION SYSTEM SHALL BE FULLY OPERATIONAL AND ALL PLANTING AREAS SHALL BE THOROUGHLY WATERED. 13. PLANT MATERIAL MAY BE REJECTED AT ANY TIME BY OWNER'S REPRESENTATIVE OR LANDSCAPE ARCHITECT DUE TO CONDITION, FORM OR DAMAGE BEFORE DRAFTER PLANTING. 14. PLANTING TABLETS SHALL BE GRO-POWER PLANTING TABLETS 20-1 0-5 PER GBIWB (12 MONTH SLOW RELEASE FORMULATION). 15. ALL PLANTING BEDS SHALL HAVE 3" (THREE INCH) THICK MULCH LAYER. "MULCH" SHALL BE "CARLSBAD STUMP MIX" BY MB ORGANICS. RATES AS SPECIFIED ON PLANS, FREE OF STICKS, STONES, CLAY OR OTHER FOREIGN MATERIAL. CONTRACTOR SHALL SUBMIT SAMPLE TO RESIDENT ENGINEER FOR APPROVAL PRIOR TO INSTALLATION. 16. NOTE: ALL PLANTING AREAS AND ALL EXPOSED SOIL AREAS WITHOUT VEGETATION SHALL BE COVERED WITH MULCH TO A MINIMUM DEPTH OF (3) INCHES 17. THE CONTRACTOR SHALL BID THE FOLLOWING PLANT MATERIAL IN ADDITION TO THE QUANTITIES LISTED IN THE PLANT LEGEND OR SHOWN ON THE PLAN: -(1 D) 5 GAL SHRUBS -(20) 1 GAL SHRUBS 18. ALL REQUIRED LANDSCAPE AREAS SHALL BE MAINTAINED BY THE OWNER. 19. ALL PLANTERS SHALL RECEIVE IRRIGATION AND DRAINAGE. 20. THE OWNER'S REPRESENTATIVE AND LANDSCAPE ARCHITECT SHALL APPROVE ALL PLANTING AREAS PRIOR TO THE INSTALLATION OF ANY PLANTING AREA SURFACE MATERIALS. THE LANDSCAPE CONTRACTOR SHALL LAYOUT ALL PLANT MATERIAL IN THE FIELD PER THE PLANTING PLANS FOR REVIEW AND APPROVAL BY THE OWNER'S REPRESENTATIVE AND LANDSCAPE ARCHITECT BEFORE EXCAVATING PITS. MAKJNG NECESSARY ADJUSTMENTS AS DIRECTED. SHRUB LAYOUT NOTE: 21. ALL SHRUBS ARE TO BE SPOTTED IN THE FIELD PER THE PLANTING PLAN BY THE LANDSCAPE CONTRACTOR AND APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO THE EXCAVATION OF THE PLANTING PITS. RAISED PLANTED POTS NOTE: 22. ALL RAISED PRECAST CONCRETE PLANTED POTS ARE TO RECEIVE IRRIGATION. SEE ALSO IRRIGATION PLAN AND DETAILS FOR FURTHER INSTALLATION INFORMATION. TREE PROTECTION NOTES 1. SEE DEMOLITION AND LANDSCAPE PLANTING PLAN FOR TREE TO BE PROTECTED IN PLACE. . 2. CONTRACTOR SHALL PROVIDE A TEMPORARY IRRIGATION SYSTEM FOR EXISTING TREES ON SITE. 3. FINAL LOCATION AND STAKING OF ALL PLANT MATERIALS SHALL BE SUBJECT TO THE APPROVAL OF THE OWNER'S REPRESENTATIVE OR LANDSCAPE ARCHITECT PRIOR TO PLANTING. 4. ARRANGE FOR VISIT OF OWNER'S REPRESENTATIVE FOR REVIEW AND APPROVAL. CONTRACTOR MUST GIVE TWO DAYS ADVANCED NOTICE TO LANDSCAPE ARCHITECT FOR PLANTING LAYOUT REVIEW ON SITE. 5. SEE SPECIFICATIONS FOR PLANTING REQUIREMENTS, SOIL PREPARATION, TESTING, MATERIALS AND EXECUTION. 6. SEE DETAILS AND SPECIFICATIONS FOR PLANT PIT, DIMENSIONS, AND BACKFILL REQUIREMENTS. 7. THE CONTRACTOR IS RESPONSIBLE FOR PLANTING THE MATERIALS AT THE CORRECT GRADES AND SPACING. B. WHEN THE PLANT HAS BEEN PROPERLY SET, THE PIT SHALL BE BACKFILLED WITH A TOPSOIL MIXTURE, GRADUALLY FILLING, PATTING, AND SETTLING WITH WATER. 9. TREE PROTECTION FENCE TO BE INSTALLED AT BOUNDARIES OF ALL CRITICAL ROOT20NES. 10. ALL WORK WITHIN CRITICAL ROOT ZONE SHALL BE DONE USING HAND TOOLS. WORK SHALL BE DONE IN A MANNER TO MINIMIZE DISTURBANCE OF TREE ROOTS AND SOIL. 11. DO NOT SCUFF OR TEAR TREE ROOTS. DO NOT CUT OR DAMAGE ROOTS 1" IN DIAMETER OR LARGER. 12. HEAVY EQUIPMENT SHALL REMAIN ON EXISTING PAVING AT ALL TIMES. IF EQUIPMENT MUST ACCESS ROOT ZONE AREAS OFF PAVING, PROTECT GRADE BY PlACING 4'x8', 3/4" PLYWOOD SHEETS ON GRADE. 13. EQUIPMENT AND VEHICLES SHALL STAY OUT OF CRITICAL ROOT ZONE TO AVOID SCORCHING OF FOLIAGE, TWGS AND LIMBS CAUSED BY EXHAUST. DO NOT DAMAGE TREE TRUNKS AND LIMBS BY CONTACT WITH EQUIPMENT AND VEHICLES. 14. DO NOT DEPOSIT OR STORE SOLVENTS, FUELS, POWDERED LIME OR OTHER HARMFUL MATERIALS IN OR NEAR TREE ROOT ZONE OR IN AREAS WHERE SUCH MATERIALS WILL LEAK OR WASH INTO TREE ROOT ZONE. 15. 00 NOT PLACE SOIL IN EXCESS OF 3" ABOVE EXISTING GRADE IN CRITICAL ROOT ZONE. 16. WHEN TRENCHING WITHIN CRITICAL ROOT ZONE, USE HAND TOOLS ONLY. TUNNEL UNDER AND AROUND ROOT 1" IN DIAMETER OR LARGER. 17. WHEN GRADING OR PLANTING WITHIN CRITICAL ROOT ZONE, USE HAND TOOLS ONLY. REMOVE EXISTING PLANT MATERIAL AND SOIL USING HAND TOOLS ONLY. REMOVE NO MORE THAN 2" SOIL AND REPLACE WITH NO MORE THAN A COMBINED TOTAL OF 4" PREPARED BEDDING MIX AND SURFACE MULCH. MULCH AND SOIL SHALL NOT CONTACT TREE TRUNKS OR COVER EXPOSED SURFACE ROOTS. 18. WHEN PLANTING WITHIN CRITICAL ROOT ZONE DIG INDIVIDUAL, SHALLOW PLANTING HOLES TO MINIMIZE DISTURBANCE OF EXISTING TREE ROOTS. ADJUST PLANTING HOLES TO ACCOMMODATE ROOTS MEASURING 1" IN DIAMETER OR LARGER. 19. MACHINE TILLING IN TREE ROOT ZONE IS PROHIBITED. EXISTING SOIL MAY BE TILLED USING A HAND HELD FORK TO A MAXIMUM DEPTH OF 2". 20. ANY TREES DAMAGED DURING CONSTRUCTION WILL BE REMOVED AND REPLACED WITH SAME SPECIES OF EQUAL SIZE AND HEALTH (72" BOX MIN). lANDSCAPE ARCHITECT TO REVIEW AND APPROVE ANY REPLACEMENT PLANT MATERIAL PRIOR TO PLACEMENT. 21. CONTRACTOR SHALL HAVE A LICENSED ARBORIST EVALUATE, PRUNE, AND TRIM EXISTING TREES TO REMAIN ACCORDING TO SPECIFICATIONS WHICH ARE LOCATED WITHIN THE PROJECT LIMITS . LANDSCAPE SHEET LEGEND: LANDSCAPE DEMOLITION LEGEND, NOTES, & PLAN-SHEET LD-1.0 LANDSCAPE CONSTRUCTION & PLANTING LEGEND, NOTES, & PLANS-SHEETS L-1.0 THRU L-1.1 LANDSCAPE CONSTRUCTION & PLANTING DETAILS-SHEET L-2.0 LANDSCAPE CONSTRUCTION & PLANTING SPECIFICATIONS-SHEET L-3.0 THRU L-3.1 LANDSCAPE IRRIGATION LEGEND, NOTES, & PLANS-SHEET U-1.0 THRU Ll-1.1 LANDSCAPE IRRIGATION DETAILS-SHEET Ll-2.0 LANDSCAPE IRRIGATION SPECIFICATIONS-SHEETS Ll-3.0 THRU Ll-3.1 CONTRACTOR REPAIR I REPLACE NOTE: UNLESS OTHERWISE NOTED, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED IRRIGATION I PLANT MATERIAL WHICH IS TO BE BE PROTECTED IN PLACE DURING THE CONSTRUCTION PROCESS. REPLACEMENT WILL REQUIRE EXACT MATCH OF DAMAGED COMPONENT I PLANT MATERIAL OR EQUAL T<) BE APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALLATION. REFERENCE NOTES SCHEDULE SYMBOL DESCRIPTION OJ GRANITE PAVERS WITH GROUI (PAVERS TO MATCH EXISTING TYPE, GROUT FILL COLOR, & LAYOUT-CONTRACTOR TO COORDINATE REUSE OF GRANITE PAVERS FROM LOCATION IDENTIFIED ON SITE BY OWNERS REPRESENTATIVE) PROVIDE SAMPLE OF ANY NEW PAVERS TO LANDSCAPE ARCHITECT FOR APPROVAL PRIOR TO INSTALLATION 16" SQ. x 30" HT. CUSTOM LITE-CRETE PRECAST CONCRETE POT TO BE: 'ELEVAIRE' MODEL, COLOR: 'DARK WALNUT' WITH T-1 SMOOTH TEXTURE AND GLOSS FINISH. MIX: C4-CHOCOLATE, AVAILABLE FROM: QUICKCRETE PRODUCTS, CONTACT: SCOTT ULRICH, PH: 760-500-8609 (LOCATE PER PLAN, (32) TOTAL QUANTITY) (SEE ALSO IRRIGATION PLANS FOR CONNECTION) INTERIOR COURTYARD WOOD ACCENTS@ VERTICAL AND OVERHEAD ALCOVE SURFACES-SEE ARCHITECTURE PLANS PROPOSED FIRE PLACE AND OUTDOOR SEATING AREA IMPROVEMENTS-SEE ARCHITECTURE PLANS EXISTING COURTYARD SEATWALL TO REMAIN- CONTRACTOR TO PROTECT IN PLACE. SEE ARCHITECTURE PLANS EXISTING COURTYARD TREE AND UP-LIGHTING TO REMAIN- CONTRACTOR TO PROTECT IN PLACE EXISTING PAVERS TO REMAIN -CONTRACTOR TO PROTECT IN PLACE OUTDOOR PATIO FURNITURE TO REMAIN- CONTRACTOR TO PROTECT IN PLACE EXISTING CONCRETE PAVING TO REMAIN- CONTRACTOR TO PROTECT IN PLACE EXISTING WEST SLOPE RETAINING WALL TO REMAIN - CONTRACTOR TO PROTECT IN PLACE EXISTING PLANTING AREA TO REMAIN- CONTRACTOR TO PROTECT IN PLACE NEW CONCRETE PAVING PER ARCHITECTS PLANS WEST PATIO FIREPLACE AREA (SEE SHEET L-1.1, PLAIN ENLARGEMENT 'A') c c MAIN LIBRARY ENTRY DETAIL 3/L-2.0 4/ Ll-2.0 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A AREA MAP/ SHEET LOCATION SCALE: 1" = 40'-0" GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650'871•0709 SCHMIDT DESIGN GROUP, INC. BALANCING ARTISTIC EXPRESSION tN DESIGN WITH ENVIRONMENTAL SENSITIVITY 1111 Sixth Avenue, Suite soo, San Diego, CA 92101 telephone{61g}z36.1462 facsimile{61g}:z36-8]gz www.schmidtdesign.com LiC..CA2138, NV219, AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT CAREG. PROJECT: FILE: ISSUE BID DOVE LIBRARY 15-108 DATE 01/29/2016 SHEET TITLE AND NO. LANDSCAPE CONSTRUCTION & PLANTING LEGEND AND NOTES L-1.0 LIMIT OF WORK r I ----- EXISTING PLANT MATERIAL TO REMAIN (CONTRACTOR TO PROTECT IN PLACE) I - ··" Ll<1 •· A WEST PATIO FIREPLACE PLAN ENLARGEMENT PLANT SCHEDULE TREES BOTANICAL NAME COMMON NAME EXISTING TREE PROTECT IN PLACE EXISTING N/A SHRUBS BOTANICAL NAME COMMON NAME CONT QTY DETAIL r@ HELICTOTRICHON SEMPERVIRENS BLUE OAT GRASS 1 GALLON 32 1,4/L-2.0 WITHIN 1 POT '--0 SEDUM MORGANIANUM BURRO'S TAIL 4"POT 256 0 SESLER lA AUTUMNALIS AUTUMN MOOR GRASS 5 GALLON 82 1/L-2.0 GROUND COVERS BOTANICAL NAME COMMON NAME CONT SPACING QTY DETAIL ~ CAREX PRAEGRACILIS SLENDER SEDGE 1 GAL 12" o.c. AS REQ'D 1,2/L-2.0 CONTRACTOR REPAIR I REPLACE NOTE: UNLESS OTHERWISE NOTED, IT IS THE RESPONSIBILITY OF THE LANDSCAPE SHEET LEGEND: CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED LANDSCAPE DEMOLITION LEGEND, NOTES, & PLAN-SHEET LD-1.0 IRRIGATION I PLANT MATERIAL WHICH IS TO BE BE PROTECTED LANDSCAPE CONSTRUCTION & PLANTING LEGEND, NOTES, & PLANS-SHEETS L-1.0 THRU L-1.1 IN PLACE DURING THE CONSTRUCTION PROCESS. LANDSCAPE CONSTRUCTION & PLANTING DETAJLS-SHEET L-2.0 REPLACEMENT WILL REQUIRE EXACT MATCH OF DAMAGED LANDSCAPE CONSTRUCTION & PLANTING SPECIFICATIONS-SHEET L-3.0 THRU L-3.1 COMPONENT I PLANT MATERIAL OR EQUAL TO BE APPROVED LANDSCAPE IRRIGATION LEGEND, NOTES, & P,LANS-SHEET Ll-1.0 THRU Ll-1.1 BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALLATION. LANDSCAPE IRRIGATION DETAILS-SHEET Ll-2.0 LANDSCAPE IRRIGATION SPECIFICATIONS-SHEETS Ll-3.0 THRU Ll-3.1 - B - I I --- --- r=====~==== IXIIwpiiXI II ~ I I I I ~ I I I I I I J I I I I I I L=====~ D<ll!?i\ri§JIXI MAIN COURTYARD PLAN ENLARGEMENT ------------:::::::::::::::;-/-ALL NEWLY PLANTED AREAS TO BE FILLED WITH LIGHTWEIGHT PLANTER MIX AVAILABLE FROM HANSON AGGREGATES/ A-1 SOILS 1-858-577-2727. -, I I -- EXISTING PLANT MATERIAL TO REMAIN (CONTRACTOR TO PROTECT IN PLACE) LIMIT OF WORK I I I I I I I SCALE: 1/4"-1' SCALE: 1 /8" = 1 ' Scale:~~ 1/8"=1'-o" I ~ I 0 4 8 16 s~leo r---'1 ~ 1/4''=1'-o"l ~ I 0 2. 4 8 GROUP 4 ARCHITECTURE RESEARCH+ PLAN N IN G, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650'871"0709 SCHMIDT DESIGN GROUP, INC . ••• • • ••• BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSJTIVITY 1111 Sixth Avenue, Suite 500, San Diego, CA 92-101 te!ephone{619}Z36-1462 fac:simile{61g}z36-879Z www.schmidtdesign.com LiC.CA:Zl38, NV219, AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT CA. REG. PROJECT: FILE: ISSUE 810 DOVE LIBRARY 15-108 DATE 01;29/2016 SHEET TITLE AND NO. LANDSCAPE CONSTRUCTION & PLANTING PLAN + LEGEND L-1 1 3" G) PLANTING BACKFILL PER NOTES AND SPECIFICATIONS. @) ROUGHEN SIDES AND BOTTOM OF PIT. @) FINISHED GRADE. @) (3) THREE INCH MULCH LAYER @ ROOTBALL SLIGHTLY HIGHER THAN FINISHED GRADE. @ WATER BASIN. (j) ROOT BALL RESTING ON FIRM SOIL TO AVOID SETTLING. NOTE: A. KEEP MULCH 2-3" FROM TRUNK OF TREE OR SHRUB TYP. G) SHRUB PLANTING NO SCALE NOTE: CONTRACTOR TO REMOVE ALL PARTIAL GRANITE PAVERS TO MAINTAIN CONSISTENT PATTERN WHERE NEW PAVERS ARE TO BE INSTALLED. !'?\PAVER PER PLAN ~ (SEE CONSTRUCTION LEGEND FOR SPEC.) ® 1"SANDBED ® 4" CONCRETE SUBSLAB G) NATIVE SOIL SUBGRADE ® 12" NATIVE SUBGRADE COMPACTED AT 90% MIN. 0 ADJACENT PAVING-SEE PLANS ® 18" DOWEL@ 24" O.C. WHEN ABUTTING EXISTING PAVERS I CONCRETE SUB ~~::~V~E~R~O~V~E=R~CO~N~C~R~ET~E~BA~S~E~_s_LA_B ________ __ LANDSCAPE SHEET LEGEND: LANDSCAPE DEMOLITION LEGEND, NOTES, & PLAN-SHEET LD-1.0 LEGEND: CD EXISTING SUBGRADE ® AMENDED PLANTING BACKFILL PER PLANTING NOTES & SPECIFICATIONS (SEE PLANS) ® ROOTBALL SLIGHTLY HIGHER THAN FINISHED GRADE. CD FINISHED GRADE ® 3" MULCH LAYER INSTALLED BEFORE PLANTING ® PLANT TYPE AND SPACING AS SPECIFIED ON PLANS 0 EDGE OF PLANTING AREA ® DISTANCE FROM EDGE OF PLANTER TO CENTER OF PLANT TO BE 1/2 THE SPECIFIED SPACING NOTE: A. KEEP MULCH 2-3" FROM TRUNK OF TREE, SHRUB, OR GROUNDCOVER TYP. f2\~G~R~O~U~N=DC=O=V~E=R~PLA~N~T~IN~G~--------------­\.::.J NO SCALE POT SCHEDULE BOTANICAL NAME / PRECAST CONCRETE POT· PER CONSTRUCTION LEGEND COMMON NAME 0 HELICTOTRICHON SEMPERVIRENS BLUE OAT GRASS 1 GAL ® SEDUM MORGANIUM BURRO'S TAIL 4"POT 4 NOTE: 1. SEE PLANTING LEGEND FOR TOTAL PLANT COUNT. 2. PLANTERS TO BE FILLED WITH LIGHTWEIGHT PLANTER MIX AVAJLABLE FROM HANSON AGGREGATES/ A-1 SOILS 1-858-577-2727. CONCRETE POT PLANTING ENLARGEMENT NO SCALE CONTRACTOR REPAIR I REPLACE NOTE: LANDSCAPE CONSTRUCTION & PLANTING LEGEND, NOTES, & PLANS-SHEETS L-1.0 THRU L-1.1 LANDSCAPE CONSTRUCTION & PLANTING DETAJLS-SHEET L-2.0 UNLESS OTHERWISE NOTED, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED IRRIGATION I PLANT MATERIAL WHICH IS TO BE BE PROTECTED IN PLACE DURING THE CONSTRUCTION PROCESS. REPLACEMENT WILL REQUIRE EXACT MATCH OF DAMAGED COMPONENT I PLANT MATERIAL OR EQUAL TO BE APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALLATION. LANDSCAPE CONSTRUCTION & PLANTING SPECIFICATIONS-SHEET L-3.0 THRU L-3.1 LANDSCAPE IRRIGATION LEGEND, NOTES, & PLANS-SHEET Ll-1.0 THRU Ll-1.1 LANDSCAPE IRRIGATION DETAILS-SHEET Ll-2.0 . LANDSCAPE IRRIGATION SPECIFICATIONS-SHEETS Ll-3.0 THRU Ll-3.1 G R 0 U P 4 ARCHITECTURE RESEARCH + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650'871'0709 SCHMIDT DESIGN GROUP, INC. • •• • ••• BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY 1111 Sixth Avenue, Suite soo, San Diego, CA 92101 te!ephone{61g}236·1462 fac:.simile{61g}236-8792 www.schmidtdesign.com liC.CA21J8, NV2191 AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT CAREG. PROJECT: FILE: ISSUE 810 DOVE LIBRARY 15-108 DATE 01/29/2016 SHEET TITLE AND NO. LANDSCAPE CONSTRUCTION & PLANTING DETAILS L-2.0 PLANTING SPECIFICATIONS PART I GENERAL 1.01 GENERAL REQUIREMENTS A. CONTRACTOR SHALL VISIT THE SITE TO BECOME FAMILIAR WITH EXISTING CONDITIONS AND SITE RESTRICTIONSo B. CONTRACTOR SHALL DETERMINE THE LOCATION AND DEPTH OF ALL SITE UTILITIES. ANY UTILITY OR GRADING INFORMATION PROVIDED ON THE CONTRACT DOCUMENTS IS FOR THE CONTRACTOR'S REFERENCE THERE IS NO GUARANTEE AS TO TI-iE ACCURACY OF THE INFORMATION. CONTRACTOR SHALL LOCATE AND VERIFY UTILITY LOCATIONS TO HIS SATISFACTION. C. CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ALL REPAIRS MADE NECESSARY BY THE NEGLIGENCE OF HIS CREWS. D. THE GENERAL AND SPECIAL CONDITIONS AND NOTES OF THE CONTRACT APPLY TO THE WORK OF THIS SECTION THE SAME AS THOUGH WRITIEN HEREIN. E. THE LANDSCAPE ARCHITECT SHALL BE NOTIFIED PRIOR TO BEGINNING WORK AS TO ANY DISCREPANCIES BEnri'EEN THE RECOMMENDATIONS ON THE CONTRACT DOCUMENTS AND THE SITE CONDITION UNDER WHICH. WORK IS TO BE PERFORMED. 1.02 ORDINANCES AND REGULATIONS A ALL LOCAL, MUNICIPAL AND STATE LAWS AND RULES & REGULATIONS GOVERNING OR RELATING TO ANY PORTION OF THIS WORK ARE HEREBY INCORPORATED INTO AND 1111ADE A PART OF THESE SPECIFICATIONS AND THEIR PROVISIONS SHALL BE CARRIED OUT BY THE CONTRACTOR. ANYTHING CONTAINED IN THE SPECIFICATIONS SHALL NOT BE CONSTRUED TO CONFLICT WITH ANY OF THE ABOVE RULES, REGULATIONS, OR REQUIREMENTS OF THE SAME. HOWEVER, WHEN THE SPECIFICATIONS AND!OR DRAWINGS CALL FOR, OR DESCRIBE MATERIALS, WORKMANSHIP OR CONSTRUCTION OF BElTER QUALITY, HIGHER STANDARDS OR A LARGER SIZE, SPECIFICATIONS AND/OR DRAWINGS SHALL TAKE PRECEDENCE OVER THE REQUIREMENTS OF THE SAID RULES AND REGUlATIONS. B. CONTRACTOR SHALL OBTAIN PERMITS AND PAY ALL FEES ASSOCIATED WITH THE CONSTRUCTION OF THE IMPROVEMENTS. 1.03 SCOPE OF WORK A THE WORK INCLUDES ALL SERVICES, lABOR, MATERIALS, EQUIPMENT AND TRANSPORTATION NECESSARY TO PERFORM THE WORK ON THE CONTRACT DOCUMENTS AND AS SPECIFIED HEREIN AND AS REQUIRED TO COMPLETE THE CONTRACT PRDPERL Y. B. THE CONTRACTOR SHALL PROTECT THE WORK, ADJACENT PROPERTY AND THE PUBLIC, AND SHALL BE RESPONSIBLE FOR ANY DAMAGE, INJURY AND LOSS DUE TO HIS ACTS OR NEGLECT. C. THE CONTRACTOR SHALL SUBMIT UNIT COSTS TO THE OWNER FOR ADDITIONS OR DELETIONS TO THE CONTRACT DRAWINGS. D. WORK NOT INCLUDED: N.!.C., BY OTHERS, EXISTING. 1.04 DEFINITIONS A LANDSCAPE ARCHITECT: QUALIFIED PROFESSIONAL OVERSEEING CONSTRUCTION AND INSTALLATION OF ALL lANDSCAPE WORK AS IDENTIFIED IN THE CONSTRUCTION DOCUMENTS. CONTRACTOR SHALL CONTACT OWNER TO ASCERTAIN NAME OF INDIVIDUAL OR FIRM APPOINTED AS THE OVERSEEING PARTY. 1.05 SCHEDULE OF WORK A. UPON AWARD OF THE CONTRACT A WORK SCHEDULE SHALL BE SUBMITIED TO THE OWNER'S REPRESENTATIVE FOR CARRYING OUT THE WORK. UPON APPROVAL, NO MODIFICATIONS SHALL BE MADE TO THIS SCHEDULE WITHOUT THE WRITIEN APPROVAL OF TI-iE OWNER'S REPRESENTATIVE. B. FINISH GRADING AND LANDSCAPE INSTAl:LA TION SCHEDULE OF WORK SHALL BE PERFORMED DURING THOSE PERIODS WHEN WEATHER AND SOIL CONDITIONS ARE SUITABLE, IN ACCORDANCE WITH LOCALLY ACCEPTED HORTICULTURAL PRACTICE. 1.06 COORDINATION A. CONTRACTOR SHALL REPORT TO THE LANDSCAPE ARCHITECT ANY DEVIATIONS BETWEEN CONSTRUCTION DOCUMENTS, SPECIFICATIONS, AND THE SITE. FAILURE TO DO SO PRIOR TO THE INSTALlATION OF THE IMPROVEMENTS AND RESULTING IN REPLACING, AND/OR RELOCATING IMPROVEMENTS, SHALL BE AT THE CONTRACTOR'S EXPENSE. B. CARE SHALL BE TAKEN TO COORDINATE THE WORK AT ALL TIMES WITH OTHER CONTRACTORS WORKING IN AND ADJACENT TO THE AREAS IN THIS CONTRACT. THIS IS TO INSURE AN ORDERLY AND EFFICIENT INSTALLATION PROCEDURE, AND TO MINIMI?E CONFLICTS WITH OTHER CONSTRUCTION OPERATIONS. 1.07 STANDARDS A. ALL WORK SHALL BE IN STRICT ACCORDANCE WITH SOUND NURSERY PRACTICE. PLANTING SHALL BE PERFORMED BY PERSONNEL FAMILIAR WITH PLANTING PROCEDURES AND UNDER THE SUPERVISION OF A QUALIFIED PLANTING FOREMAN. THE CONTRACTOR SHALL PROVIDE THE NAME, ADDRESS AND PHONE NUMBER OF THE JOB SUPERVISOR FOR 24 HOUR AVAILABILI1Y. THE SUPERVISOR SHALL BE AVAILABLE TO ALLEVIATE EMERGENCY SITUATIONS AS THEY ARISE AND SHALL BE ON THE JOB SITE WHEN EVER PLANTING IS IN PROGRESS. B. PROVIDE PLANT MATERIALS TRUE TO NAME AND VARIEn' ESTABLISHED BY HSUNSET WESTERN GARDEN BOOK", PUBLISHED BY LANE PUBLISHING, MENLO PARK, CA (MOST CURRENT EDITION) . C. PLANT MATERIALS SHALL COMPLY WITH THE RECOMMENDATIONS AND REQUIREMENTS OF ANSI STANDARDS FOR 1YPE.AND SPECIES CALLED FOR ON PLANTING PLAN. PROVIDE SINGLE STEM TREE EXCEPT WHERE SPECIAL FORMS ARE SHOWN DR LISTED. 1.08 SUBSTITUTIONS A. NO SUBSTITUTIONS OF PLANT MATERIALS OR OTHER CONSTRUCTION MATERIALS WILL BE PERMITIED WITHOUT THE WRITTEN PERMISSION OF THE LANDSCAPE ARCHITECT. IF PLANT MATERIAL SUBSTITUTIONS ARE ACCEPTED AND ARE OF LESS VALUE THEN THOSE INDICATED OR SPECIFIED, THE CONTRACT PRICE WILL BE ADJUSTED IN ACCORDANCE WITH THE PROVISIONS OF THE CONTRACT. B. THE RIGHT TO CHANGE: THE LANDSCAPE ARCHITECT RESERVES TI-iE RIGHT TO CHANGE THE SPECIES, VARIETY, AND/OR SIZES OF PLANT MATERIALS TO BE FURNISHED, PROVIDED THAT THE COST OF SUCH PLANT CHANGES DOES NOT EXCEED THE COST OF THE PLANTS IN THE ORIGINAL BID. THE CONTRACTOR SHALL BE NOTIFIED AND THE CHANGES CONFIRMED IN WRITING PRIOR TO THE PlANTING OPERATION COMMENCING. CHANGES IN THE SIZE OR VARIETY OF ANY PLANT MATERIAL FURNISHED THAT REQUIRES A REDUCTION OR ADDITION IN COST SHALL REQUIRE AN ADJUSTMENT IN THE CONTRACT COST PRIOR TO PLANTING. 1.09 REJECTIONS A. ANY MATERIAL AND/OR WORK MAY BE REJECTED IF IN THE OPINION OF TI-iE lANDSCAPE ARCHITECT SUCH DOES NOT MEET THE REQUIREMENT AND TI-iE SPECIFICATIONS. ALL REJECTED MATERIALS SHALL BE REMOVED FROM THE SITE BY THE CONTRACTOR AT HIS EXPENSE. REJECTED WORK SHALL BE REDONE IN A TIMELY MANNER AND APPROVED BY THE OWNERS REPRESENTATIVE. THIS INCLUDES MATERIALS THAT HAVE BEEN PLANTED VVITHOUT PRIOR ACCEPTANCE. 1.10 PROTECTION OF PLANTS, EXISTING WORK AND IMPROVEMENTS A. THROUGHOUT CONSTRUCTION AND MAINTENANCE THE CONTRACTOR SHALL TAKE EVERY PRECAUTION TO PROTECT AND AVOID DAMAGE TO UTILITIES, PAVING, PLANTING, STRUCTURES, FIXTURES, DRAINAGE AND IRRIGATION LINES, ETC .. THE CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ANY AND ALL DAMAGE TO SUCH IMPROVEMENTS AND SHALL COMPLETELY REPAIR OR REPLACE THE SAME AT NO COST TO THE OWNER. B. EXISTING PLANT MATERIALS, PLANTING AREAS AND PLANTS SHALL BE PROTECTED AGAINST TRESPASSING, THEFT, VANDALISM AND DAMAGE OF ANY KIND. IF ANY PLANTS BECOME DAMAGED, STOLEN OR INJURED THEY SHALL BE TREATED OR REPLACED AT THE CONTRACTORS EXPENSE. REPLACEMENT PLANTS SHALL BE OF EQUAL VALUE OF THE ORIGINAL PLANT MATERIAL OR IF NO REPLACEMENT IS AVAILABLE, THE CONTRACTOR SHALL REIMBURSE THE OWNER FOR THE COST OF THE MATERIAL AND INSTALLATION. THE LANDSCAPE ARCHITECT SHALL BE THE RESPONSIBLE PARTY IN DETERMINING THE CONDITION OF THE PLANT MATERIAL, SIZE OF REPLACEMENT AND /OR COST COMPENSATION. 1.11 CLEAN-UP A. DURING THE COURSE OF PLANTING OPERATIONS, EXCESS CONSTRUCTION WASTE MATERIALS SHALL BE REMOVED AND DISPOSED OF OFF-SITE AT A LEGAL DISPOSAL SITE. B. PRIOR TO NOTICE OF COMPLETION, THE ENTIRE LANDSCAPED AREA SHALL BE CLEANED TO THE SATISFACTION OF THE OWNER'S REPRESENTATIVE. 1.12 SITE OBSERVATIONS A. CONTRACTOR SHALL GIVE FORTY-EIGHT ( 48) HOURS NOTICE AND SET APPOINTMENTS FOR ALL SITE OBSERVATIONS. B. SITE OBSERVATIONS BY THE lANDSCAPE ARCHITECT SHALL BE SCHEDULED AS SPECIFIED IN THE NOTES ON PLANS ORAS DIRECTED BY THE OWNER. C. OBSERVATIONS SHALL BE CALLED FOR AT THE END OF ALL PLANTING OPERATIONS FOR THE PURPOSE OF DETERMINING COMPLIANCE WITH PLANS AND SPECIFICATIONS, WORKMANSHIP, AND CLEANUP. CONTRACTOR SHALL SECURE WRITIEN VERIFICATION OF OBSERVATION DATA, AND MAKE ANY CORRECTIONS REQUIRED TO WORK BEFORE BEGINNING THE MAINTENANCE PERIOD. D. IN THE EVENT THE CONTRACTOR REQUESTS OBSERVATION OF WORK AND SAID WORK IS INCOMPLETE, THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBSERVATION COSTS INCURRED BY THE LANDSCAPE ARCHITECT. 1.13 FINAL SITE OBSERVATION AND ACCEPTANCE A FINAL SITE OBSERVATION OF PLANTING WILL BE MADE AT THE CONTRACTORS REQUEST AND UPON COMPLETION OF THE MAINTENANCE PERIOD. B. THE WORK UNDER THIS CONTRACT WILL BE ACCEPTED BY THE LANDSCAPE ARCHITECT UPON THE SATISFACTORY COMPLETION OF ALL WORK, INCLUDING MAINTENANCE, BUT EXCLUSIVE OF THE GUARANTEE OF PLANT MATERIALS. 1.14 GUARANTEE AND REPLACEMENT A. THE CONTRACTOR SHALL GUARANTEE THAT ALL PLANTS PLANTED UNDER THIS CONTRACT SHALL BE IN GOOD, HEALTHY AND FLOURISHING CONDITION OF ACTIVE GROWTH AT THE END OF ONE GROWING YEP.R FROM THE DATE OF ACCEPTANCE. ALL OTHER PLANT MATERIALS SHALL BE GUARANTEED UNTIL FINAL ACCEPTANCE OF THE MAINTENANCE PERIOD. B. ALL DEAD PLANTS AND ALL PLANTS THAT LOSE MORE THAN 30% OF THEIR ORIGINAL LEAVES, OR AS DETERMINED BY THE OWNER'S REPRESENTATIVE SHALL BE REPLACED WITHOUT COST TO THE OWNER WITHIN ( 10) DAYS OF NOTICE. C. REPLACEMENT PLANT MATERiAL AND SEEDING SHALL BE OF COMPARABLE QUALITY AND SIZE TO THAT WHICH WAS ORIGINALLY INSTALLED. ALL PLANT MATERIAL REPLACED SHALL BE GUARANTEED FOR THE ORIGINAL PERIOD, STARTING FROM THE DATE OF REPLACEMENT. 1.15 SUBMmALS A. SUBMIT LIST WITH SOURCES AND QUANTITIES TO lANDSCAPE ARCHITECT OF SOIL AMENDMENTS, FERTILIZERS, PLANT MATERIALS, AND MULCH WITH QUANTITIES OF EACH TO BE USED ON THE JOB. RETAIN AND SUBMIT RECEIPTS AS REQUESTED BY THE lANDSCAPE ARCHITECT. 1.16 PUBLIC SAFETY A. THE CONTRACTOR SHALL TAKE ALL PRECAUTIONS TO INSURE THE SAFETY OF ALL WORKERS, PEDESTRIANS AND ADJACENT PROPERTY IN ACCORDANCE WITH CALIFORNIA/OSHA REQUIREMENTS. THE LANDSCAPE ARCHITECT AND HIS CONSULTANTS DO NOT PRACTICE OR CONSULT IN THE FIELD OF SAFETY ENGINEERING. WE DO NOT DIRECT THE CONTRACTORS OPERATIONS AND WE CAN NOT BE RESPONSIBLE FOR PERSONNEL OTHER THAN OUR OWN ON THE SITE. THE SAFETY OF OTHERS IS THE RESPONSIBILITY OF THE CONTRACTOR. THE CONTRACTOR SHALL NOTIFY THE U\NDSCAPE ARCHITECT IF HE CONSIDERS ANY OF THE RECOMMENDED ACTIONS IN THE CONTRACT DOCUMENTS TO BE UNSAFE. 1.17 AS-BUILTINFORMATION A. A SET OF CONTRACT DRAWINGS THAT ARE VERIFIED BY THE CONTRACTOR TO BE AN 'APPROVED SET OF THE GOVERNING AGENCY SHALL BE KEPT AT THE SITE OFFICE DURING CONSTRUCTION. ALL WORK THAT IS INSTALLED SHALL BE REVIEWED FOR CONFORMANCE WITH THE PLANS. IF NEW WORK OR WORK AS SHOWN ON THE PLANS IS DIFFERENT, THE CONTRACTOR SHALL NOTE THE INSTALlATION ON THE RECORD DRAWINGS. THE MARKED DRAWINGS SHALL BE KEPT CURRENT AS THE WORK PROGRESSES AND SHALL BE AVAilABLE FOR INSPECTION BY THE OWNER'S REPRESENTATIVE UPON REQUEST. AT 2 VVEEKS PRIOR TO THE "NOTICE OF COMPLETION", THESE OR A COPY OF THE AS-BUILT DRAWINGS SHALL BE DELIVERED TO THE OWNER'S REPRESENTATIVE. PART 2-MATERIALS 2.01 PLANT MATERIALS A. ALL PlANTS SHALL BE NURSERY GROWN IN ACCORDANCE WITH GOOD HORTICULTURAL PRACTICES, AND SHALL BE GROWN UNDER CLIIVlATIC CONDITIONS SIMILAR TO THOSE IN THE LOCALITY OF THE PROJECT FOR AT LEAST ONE YEAR. B. PLANTS SHALL BE TYPICAL OF THEIR SPECIES OR VARIE1Y AND SHALL HAVE NORMAL HABITS OF GROWfH. THEY SHALL BE FREE OF DISEASE, INSECT PESTS OR THEIR EGGS, SUN-SCALE INJURES, ABRASIONS OR DISFIGUREMENTS, AND SHALL HAVE HEALTHY, WELL-DEVELOPED ROOT SYSTEMS. C. TREES SHALL HAVE STRAIGHT TRUNKS UNLESS OTHERWISE SPECIFIED, WITH THE LEADER INTACT, UNDAMAGED, AND UNCUT. DAMAGED OR PRUNED TERMINAL LEADERS WILL BE CAUSE FOR REJECTION. PLANTS SHALL NOT BE PRUNED PRIOR TO DELIVERY EXCEPT UPON THE SPECIAL APPROVAL OF THE LANDSCAPE ARCHITECT. D. ALL PlANTS SHALL CONFORM TO THE MEASUREMENTS SPECIFIED ON THE PLANTING PLAN EXCEPT THAT PLANTS LARGER THAN SPECIFIED MAY BE USED. USE OF SUCH PLANTS SHALL NOT INCREASE THE CONTRACT PRICE. E. CONTAINER STOCK ( 1,5,15 GAL., AND BOX SIZES) SHALL HAVE GROWN IN THE CONTAINERS IN WHICH DELIVERED FOR AT LEAST 6 MONTHS BUT NOT OVER TWO YEARS, AND SHALL IN NO CASE BE ACCEPTED IF A ROOT BOUND CONDITION HAS BECOME PREVALENT. 2.02 LANDSCAPE MATERIALS A. "PLANTING TABLETS" SHALL BE GRO-POWER PlANTING TABLETS 12-8-8 ( 12 MONTH SLOW RELEASE FORMULATION) • B. "MULCH" SHALL BE 'FOREST FINES' AVAILABLE THROUGH AGRISERVICE. C. "HERBICIDE" SHALL BE ROUND~UP BY MONSANTO CORP08ATION OR EQUIVALENT. D. ~PRE-EMERGENT" HERBICIDE SHALL BE TREFLAN, SURFLAN, EPTAN OR EQUIVALENT. E. "NAILS", "WIRE", "HARDWARE", "STAPLES", AND "TURNBUCKLES" SHALL BE HOT DIPPED GALVANIZED. F. ~EROSION CONTROL FABRIC BLANKET" NOT USED PART 3 -INSTALLATION 3.01 GENERAL REQUIREMENTS A. INSTALLER MUST EXAMINE THE SUBGRADE, VERIFY THE ELEVATION AND OBSERVE THE CONDITIONS UNDER WHICH WORK IS TO BE PERFORMED. IF SITE CONDITIONS VARY FROM THOSE SHOWN ON THE DRAWINGS, CONTRACTOR SHALL NOTIFY THE LANDSCAPE ARCHITECT AND GENERAL CONTRACTOR BEFORE COMMENCING WORK. B. WHEN CONDITIONS DETRIMENTAL TO PLANT GROWTH ARE ENCOUNTERED OR FORESEEN SUCH AS, BUT NOT LIMITED TO PAVING, RUBBLE FILL, ENGINEERING FILL, ADVERSE DRAINAGE CONDITIONS, TOXIC SUBSTANCES OR OBSTRUCTIONS, NOTIFY OWNER'S REPRESENTATIVE BEFORE PLANTING. 3.02 WEED KILL A. IRRIGATE SITE NORMALLY FOR TWO WEEK& 'TO GERMINATE WEEDS. APPLY CONTACT HERBICIDE PER MANUFACTURER. B. WHEN ALL WEEDS HAVE PERISHED AND THE ACTIVE PERIOD OF HERBICIDE HAS EXPIRED ALL WEEDS SHALL BE COMPLETELY TURNED UNDER BY PLOWING, ROTOTILllNG OR OTHER MECHANICAL MEANS. IF PERSISTENT REPEAT APPLICATION TO ASSURE ERADICATION. C. ALL HERBICIDE APPLICATIONS SHALL BE PERFORMED BY A LICENSED AND BONDED OPERATOR D. APPLY PRE-EMERGENT HERBICIDE AS NOTED UNDER MATERIALS AND AT THE RATES AS SPECIFIED BY THE MANUFACTURER. 3.03 SOIL PREPARATION A. SOIL PREPARATION SHALL OCCUR NOT MORE THAN 30 DAYS PRIOR TO PLANTING. ALL PLANTING AREAS WITH ASPHALT, ENGINEERED FILL OR OTHER DELETERIOUS MATERIAL SHALL BE THOROUGHLY DUG OUT THROUGH SUB~BASE MATERIAL AND BACKFILLED WITH TOPSOIL. 8. APPLY SOIL AMENDMENTS RECOMMENDED IN SOILS TEST, EVENLY AND AT THE SPECIFIED APPLICATION RATES. SEE CONTRACT DOCUMENTS FOR SPECIFIC RECOMMENDATIONS C. ROTOTILL TOP 6" OF SOIL TO A LOOSE AND FRIABLE CONSISTENCY. D. SLOPES STEEPER THAN 3:1 SHALL BE RAKED, BUT SHALL NOT RECEIVE SOIL AMENDMENTS EXCEPT AT EACH PLANT PIT BACKFILL. 3.04 FINISH GRADING A FINISH GRADING AFTER SOIL PREPARATION SHALL ESTABLISH FINAL FLOW LINES AND GRADIENTS FOR UNIFORM WATER DRAINAGE. B. FINISHED GRADES SHALL BE SMOOTH, COMPACTED AND FREE FROM IRREGULAR CHANGES. SWALES SHALL READILY DRAIN AND BE FREE OF LUMPS OR HOLLOWS. ALL PlANTING BEDS SHALL DRAIN REGULARLY AS NOTED ON THE CONSTRUCTION DOCUMENTS OR AT A MINIMUM OF 2%, AWAY FROM BUILDINGS, WALLS AND TOWARD ROADWAYS, DRAINS AND CATCH BASINS. C. FINISHED GRADES SHALL BE A MINIMUM OF 2" BELOW ADJACENT PAVING IN GROUND COVEPJSHRUB BEDS. WHERE DRAINAGE FLOW IS INTERRUPTED BY MOW STRIPS, TRANSITION TO LEVEL WITH GRADEATTHESE LOCATIONS SO AS NOT TO OBSTRUCT FLOW. WHERE PAVEMENT OBSTRUCTS FLOW, CONTACT THE 0\IVNERS REPRESENTATIVE FOR DIRECTION. LANDSCAPE SHEET LEGEND: 3.05 LAYOUT A. LAYOUT OF ALL TREES, SHRUB MASSES, HEADER BOARDS, AND OTHER lANDSCAPE ELEMENTS SHALL BE STAKED BY THE CONTRACTOR IN THE FIELD FOR APPROVAL BY THE·LANDSCAPE ARCHITECT PRIOR TO INSTALLATION. - B. PLANT ARRANGEMENTS ARE SHOWN ON DRAWINGS. HOWEVER, FINAL LOCATION AND/OR ORIENTATION OF ANY OR ALL PLANTS SHALL BE AS DIRECTED BY THE LANDSCAPE ARCHITECT. CONTRACTOR SHALL MAKE ANY CHANGES IN LOCATIONS OF PROPOSED PLANTING, AS MAY BE REQUIRED, WITHOUT ADDITIONAL COST TO THE OWNER. C. PRIOR TO PLANTING, CONTRACTOR SHALL SURVEY SITE FOR POTENTIAL PLANT MATERIAL CONFLICTS. POTENTIAL CONFLICTS INCLUDE, BUT ARE NOT LIMITED TO PLANT MATERIAL OBSTRUCTIONS TO SIGNS, ROOF OVERHANGS, PEDESTRIAN AND VEHICULAR TRAFFIC, ROTOR SPRAY HEADS AND SLOP8LEVEL AREAS WHICH DIFFER IN ELEVATION OF CONFIGURATION FROM EXISTING SITE PLANTING CONDITIONS. 3.06 EXCAVATION OF PLANTING PITS AND BEDS A. ALL EXCAVATED HOLES SHALL HAVE ROUGHENED SURFACES, NOT GLAZED, AND SHALL BE OF THE MINIMUM SIZES INDICATED ON DRAWINGS. B. UNDER NO CIRCUMSTANCES SHALL ANY PLANT PIT OR BED REMAIN OPEN OVERNIGHT UNLESS IT IS PROPERLY BARRICADED. C. FILL EXCAVATIONS FOR ALL REPRESENTATIVE SITE CONDITIONS FOR TREES AND SHRUBS WITH WATER AND ALLOW TO PERGOLA TE OUT OVER A 12 HOUR PERIOD. REFILL HOLE AND IF WATER IS NOT ABSORBED WITHIN 12 HOURS OF THE SECOND FILLING, CONTACT LANDSCAPE ARCHITECT FOR DIRECTION. 3.07 PLANTING A. AFTER PLANTING PITS HAVE BEEN DUG, ADD "PLANTING TABLETS" TO THE PLANTING PITS ACCORDING TO THE FOLLOWING SCHEDULE: ROOTED CUTIINGS, LINERS, 4INCH POTS: PLANT SIZE AMOUNT 1 GALLON 2-10 GRAM. TABLETS 5 GALLON 3-10 GRAM. TABLETS 8. CANNED STOCK SHALL BE REMOVED CAREFULLY FROM CANS AFTER LIGHTLY COMPRESSING THE SIDES OF THE CONTAINERS TO LOOSEN THE ROOT BALL. SLIDE PLANTS OUT OF CANS AND HANDLE BY EARTH BALL ONLY. C. PLANTS SHALL BE SET ON UNAMENDED NATIVE SOIL FIRMLY TAMPED TO PREVENT SETTLING. AFTER BACKFILLING, PLANT CROWN SHALL BE SET SLIGHTLY HIGHER THAN THE SURROUNDING SOIL LEVEL. UPRIGHT PLANTS SHALL BE KEPT IN A VERTICAL POSITION. D. AFTER PLACING IN PIT, WORK "PLANTING BACKFILL MIX" AROUND BALL OF GROUNDCOVER, SHRUBS AND TREES, WATER AND FIRMLY TAMP TO INSURE SOIL IN AND ABOUT ALL ROOTS. E. NO PLANT WILL BE ACCEPTED IF THE ROOTBALL IS BROKEN OR CRACKED, EITHER BEFORE, DURING, OR AFTER THE PROCESS OF INSTALLATION. . F. PRIOR TO PLANTING ALL IRRIGATION SHALL BE FULLY OPERATIONAL AND DRIP IRRIGATION AREAS SHALL HAVE SUPPLY LINE INSTALLED, WITH EMITIERS HELD FOR INSTALLATION UNTIL ALL PLANTING IS COMPLETE. G. ALL PLANTS UNLESS NOTED OTI-iERWISE ON PLANS SHALL BE THOROUGHLY WATERED AT TIME OF PLANTING, TAKING CARE NOT TO COVER CROWNS OF PlANTS WITH WET SOIL. PLANTS SHALL BE KEPT ADEQUATELY WATERED UNTIL TIME OF ACCEPTANCE. H. GROUND COVER PLANTING SHALL BE AS NOTED ON PLANS AND PlANTED ON TRIANGULAR SPACING. EXTEND GROUND COVER TO WITHIN 12 INCHES OF ADJACENT SHRUBS OR TREE TRUNKS. 3.08 FINAL GRADING A. THE FINISHED SURFACE SHALL BE SMOOTH, COMPACTED AND FREE FROM IRREGUlAR CHANGES. SWALES SHALL READILY DRAIN AND BE FREE OF LUMPS OR HOLLOWS. ALL PLANTING BEDS SHALL DRAIN READILY AT A MINIMUM OF 2% AND BE FREE FROM PONDING OR STANDING WATER AT ALL TIMES. IN AREAS WHERE PLANTING BEDS ARE RETAINED BY WALLS, CURBS, TERRACES OR OTHER HARD SURFACES, CARE SHALL BE TAKEN TO PROVIDE PROPER DRAINAGE. B. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO MAKE THE ENTIRE PlANTING AREA SMOOTH AND EVEN, TO INSURE THAT FINISH GRADES SHALL BE 11NCH BELOW THE SURFACE OF WALLS, CURBS AND PAVED AREAS, AND IN ALL CASES WITHOUT ABRUPT CHANGES IN GRADIENT. 3.11 MAINTENANCE I ESTABLISHMENT PERIOD A THE ENTIRE PROJECT SHALL BE MAINTAINED FOR THE TIME AS SPECIFIED ON PlANS, COMMENCING FROM THE TIME ALL IRRIGATION AND LANDSCAPE WORK HAS BEEN COMPLETED, OBSERVED BY THE LANDSCAPE ARCHITECT, AND WRITTEN NOTICE OF COMPLETION PROVIDED. THE CONTRACTOR SHALL MAINTAIN THE LANDSCAPE ACCORDING TO THE FORGOING ARTICLES AND OF THE SPECIAL PROVISIONS AND TO THE SATISFACTION OF THE OWNER. B. CONTRACTOR SHALL CONTINUOUSLY MAINTAIN ALL AREAS INCLUDED IN THE CONTRACT DOCUMENTS DURING THE PROGRESS OF THE WORK, THROUGH THE MAINTENANCE PERIOD, AND UNTIL NOTICE OF COMPLETION. C. MAINTENANCE OF PLANTED AREAS SHALL INCLUDE, BUT NOT BE LIMITED TO WATERING, PRUNING, EROSION REPAIR, WEED CONTROL, CULTIVATING, MULCHING, SPRAYING, AND REPLACEMENT OF SICK, DEAD OR DAIII1AGED PLANTS TO PROPER GRADES OR UPRIGHT POSITION, MOWING, DEBRIS REMOVAL, AND ALL OTHER CARE NECESSARY FOR PROPER GROWTH AND APPEARANCE OF TI-iE PLANTS. D. DAMAGE RESULTING FROM GULLIES, WASHOUTS, OR OTHER EROSION SHALL BE REPAIRED BY FILLING AND TAMPING, FERTILIZING, AND RE-SEEDING OR REPLANTING BY THE CONTRACTOR AT HIS EXPENSE IF SUCH DAMAGE OCCURS PRIOR TO ACCEPTANCE OF WORK UNDER THIS CONTRACT. E. ALL SHRUBS AND TREES SHALL BE MAINTAINED IN THEIR NATURAL SHAPES. TALL OR SCRAGGLY BRANCHES SHALL BE THINNED OUT WHERE NECESSARY. IN NO CASE SHALL TREES OR SHRUBS BE TRIMMED BY HEADING OR SHEARING. ANY PLANTS SEVERELY PRUNED IN THIS MANNER SHALL BE REMOVED AND REPlACED AT CONTRACTOR'S EXPENSE. F. DURING THE MAINTENANCE PERIOD, ANY PLANT INDICATING WEAKNESS OR PROBABIUTY OF DYING. OR HAVE LOST MORE THAN 30% OF LEAVES SHALL BE REPU\CED BY THE CONTRACTOR AT HIS OWN EXPENSE. G. TREE STAKES WHICH FOR ANY REASON ARE DAMAGED OR RENDERED INADEQUATE FOR SUPPORT SHALL BE REPAIRED AND RESTORED TO THEIR ORIGINAL CONDITIONS. TREE TIES SHALL BE ATTACHED SECURELY. H. CONSTANT DILIGENCE SHALL BE MAINTAINED FOR THE ADVENT OF DISEASE, INSECTS, AND/OR RODENT INFESTATIONS AND PROPER PREVENTATIVE OR CONTROL MEASURES TAKEN. ALL WEEDS IN GROUNDCOVER AREP.S SHALL BE PULLED AS THEY APPEAR AND PRIOR TO SE1TING SEED DURING THE MAINTENANCE PERIOD. J. ALL WALKS, CURBS, AND GUlTERS SHALL BE KEPT CLEAR OF DEBRIS, MUD, DUST, AND STANDING WATER BY SWEEPING AND MOPPING AS REQUIRED TO MAINTAIN CLEANLINESS THROUGHOUT. K. DURING THE MAINTENANCE PERIOD ALL AREAS INCLUDED IN THE CONTRACT SHALL BE CLEAN AND FREE OF DEBRIS AND WEEDS. ALL PLANT MATERIALS SHALL BE LIVE, HEALTHY, AND FREE OF INFESTATION. IF ANY ITEM OR PORTION OF THE CONTRACT WORK IS NOT ACCEPTABLE TO THE OWNER'S REPRESENTATIVE AT THE TIME OF FINAL INSPECTION, CONTRACTOR SHALL BE REQUIRED TO MAINTAIN ALL AREAS INCLUDED IN THE CONTRACT FOR ANY ADDITIONAL PERIOD OF TIME AS MAY BE REQUIRED TO REPAIR DEFECTIVE ITEM OR PORTION. L SETTLING OF MULCHED AREAS AND EROSION OF MULCH WITHIN THE MAINTENANCE PERIOD SHALL BE SUPPLEMENTED WITH ADDITIONAL MULCH AT THE CONTRACTORS EXPENSE TO MEET THE DEPTH AND COVERAGE SPECIFIED. M. SETILING OF AREAS WHICH CAUSES WATER TO POND OR INTERRUPT DRAINAGE FLOWS SHALL BE REPAIRED TO MAINTAIN POSITIVE DRAINAGE. 3.12 WRITIEN NOTICE A. AT THE END OF THE SPECIFIED ESTABLISHMENT PERIOD, THE CONTRACTOR SHALL PRESENT WRITTEN NOTICE TO THE LANDSCAPE ARCHITECT AND OVVNER, THAT HE HAS COMPLETED THE REQUIRED MAINTENANCE AND SUBMIT THE RECORD DRAWINGS. FURTHER MAINTENANCE WILL BE THE RESPONSIBILI1Y OF THE OWNER. -END OF SECTION- CONTRACTOR REPAIR I REPLACE NOTE: LANDSCAPE DEMOLITION LEGEND, NOTES, & PLAN-SHEET LD-1.0 UNLESS OTHERWISE NOTED, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED IRRIGATION/PLANT MATERIAL WI·IICH IS TO BE BE PROTECTED IN PlACE DURING THE CONSTRUCTION PROCESS. REPlACEMENT WILL REQUIRE EXACT MATCH OF DAMAGED COMPONENT I PLANT MATERIAL OR EQUAL TO BE APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALlATION. LANDSCAPE CONSTRUCTION & PLANTING LEGEND, NOTES, & PLANS-SHEETS L-1.0 THRU L-1.1 LANDSCAPE CONSTRUCTION & PLANTING DETAILS-SHEET L-2.0 LANDSCAPE CONSTRUCTION & PLANTING SPECIFICATIONS-SHEET L-3.0 THRU L-3.1 LANDSCAPE IRRIGATION LEGEND, NOTES, & PLANS-SHEET Ll-1.0 THRU Ll-1.1 LANDSCAPE IRRIGATION DETAILS-SHEET Ll-2.0 LANDSCAPE IRRIGATION SPECIFICATIONS-SHEETS Ll-3.0 THRU Ll-3.1 GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650"871"0709 SCHMIDT DESIGN GROUP, INC. ••• • ••• BALANCING ARTISTIC EXPRESSION IN DESIGN WITH EN VI RON MENTAL SENS ITJVJTY 1111 Sixth Avenue, Suite 500, San Diego, CA 92101 telephone {619}236-1462 facsimlle{619}236-8792 www.schmidtdesign.com Lie. CA2138, NV219, AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT CAREG. PROJECT: FILE: ISSUE BID DOVE LlBRARY 15-108 DATE 01/29/2016 SHEET TITLE AND NO. LANDSCAPE PLANTING SPECIFICATIONS L-2.0 3 I " FROM PRESSURE REGULA TOR SEE NOTE 2 f SIDEWALK ! CURB ETER BDX WITH BOLT OWN LID -SIZE TO FIT POTABLE WATER METER -24" ____ _,"" POTABLE SERVICE LINE ~~~tiE~~~~~-~---.-; ;;E 1---10' MINIMUM TO POTABLE MAINLINE IN STREET NOTE: RECYCLED WATER IRRIGATION MAINLINE WITH PURPLE SLEEVE VERTICAL CLEARANCE OF 12" MINIMUM IS MANDATORY WHEN CROSSING PATH OF A POTABLE WATER LINE. INSTALLATION OF RECYCLED WATER IRRIGATION MAINLINE 24" FROM FACE OF SIDEWALK WILL PROVIDE THE NECESSARY 10' HORIZONTAL CLEARANCE FROM POTABLE MAINLINE IN STREET. 1--------CD POTABLE MAINLINE CROSSING NO SCALE ~~ ftj~ ~ ~ 5/i) €l ~~ TO MASTER VALVE & FLOW SENSOR PLAN VIEW ~ /~~~ ~{ ;;rr iff« <::f.;(':: < /(2;j 0>- FROM PRESSURE TO MASTER REGULATOR VALVE & FLOW SEE NOTE 2 &,~C::~~1~ oo Q<s';QOo~Oci'ob~ SENSOR ~ 0~~00 J?~~~ ~~00 oc)Qi i1Q o o)Jj i1Q o~ 0':() (j ~ 0 0 oo 0 0 PROFILE ~ METER Y-STRAI NER CHECK VALVE PRESSURE TESL: MASTER FLOW I REGULA TOR STATlD]'i· VALVE SENSOR POC SEQUENCE ~NOTES: ~ 11 REFER TO SECTION 1S1S1 AND 15152 OF THE SPEC IF I CATIONS ~ 21 INSTALL ONE TEST STATION LOCATED ~ REGULATOR VALVE PER WR-03 DIRECTLY DOWNSTREAM OF I RR I GAT I ON CHECK AND PRESSURE ~ 31 SECOND CROSS CONNECTION TEST STATION INSTALLED AT FAR END OF ON-SITE MAIN LINE ~ 4 J BRAND "TS" ON PLASTIC TEST STATION LIDS ITEM SIZE AND DESCRIPTION iTEM SIZE AND DESCRIPTION c NO NO " 1 19rrm ( 3,4" l SCH 80 PVC 90 ELL 5 19mrn { 3,/ l SCHEDUI E 80 BRASS N J PPLE 2 19m11 {3'/ l SCH 80 BRAS-S CLOSE NIPPLE 6 METER BOX WITH PURPLE COLORED LID 3 19nm ( 3tt{' l BRASS LOCKABLE BALL VALVE, 7 LINE SIZE BRASS BALL VALVE FJP x METER SWIVEL 8 LINE SIZE x 19mTI !3,.4") SCH 80 TEE ~ 4 19mm x brrm [ 31.-t' X 1.-t{' J BRASS THREADED 9 TYPE "K" COPPER DR BRASS PIPE ONLY g BUSHING WITH 5.3mm (1//l CAPPED DUTLE! 10 150mrn r6"l BASE OF 10mrn [3rg"J ROCK 25mm ( 1 u) AND 50mm ( 2 u) I WATER AGENCIES STANDARDS RECYCLED WATER IRRIGATION I COMMITTEE APPROVAL· 11/03/2005 z CROSS CONNECTION TEST STATION J DRAWING NUMBER: WR-04 N " ' ~ ~ ~ % • ~ I 0 2 LEGEND: @I£ ALL MANIFOLD PIPING TO BE PURPLE PVC AND ALL VALVES SHALL HAVE PURPLE TOP FOR RECLAMED WATER. NOTES: G) PRESSURE SUPPLY LINE (SEE PLAN FOR SIZE) ® BALL VALVES (SEE IRRIGATION LEGEND) A. EACH MANIFOLD SHALL HAVE A MAX MUM OF 15' SEPARATION. ALL MANIFOLDS ARE TO BE INSTALLED IN PLANTER AREAS WHENEVER POSSIBLE. @ QUICK COUPLER {SEE IRRIGATION LEGEND) @_) HEAT BRAND ALL VALVES B. ALL VALVE BOXES SHALL BE PURPLE WITH LOCKING COVERS FOR RECLAIMED WATER. @) ELECTRIC CONTROL VALVE @) MANIFOLD PIPE-SAME SIZE AS PRESSURE SUPPLY LINE LOCATED UNDERNEATH VALVE BOXES C. ALL VALVES SHALL BE LABELED WITH 'DO NOT DRINK.' MANIFOLD CONFIGURATION FOR RECLAIMED WATER NO SCALE 30Drrrn 112"1 MINIMUM MOUNTING l ;scREW LOCATION -+ I ~s site is ~ 1rrigated with I "'"' ~ RECYCLED WATER N wz ~5 v AGUA RECICLADA --o"' ! ® ~ ru« DO NOT NO BEBA :--::: g -~<I: :-DRINK EL AGUA =~ '---~~ L Agency of J~ction Nam\ _j '--I - .13Brrrn 111'i'l BORDER \ I MOUNTING AGENCY OF JURISDICTION TYPICAL All AROUND SCREW LOCA T!DN NAMEJNLY IF REQUIRED 450rrrn < 18" I "DO NOT DRINK" SIGN "DO NOT DRINK" ~.i.-1-i) SIGN. SEE DETAIL ~-""@';:-~- ABOVE llm".:_~___;::u• ~ WOOD POST, SEE u ~ NOTE 4 BELOW ~ ~ FINISH GRAOE~C::: __ . ' :~' <r~~ CONCRETE'""' : :: :, . ~ ~\-:-::; § NOTES: ~ IB I MIN 11 REFER TO SECTION 15151 OF THE SPECIFICATIONS 2 I SIGNS SHALL BE MANUFACTURED OF ALUMINUM SHEET. THICKNESS 1. 6rrm J( 0.080"J OR 18 GAGE I 3 I THE SIGN SHALL INCORPORATE A PURPLE BACKGROUND WITH WHITE LETTERS AND SYMBOLS 4 I SIGNS SHALL BE MOUNTED ON A 1001Tfl1 x 1DOrrm (4" x 4"1 PRESSURE TREATED WOOD POST SET IN CONCRETE. ATTACH THE SIGN TO THE POST USING 6.4rrrn x 38rrrn <''<' x 21,{1 ANODIZED LAG SCREWS AND WASHERS ( 2 EACH I RECYCLED WATER "DO NOT DRINK II l YATER AGENCIES STANDARDS sIGN I COMMITTEE APPROVAL: 11/16/2007 I DRATING NUMBER: WM-08 CROSS CONNECTION TEST STATION NO SCALE f4\-R~E~C~Y~C~L=E~D~W~A~T_E_R~S~IG~N----------------------------­V NO SCALE GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 21 I LINDEN AVENUE SO. SAN FRANCISCO CA94080 USA 65 o·s 71'0709 SCHMIDT DESIGN GROUP, INC . ••• ,,. ••• BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY 1111 Sixth Avenue, Suite soo, San Diego, CA !j210l telephone{619}236-1462 facsimile{61g}z36-8]92 www.schmidtdesign.com Lie. CA 2138, NV 219, AZ 34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT CAREG. PROJECT: FILE: ISSUE BIO DOVE LIBRARY 15-108 DATE 01/29/2016 SHEET TITLE AND NO. LANDSCAPE IRRIGATION DETAILS Ll-2.1 RECLAIMED WATER CONSTRUCTION DOCUMENTS for.· DOVE CARLSBAD LIBRARY ... FIREPLACE + COURTYARD RENOVATIONS RECYCLED WATER NOTES: 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE CARLSBAD MUNICIPAL WATER DISTRICT'S RULES AND REGULATIONS. 2. DRINKING WATER FOUNTAINS AND DESIGNATED OUTDOOR EATING AREAS SHALL BE PROTECTED AGAINST CONTACT WITH RECYCLED WATER SPRAY, MIST, OR RUNOFF. 3. BEST MANAGEMENT PRACTICES SHALL BE USED TO ELIMINATE, OR CONTROL TO THE BEST EXTENT POSSIBLE PONDING, RUN-OFF, OVER-SPRAY, AND MISTING .. 4. HOSE BIBS ARE STRICTLY PROHIBITED. 5. CROSS-CONNECTIONS BETWEEN RECYCLED WATER LINES AND POTABLE WATER LINES ARE STRICTLY PROHIBITED. 6. NO SUBSTITUTIONS OF PIPE MATERIALS WILL BE ALLOWED WITHOUT PRIOR APPROVAL OF THE CARLSBAD MUNICIPAL WATER DISTRICT. 7. ALL MAINLINE PIPES SHALL HAVE WARNING TAPE PER THE CARLSBAD MUNICIPAL WATER DISTRICT'S RULES AND REGULATIONS. B. HOURS FOR IRRIGATION WITH RECYCLED WATER ARE FROM 9:00P.M. TO 6:00 A.M. THE HOURS FOR IRRIGATION WITH DISINFECTED TERTIARY RECYCLED WATER MAY BE MODIFIED BY LOCAL AUTHORITY. IRRIGATION DURING PUBLIC USE PERIODS WITH DISINFECTED TERTIARY RECYCLED WATER SHALL BE UNDER THE SUPERVISION OF THE DESIGNATED USER SUPERVISOR. IRRIGATION WITH WATER OF A LESSER QUALITY THAN DISINFECTED TERTIARY RECYCLED WATER SHALL BE BETWEEN THE HOURS OF 9:00P.M. AND 6:00A.M. 9. BURIAL OF ALL WIRING AND PIPING SHALL MEET THE CARLSBAD MUNICIPAL WATER DISTRICT'S RULES AND REGULATIONS. 10. NON-DESIGNATED USE AREAS SHALL BE PROTECTED FROM CONTACT WITH RECYCLED WATER, WHETHER BY WINDBLOWIN SPRAY OR BY DIRECT APPLICATION THROUGH IRRIGATION OR OTHER USE. LACK OF PROTECTION, WHETHER BY DESIGN, CONSTRUCTION PRACTICE DR SYSTEM OPERATION, IS STRICTLY PROHIBITED. 11. IRRIGATION HEADS SHALL BE RELOCATED DR ADJUSTED TO MINIMIZE DR ELIMINATE OVER-SPRAYING ON SIDEWALKS, STREETS AND NON-DESIGNATED USE AREAS. 12. RECYCLED WATER QUICK COUPLING VALVES SHALL BE OF A TYPE DESIGNED 'FOR THE USE ON RECYCLED WATER DISTRIBUTION SYSTEMS PER CARLSBAD MUNICIPAL WATER DISTRICT'S RULES AND REGULATIONS. 13. ON RECYCLED WATER SYSTEMS, ALL APPURTENANCES (SPRINKLER HEADS, VALVE BOXES, ETC.) SHALL BE COLOR-CODED PURPLE PER AWWA GUIDELINES AND SECTION 116B15 OF THE CALIFORNIA HEALTH AND SAFETY CODE. 14. ALL IRRIGATION PIPES SHALL BE STENCILED WITH THE WARNING, "NON-POTABLE DR RECYCLED WATER," COLOR-CODED (PURPLE), AND LAID WITH WARNING TAPE AND STENCILING ORIENTED TOWARD THE TOP OF THE TRENCH PER CARLSBAD MUNICIPAL WATER DISTRICT'S RULES AND REGULATIONS. 15. ON NEW ON-SITE SYSTEMS (POST-METER), POTABLE WATER, CONSTANT PRESSURE RECYCLED WATER, AND SEWER LINES SHOULD BE PLACED A MINIMUM OF FOUR FEET APART DR AS DIRECTED BY THE PROJECT ENGINEER AND/OR REGULATORY AGENCY. MEASUREMENTS SHALL BE BETWEEN FACING- SURFACES, NOT PIPE CENTER LINES. 16. CONSTANT PRESSURE RECYCLED WATER LINES SHALL CROSS AT LEAST 12 (TWELVE) INCHES BELOW POTABLE WATER LINES AND MAINTAIN AT LEAST 12 (TWELVE) INCHES CROSSING SEPARATION BETWEEN OTHER UTILITIES. 17. IF A CONSTANT PRESSURE RECYCLED WATER LINE MUST BE INSTALLED ABOVE A POTABLE WATER LINE OR LESS THAN 121NCHES BELOW A POTABLE WATER LINE, THEN THE RECYCLED WATER LINE SHALL BE INSTALLED WITHIN AN APPROVED PROTECTIVE SLEEVE AS PER THE SAN DIEGO WATER DISTRICT'S RULES AND REGULATIONS. 1B. DEVLDPERICONTRACTOR SHALL CONDUCT ACROSS-CONNECTION TEST AS DIRECTED BY THE CARLSBAD MUNICIPAL WATER DISTRICT AND THE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH PRIOR TO ANY USE OF RECYCLED WATER. 19. THE REQUIRED CROSS-CONNECTION INSPECTION SHALL BE DONE BY EITHER THE CARLSBAD MUNICIPAL WATER DISTRICT AND/OR THE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH. COPIES OF INSPECTION REPORTS WILL BE FORWARDED TO THE NON-INSPECTING PARTY. 20. THE DESIGN AND LOCATIONS PROPOSED FOR RECYCLED WATER "DO NOT . DRINK" SIGNS SHALL BE CALLED OUT ON THE PLANS. 2·1. WHEN RECYCLED WATER BECOMES AVAILABLE, AN ON-SITE USER SUPERVISOR SHALL BE DESIGNATED IN WIRITING. THIS INDIVIDUAL SHALL BE FAMILIAR WITH PLUMBING SYSTEMS WITHIN THE PROPERTY, WITH THE BASIC CONCEPTS OF BACKFLDW/CROSS-CONNECTION PROTECTION, THE RECYCLED PURVEYOR'S RULES AND REGULATIONS AND THE SPECIFIC REQUIREMENTS OF A RECYCLED WATER SYSTEM. COPIES OF THE DESIGNATION, WITH CONTACT PHONE NUMBERS SHALL BE PROVIDED TO THE CARLSBAD MUNICIPAL WATER DISTRICT AND/OR THE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH. IN CASE OF EMERGENCY: CONTACT _ _..,.,NA"'M"'E:::----AT --;:P:;-H;::OccN:;:E-;cN,;-U;-;-M;;:B:;:E-;::R OR AFTER HOURS: CONTACT _ _..,.,NA"'M"'E:::-___ AT---;:P:;-;H:::O,-;NE;=-;-cN;-;;UM;-;;B:::;E=;:R 22. ALL PUBLIC AND PRIVATE POTABLE WATER MAINS, INCLUDING FIRE MAINS AND ANY WATER WELLS AND WATER COURSES WITHIN THE RECYCLED WATER PROJECT, SHALL BE SHOWN ON THE PLANS. 23. CALL OUT ON THE PLANS IF THERE ARE OR ARE NOT DRINKING FOUNTAINS AND/ OR DESIGNATED OUTDOOR EATING AREAS ON THIS SITE. 24. EDUCATE ALL MAINTENANCE PERSONNEL ON A CONTINUOUS BASIS OF THE PRESENCE OF RECYCLED WATER. PERSONNEL MUST BE INFORMED THAT RECYCLED WATER IS MEANT FOR IRRIGATION PURPOSES ONLY, AND IS NOT APPROVED FOR DRINKING PURPOSES, HAND WASHING, CLEANING OF TOOLS, ETC. GIVEN THE HIGH TURNOVER RATE OF EMPLOYEES IN THE LANDSCAPE INDUSTRY IT IS IMPORTANT THIS INFORMATION BE DISSEMINATED ON AN ALMOST DAILY BASIS. THE LANDSCAPE CONTRACTOR IS RESPONSIBLE FOR EDUCATING EACH AND EVERY ONE OF YOUR EMPLOYEES. 25. A PHYSICAL SEPARATION SHALL BE PROVIDED BETWEEN ADJACENT AREAS IRRIGATED WITH RECYCLED WATER AND POTABLE WATER. SEPARATION SHALL BE PROVIDED BY DISTANCE, CONCRETE MOW STRIPS, OR OTHER APPROVED METHODS. SIGNAGE NOTES THE FOLLOWING GUIDELINES FOR THE USE OF RECYCLED WATER ARE TO BE PERMANENTLY POSTED INSIDE THE DOOR OF EACH CONTROLLER WHERE THEY. ARE EASY VISIBLE. PLACE ON B-Y," x 11" SIZE SIGN. COLOR: PURPLE BACKGROUND WITH BLACK LET'TERING. GUIDELINES FOR RECYCLED WATER USE 1. IRRIGATE BETWEEN THE HOURS OF 9:00PM AND 6:00AM ONLY. WATERING OUTSIDE THIS TIME FRAME MUST BE DONE MANUALLY WITH QUALIFIED SUPERVISORY PERSONNEL ON-SITE. NO SYSTEM SHALL AT ANY TIME BE LEFT. UNAT'TENDED DURING USE OUTSIDE THE NORMAL SCHEDULE. 2. IRRIGATE IN A MANNER THAT WILL MINIMIZE RUN-OFF, POOLING, AND PONDING. THE APPLICATION RATE SHALL NOT EXCEED THE INFILTRATION RATE OF THE SOIL. TIMERS MUST BE ADJUSTED SO AS TO BE COMPATIBLE WITH THE LOWEST SOIL INFILTRATION RATE PRESENT. THIS PROCEDURE MAY BE FACILITATED BY THE EFFICIENT SCHEDULING OF THE AUTOMATIC CONTROL CLOCKS: (I.E., EMPLOYING THE REPEAT FUNCTION TO BREAK UP THE TOTAL IRRIGATION TIME INTO CYCLES THAT WILL PROMOTE MAXIMUM SOIL ABSORPTION). 3. ADJUST SPRAY HEADS TO ELIMINATE OVER SPRAY ONTO AREAS NOT UNDER THE CONTROL OF THE CUSTOMER. FOR EXAMPLE POOL DECKS, PRIVATE PATIOS AND LOTS, AND STREETS AND SIDEWALKS. 4. MONITOR AND MAINTAIN THE SYSTEM TO MINIMIZE EQUIPMENT AND MATERIAL FAILURE. BROKEN SPRINKLER HEADS, LEAKS, UNRELIABLE VALVES, ETC. SHOULD BE REPAIRED AS THEY BECOME APPARENT. 5. OBTAIN PRIOR APPROVAL OF ALL PROPOSED CHANGES AND MODIFICATIONS TO ANY PRIVATE ON SITE FACILITIES, SUCH CHANGES MUST BE SUBMIT'TED TO AND APPROVED BY THE DISTRICT ENGINEERING OFFICE AND DESIGNED IN ACCORDANCE WITH DISTRICT STANDARDS. 6. ALL RECYCLED WATER SPRINKLER CONTROL VALVES SHALL BE TAGGED WITH IDENTIFICATION TAGS. TAGS SHALL BE WATERPROOF PLASTIC, 3"x4", PURPLE IN COLOR WITH THE WORDS, "WARNING RECYCLED WATER-DO NOT DRINK'' IMPRINTED ON ONE SIDE, AND "AVISO-AGUA IMPURA-NO TOMAR" ON THE OTHER SIDE. IMPRINTING SHALL BE PERMANENT AND BLACK IN COLOR, USE TAGS AS MANUFACTURED BY T. CHRISTY ENTERPRISES OR APPROVED EQUAL. ONE TAG SHALL BEAT'TACHED TO EACH VALVE AS FOLLOWS: 1. ATTACH TO VALVE STEM DIRECTLY OR WITH PLASTIC TIE-WRAP, OR 2.ATTACH TO SOLENOID WIRE DIRECTLY OR WITH PLASTIC TIE-WRAP OR 3. AT'TACH TO VALVE COVER WITH EXISTING VALVE COVER BOLT. 7. ALL SPRINKLER HEADS SHALL BE IDENTIFIED AS RECYCLED WATER SPRINKLER HEADS. EACH AUTOMATIC CONTROLLER AND ITS ASSOCIATED EQUIPMENT SHALL BE IDENTIFIED WITH A SIGN BEARING THE WORDS, "RECYCLED WATER USED FOR IRRIGATION" IN ENGLISH AND SPANISH, WITH BLACK LETTERS 1" HIGH ON A PURPLE BACKGROUND, THE DESIGN SHALL BE PLACED SO THAT IT CAN BE READILY SEEN BY ANY OPERATIONS PERSONNEL UTILIZING EQUIPMENT. INSPECTION PROCEDURES CITY CONSTRUCTION INSPECTION SHALL INCLUDE: A. LOCATION OF PIPE LINES B. TRENCH DEPTH C. REQUIRED SEPARATION (HORIZONTALLY AND VERTICALLY) D. PIPE IDENTIFICATION (P.O.C.'s) POINTS OF CONNECTION E. LOCATION AND IDENTIFICATION OF IRRIGATION EQUIP. F. WARNING SIGNS AT THE SITE AND ON THE TRUCK HAULING RECYCLED WATER (IF RECYCLED WATER IS USED FOR CONSTRUCTION) DISTRICT FINAL INSPECTIONS SHALL INCLUDE: A. COVERAGE TEST, AFTER COMPLETION OF THE SPRINKLER SYSTEM, TO DETERMINE THAT ADEQUACY OF COVERAGE ON THE APPROVED USE AREA AND PROTECTION OF AREAS NOT APPROVED FOR RECEIVING RECYCLED WATER. B. WARNING SIGNS AND LABELS C. QUICK COUPLING VALVES D. ALL ASPECTS OF THE IRRIGATION CONDITION INCLUDING WIND BLOWIN SPRAY, RUN-OFF, AND PONDING. E. REQUIRED PROTECTION OF ALL RESIDENTIAL AREAS F. REQUIRED PROTECTION OF WELLS, STREAMS, RESERVOIRS, ETC. G. CROSS-CONNECTION SHEET INDEX: SHEET IRRIGA TIDN SHEET NAME TITLE Ll-0.5 IRRIGATION TITLE SHEET AND NOTES Ll-1.0 IRRIGATION LEGEND, NOTES, & DETAILS Ll-1.1 IRRIGATION PLAN Ll-2.0 IRRIGATION DETAILS (RECYCLED) Ll-2.1 IRRIGATION DETAILS (RECYCLED) • PLEASE NOTE: PREVIOUSLY APPROVED DEH IRRIGATION PLANS (RW0457) FOR CARLSBAD CITY LIBRARY HAVE BEEN PROVIDED AS A COURTESY AND ARE FOR REFERENCE ONLY. INCLUDED SHEETS ARE AS FOLLOWS: L 1 THRU L6. EXISTING LEGAL DESCRIPTION: PARCEL 2 OF PARCEL MAP NO 16044 IN THE CITY OF CARLSBAD, COUNTY OF SAN DIEGO, STATE OF CALIFORNIA. FILED IN THE OFFICE OF THE COUNTY RECORDER OF SAN DIEGO COUNTY ON APRIL 5, 1990 AS FILE NO. 90-184248 OF OFFICIAL RECORDS. SITE ADDRESS: 6925 EL CAMINO REAL, CARLSBAD, CALIFORNIA 92008 APN#: 215-050-70 DECLARATION OF RESPONSIBLE CHARGE: I HEREBY DECLARE THAT I AM THE LANDSCAPE ARCHITECT OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THIS PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF THE PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD AND THE COUNTY OF SAN DIEGO DEPARTMENT OF ENVIRONMENTAL HEALTH IS CONFINED TO A REVIEW ONLY AND DOES NOT RELIEVE ME, AS THE LANDSCAPE ARCHITECT OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. JEFFERY T. BARR SCHMIDT DESIGN GROUP, INC. 1111 SIXTH AVENUE, SUITE 500 SAN DIEGO, CA 92101 PHONE NO. 858-236-1462 02.03.2016 SIGNATURE DATE JEFFERY T. BAR REGISTRATION NO. 5209 (EXP. 12/31/2017) LEGEND: ----RECYCLED WATER IRRIGATION MAINLINE (PURPLE) [jffi] RECYCLED WATER METER LOCATION I SERVICE U RECYCLED WATER 'DO NOT DRINK' SIGN ----POTABLE WATER MAINLINE ~ POTABLE SERVICE TO BUILDING RECYCLED WATER PROJECT SITE MAP SCALE: 1" -50' 0" Pacific Ocean VICINITY MAP NO SCALE CONTRACTOR REPAIR I REPLACE NOTE: ANNUAL INSPECTION SHALL INCLUDE: COUNTY OF SAN DIEGO UNLESS OTHERWISE NOTED, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REPAIR AND OR REPLACE ANY DAMAGED IRRIGATION I PLANT MATERIAL WHICH IS TO BE BE PROTECTED IN PLACE DURING THE CONSTRUCTION PROCESS. REPLACEMENT WILL REQUIRE EXACT MATCH OF DAMAGED COMPONENT I PLANT MATERIAL OR EQUAL TO BE APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO REINSTALLATION . 1. A COMPLETE INSPECTION WHICH SHOULD COVER PART "A" AND PART "B". 2. PART "G" SHOULD BE COVERED AT THE DISTRICT'S FINAL INSPECTION. DEPARTMENT OF ENVIRONMENTAL HEALTH LAND AND WATER QUALITY DIVISION GLENN LEEKS DATE ENVIRONMENTAL HEALTH SPECIALIST NOTE: 1. THERE ARE NO EXTERIOR DRINKING FOUNTAINS ON THIS PROJECT. 2. THERE IS NO OUTDOOR EATING AREAS WHICH WILL HAVE CONTACT WITH RECYCLED WATER. SURROUNDING AREAS WHERE FOOD CAN I WILL BE CONSUMED WILL BE IRRIGATED WITH POTABLE WATER. G R 0 U P 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650'871'0709 SCHMIDT DESIG-N GROUP, INC. ••• ;_,. • •• BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY 1111 Sixth Avenue, Suite 500, San Diego, CA 92101 telephone{619}z36·1462 fa~;::imile {619}236-8792 WVNI.schmidtdesign.com LiC.CA2138, NV219, AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT CAREG. PROJECT: FILE: ISSUE BID DOVE LIBRARY 15-108 DATE 01/29/2016 SHEET TITLE AND NO. LANDSCAPE IRRIGATION TITLE SHEET & NOTES Ll-0.5 f1-'4"f LEGEND CD 1" HDPE POLYETHYLENE IRRIGATION LATERAL WITHIN OVERHEAD SOFFIT- SEE IRRIGATION LEGEND 0 0~~~g!t_c6~T~~~~~~~~ ~~~:;~~s SOFFIT, PLACE AT SAME LOCATION ON ALL COLUMNS 0 WOODEN ARCHITECTURAL SURFACE VENEER I ELEMENT (SEE ARCHITECTURAL PLANS) 0 112" HOPE POLYETHYLENE DRIP IRRIGATION LINE (VERTICAL), (SEE IRR. LEGEND) 0 r~g:~g:~~~~ ;~;Pul~~7~~~o~\INE TO EXIT WOOD AND ENTER PLANTER ® CUSTOM PRECAST CONCRETE POT PER CONSTRUCTION LEGEND-SEE SHEET L-1.0. ALL PIPE SHALL BE PURPLE FOR RECYCLEO WATER USE +1'-4"f ALL PIPE SHALL BE PURPLE FOR RECYCLEO WATER USE ~ CD 1" HOPE POLYETHYLENE IRRIGATION LATERAL WITHIN OVERHEAD SOFFIT- SEE IRRIGATION LEGEND 0 PROVJDE CIRCULAR OPENING 2X DIA. OF VERTICAL DRIP TUBE WIHERE LINE EXISTS SOFFIT, PLACE AT SAME LOCATION ON ALL COLUMNS 0 WOODEN ARCHITECTURAL SURFACE VENEER I ELEMENT (SEE ARCHITECTURAL PLANS) 0 112" HOPE POLYETHYLENE DRIP IRRIGATION LINE (VERTICAL), (SEE IRR. LEGEND) 0 PROVJDE PAINTED ESCUTCHEON, AT LOCATION WHERE DRIP IRRIGATION LINE TO EXIT WOOD AND ENTER PLANTER ® 114" INLINE DRIP TUBE, CONTRACTOR TO MAKE (2) CONCENTRIC CIRCLES OF DRIP TUBE@ EACH POT TO DOUBLE WATER OUTPUT, TYP. 0 CUSTOM PRECAST CONCRETE POT PER CONSTRUCTION LEGEND -SEE SHEET L-1.0. ® EXlSTING STUCCO COLUMN I r---------CD COLUMN IRRIGATION AT PLANTED POT f2\ COLUMN IRRIGATION ROUTING ~ NO SCALE 5 Na SCALE SlOE VIEW G) 0 0 0 0 0 0 0 ® @ @ @ FINISH GRAOE RECTANGULAR VALVE BOX WITH COVER: RAIN BIRO 1419-12 WATERPROOF CONNECTION: RAIN BIRO OB SERIES VALVE IOTAG 30-INCH LINEAR LENGTH OF WIRE, COILEO PRESSURE REGULATING FILTER: RAIN BIRO PRF-100-RBY (INCLUOEO IN XCZ-100-PRF KIT) PVC SCH 40 FEMALE AOAPTOR LATERAL PIPE REMOTE CONTROL VALVE: RAIN BIRO 100-0V (INCLUOEO IN XCZ-100-PRF KIT) PVC SCH 40 ELL PVC SCH 80 NIPPLE (LENGTH AS REQUIREO) PVC SCH 80 NIPPLE (2-INCH LENGTH, HIOOEN) ANO PVC SCH 40 ELL) RAINBIRD XCZ-100-PRV-COM 111 DRIP CONTROL VALVE KIT 1" = 1" @ @ @ PVC SCH 40 TEE OR ELL PVC MAINLINE 3-INCH MINIMUM OEPTH OF 3/4-INCH WASHEO GRAVEL 1'-4" .I.F. ALL PIPE SHALL BE PURPLE FOR RECYCLEO WATER USE LEGEND CD EXISTING STUCCO COLUMN 0 PAINTED STEEL CHANNEL ATTACHED TO IPE WOOD PANEL (SEE ARCHITECTURAL PLANS) 0 PAJNTED STEEL CHANNEL ATTACHED TO (E) COLUMN (SEE ARCHITECTURAL PLANS) 0 112" DRIP IRRIGATION LINE FOR PLANTER, FROM SOFFIT - SEE IRRIGATION LEGEND 0 WOOD PANEL MEMBERS (SEE ARCHITECTURAL PLANS) ® 1" HOPE POLY PIPE FROM SOURCE TO OVERHEAD SOFFIT -· (LOCATION IDENTIFIED ON PLAN) NOTES: 1. SEE ARCHITECTURAL PLANS FOR ADDITIONAL INFORMATION ON COLUMN TREATMENTS. 2. VERTICAL IRRIGATION POLY PIPE TO BE SECURED TO EXJSTING STUCCO WALL. CONTRACTOR TO SUBMIT SECURING TIE SAMPLE TO LANDSCAPE ARCHITECT FOR APPROVAL PRIOR TO CONSTRUCTION. f3\ POT IRRIGATION LINE AT COLUMN \V NO SCALE ~ CD FINISH GRAOE ® VALVE BOX, PER SPECIFICATIONS ® AUTOMATIC LINE FLUSHING VALVE 0 PRC REOUCER AOAPTER S X 1/2" FPT (SIZE AS REQ'O) ® BRICK SUPPORTS (THREE) ® 3/4" GRAVEL SUMP; 1 CUBIC FOOT 0 PVC LATERAL OR EXHAUST HEAOER ALL PIPE SHALL BE PURPLE FOR RECYCLEO WATER USE ® AUTOMATIC FLUSH VALVE 6 1----------NO SCALE. TYPICAL OFFSET 2"FROM HARDSCAPE, 4" FROM PLANTED AREA. TECHLINE CV MAXIMUM LENGTH OF SINGLE LATERAL (FEED DRIPPER SPACING 12" 18" 24" DRIPPER FLOW RATE (GPH) D.26 D.4 D.6 D.9 D.26 D.4 D.6 D.9 D.6 D.9 r. I I t= "" r~~ /; /; /; t;;,, TOTALTHE - COMBINED LENGTH OF THESE LATERALS AND SUPPLY HEADER. 111-<----itt---.Jtf-TYPICAL TECH LINE TUBING LATERALS WiTH EMITTER SPACING AS NOTED. TIE DOWN STAKE AT ALL TEES, ELLS, AND AT 5' O.C. AT CLAY, 4' O.C. AT LOAM, OR 3' O.C. AT SAND. AUTOMATIC LINE FLUSHING VALVE PLUMBED TO PVC OR POLY LINE, AS NOTED. ® TYPICAL DRIPLINE REQUIREMENTS NO SCALE 15 127 1D9 86 65 177 151 120 91 152 116 25 427 325 256 194 6D4 459 361 274 458 348 35 539 4D9 322 244 763 579 456 346 580 440 ~Vj z<':. 45 618 469 369 28D 877 664 523 397 666 5D6 TECHLINE CV FLOW PER 100 FEET DRIPPER D.26 GPH DRIPPER D.4 GPH DRIPPER D.6 GPH DRIPPER D.9 GPH DRIPPER SPACING GPH GPM GPH GPM GPH GPM GPH GPM 12" 26.4D 18" 17.58 24" N/A D.44 4D.DD D.67 61.DD 1.D2 92.DD 1.53 D.29 26.67 D.44 41.DD D.68 61.DD 1.D2 N/A N/A N/A 31.DD D.51 46.DD D.77 WATER SOURCE: DRIP VALVE OR LATERAL FROM VALVE. (?)__AUTOMATIC LINE FLUSH VALVE 'r PLUMBED TO PVC OR POLY. TYPICAL SUPPLY HEADER. TYPICAL TECHL!NE DRIPPER LINE TUBING TO BE BURIED 4" BELOW FINISH GRADE IN LANDSCAPE AREAS {1" BELOW FINISH GRADE IN PLANTER POTS). TYPICAL PVC OR POLY SUPPLY OR EXHAUST HEADER TO BE BURRJED MIN 12" BELOW GRADE. I I t:=~,: I I I I !!::: =!I ISLANO LAYOUT ./ (. l \ " /; IRREGULAR AREAS: TRIANGULAR .,;-- 1 ) I I v I l \ ' ~ ~ \ I IRREGULAR AREAS: 000 CURVES COMPARE IT AGAINST THE MAXIMUM LENGTH OF SINGLE LATERAL TAB~ ,bl;;;t;;I~F!=bl.EX~HA.UST F ......._ CHECK LONGEST LATERAL AGAINST MAXIMUM LENGTH OF SINGLE lA.TERAL TABLE. BRANCHING OUT LATERALS HEADER SLOPE FEEO LAYOUT JOINING LATERALS I ALL PIPE SHALL BE PURPLE FOR RECYCLEO WATER USE 4 PLANTER OVER PAVING NO SCALE LEGEND: G) ROOT BALL SLIGHTLY HIGHER THAN FINISH GRADE 0 ~~~~~~~6:~~~~~~i~s I A-1 SOILS 1-858-577-2727 0 PLANTER PER CONSTRUCTION LEGEND 0 ADJACENT ALCOVE WALL 0 ADJACENT PAVING 0 FILTER FABRIC 0 3" THICK, 314" CRUSHED GRAVEL BASE 0 TRANSITION FITTING FROM 112" POLY PIPE TO 114" IN-LINE DRIP TUBING 0 NOT ASSIGNED @ 114" INLINE IRRIGATION DRIP LINE PER PLAN (CONTRACTOR TO MAKE (2) CONCENTRIC CIRCLES WITHIN POT TO DOUBLE DISCHARGE RATE, TYP. @ 2" OIA PVC SUMP VV1TH GRATED CAP ® PLANT MATERIAL PER PLANTING PLAN, SEE SHEET L-1.1). NOTES: 1. SEE PLANTING AND IRRIGATION PLANS. ALL PIPE SHALL BE PURPLE FOR RECYCLED WATER USE LEGENO: 8 AOJACENT PLANTING ~ SUBTERRANEAN EMITTER BOX: RAIN BIRO SEB 7XB 0 0 0 0 0 0 0 AIRNACUUM RELIEF VALVE KIT: RAIN BIRO AR VALVE KIT FINISH GRADE )/2' BLANK ORIPLINE TUBING: RAIN BIRO XFO SERIES BARB X MALE THREAO CONNECTOR: RAIN BIRD XFO-MA FITTING PVC TEE CONNECTED TO PVC HEAOER PIPE 3" MINIMUM OEPTH OF 314" WASHEO GRAVEL BRICK (1 OF 2) 0 :R I VACUUM RELIEF VALVE-RAINBIRD 9 ALL PIPE SHALL BE PURPLE FOR RECYCLEO WATER USE LEGEND: G) WALK OR CURB ® BUILDING WALL (WHERE APPLICABLE) G) FINISH GRADE IN TURF AREAS <I) POP-UP ROTOR HEAD AND NOZZLE ® MULCH LAYER IN PLANTING AREAS ® FINISH GRADE IN PLANTING AREAS (U SCH.80 P.V.C. NIPPLE (2 EACH) SIZE PER HEAD INLET @ PVC STREET ELL (2 EACH) SIZE PER HEAD INLET @ PURPLE PVC LATERAL (PER PLAN) @ PVC TEE OR ELL (SXSXT) @ PURPLE CAP FOR RECYCLED WATER ~ 1. ALL P.V.C. FITTINGS SHALL BESCH. 40 EXCEPT WHERE NOTED. 2. ALL SCH.80 P.V.C. THREADS SHALL BE WRAPPED WITH TEFLON TAPE. OR RECOMMENDED BY MANUFACTURER ® ~:: ~~~~ ~~~~~i POP-UP ROTOR/SPRAY HEAD FOR RECYCLED WATER NO SCALE GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650•871'0709 SCHMIDT DESIGN GROUP, INC. BALANC I Nl~ 'rtEl~,rlsz~CWEI!f~ RESSIO N EN VI RON MENTAL SENSITIVITY 1111 Sixth Ave!'lue, Suite 500, San Diego, CA 92101 telephone {61g}236-1462 facsimile{61g}236-8792 www.sc:hmidtdesign.c:om Lic:.CA2138, NV.zlg, AZ34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 OOVE LANE CARLSBAO, CA 92011 PROJECT CAREG. PROJECT: FILE: ISSUE BID DOVE LIBRARY 15-108 DATE 01/29/2016 SHEET TITLE ANO NO. LANDSCAPE IRRIGATION DETAILS Ll-2.0 r I I I I - -- WEST PATIO FIREPLACE D RECYCLED WATER AREA USE MAP LIMIT OF WORK ---------- --------------I I I I CONNECT NEW 1-1/4" LATERAL LINE TO EXISTING 2" LATERAL LINE@ VALVE EXISTING IRRIGATION MAINLINE CONTRACTOR TO PROTECT IN PLACE RECYCLED WATER SIGN, TYP. SEE DETAIL 4, SHEET Ll-2.1 ---- VALVE #39 & 40 (EXISTING TO REMAIN) CONTRACTOR TO RELOCATE VALVE TO SOUTH PLANTER (WHERE INDICATED) AND EXTEND LATERAL LINE & WIRES AS REQUIRED. CONTRACTOR TO ADJUST EXISTING SPRAY ZONE HEADS AND OR PROVIDE NEW HEADS NORTH OF PROPOSED IMPROVEMENTS TO ACHIEVE PROPER HEAD TO HEAD COVERAGE. VALVE #35 & 37 (EXISTING TO REMAIN) CONTRACTOR TO RELOCATE VALVE TO NORTH PLANTER WHERE IDENTIFIED (ADJACENT VALVE #36) AND EXTEND WIRES & MAINLINE AS REQUIRED. --------~~~~~~~~~~~~~~~---LIMIT OF WORK VALVE#38 (EXISTING) TO REMAIN. CONTRACTOR TO ADJUST EXISTING SPRAY ZONE HEADS AND OR PROVIDE NEW HEADS SOUTH OF PROPOSED IMPROVEMENTS SO AS TO ACHIEVE PROPER HEAD TO HEAD COVERAGE. SEE IRRIGATION LEGEND. ADDITIONALLY, CONTRACTOR SHALL CONNECT EXISTING SPRAY IRRIGATION NORTH OF IMPROVEMENTS AS SHOWN. VALVE#36 (NEW REPLACEMENT DRIP VALVE LOCATION) CONTRACTOR SHALL RE-USE STATION 36 CONTROL WIRE AND CONNECT TO NEW DRIP VALVE FOR PROPOSED OUTDOOR SEATING AREA PLANTERS D D D D D D D SCALE: 1" 30'-0" LIMIT OF WORK ---lllllllllllilll-- 1/2" HOPE POLY PIPE (100PSI) PER LEGEND TO BE INSTALLED UNDER VERTICAL WOODEN ARCHITECTURAL FASCIA AS DETAILED. CONNECTION TO BE MADE FROM SUB-MAIN LOCATED WITHIN OVERHEAD SOFFIT. HOPE POLY PIPE (200PSI) PER LEGEND TO BE INSTALLED WITHIN OPEN CAVITY OF OVERHEAD WALL SOFFIT AS DETAILED. NOTE TO CONTRACTOR: EXISTING VALVE #19 SHALL BE CONVERTED FORM OVERHEAD SPRAY TO INLINE DRIP AS DETAILED WITHIN THESE PLANS, TYP. ALL EXISTING LATERALS TO BE CUT AND CAPPED AND ABANDONED IN PLACE. CONTRACTOR TO INTERCEPT VALVE #19 LATERAL IN THIS lOCATION, AND ADD SUB SYSTEM FOR WATERING PROPOSED POTS. BATIERY OPERATED CONTROLLER (BC) TO MANAGE SUB VALVE I POT IRRIGATION SYSTEM. PIPING SHALL TRANSITION FROM SCH. 40 (WITHIN THE GROUND) TO HOPE POLY PIPE (PER IRR. LEGEND) WHERE POT LATERAL ENTERS CAVITY BEHIND VERTICAL WOOD ACCENT (SEE ARCHITECTURAL PLANS AND DETAILS) SECURE TO STUCCO SURFACE WITH TIES APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO CONSTRUCTION) :'1\o""' \...,u~>- - o""'" 1'-i"'-G 1;~;~~~----------E ~~-~€ ~~~ ~ ----~ ~~ I --- COURTYARD - LIMIT OF WORK SCALE: 3/16" 1' SCALE: 3/16" -1' Scale:~~ 3/16"=1'-o"l ~ I -0 2 4 8 GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650'871'0709 SCHMIDT DESIGN G.ROUP, INC. ••• • • ••• BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY 1111 Si:ct:h Avenue, Suite 500, San Diego, CAg21o1 telephone{61g}236-1462 facslmile{61g}236-8792 www.sc.hmidtdesign.c:om Lk. CA 2138, NV 219, AZ 34139 CARLSBAD DOVE LIBRARY FIREPLACE+ COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT DOVE LIBRARY 0\REG. PROJECT: 15-108 FILE: ISSUE DATE BID Ol/29/2016 SHEET TITLE AND NO. LANDSCAPE IRRIGATION PLAN Ll-1. 1 Apri16, 2016 ADDENDUM NO. 2 RE: DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT BID NO. PWS16-88FAC, CONTRACT NO. 40301 ~.\ City of Carlsbad Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. --receipt acknowledged--must be attached to your Request for Bid when itted. RHONDA HEATHER Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD DOVE LIBRARY EXTERIOR IMPROVEMENTS CONTRACT NO. 4030 Bid No. PWS16-88FAC Addendum No. 2 From: Steve Didier, Project Manager Phone: (760) 994-9485 steven.didier@carlsbadca.gov No. of Pages: 2 (including this page) Date: April 6, 2016 Bid Opening Date: April 11, 2016-2:00pm The following drawings and project technical specification sections have been modified. See narrative below for description. Selected drawings from the narrative list below are issued in the bid addendum as noted and as provided in the Exhibits. Note that the revisions indicated here include revisions marked both Delta 1 and Delta 2. DRAWING REVISIONS ARCHITECTURAL A1.0-Fireplace-Plan Section & Elevation 1. ADDED (2) gas shutoff valves 2. ADDED inset stainless steel box with door to conceal shutoff valves 3. REVISED path of gas line to run behind existing retaining wall. A 1.1 -Fireplace Sections 1. ADDED perforated drain pipe behind fireplace 2. ADDED self-adhering waterproof me!Tlbrane typical on retaining side of CMU walls 3. REVISED concrete spandrel support details. REFERENCE SHEETS-PLUMBING P0.2 -Plumbing Schedules 1. REVISED gas riser diagram P2.1 -First Floor Renovation Plan 1. REVISED path of gas line to run behind existing retaining wall. Contract No. 40301 PWS16-88FAC Addendum No. 2 1 SPECIFICATION REVISIONS ADDED: SECTION 071113-SELF-ADHERING WATERPROOFING Exhibits: 1. Specification Section 071113-Self-Adhering Waterproofing 2. Drawings A 1.0, A 1.1 3. Reference Sheets P0.2, P2.1 END OF NARRATIVE Contract No. 40301 PWS16-88FAC Addendum No. 2 2 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-March 15, 2016 SECTION 071113-SELF-ADHERING SHEET WATERPROOFING PART 1-GENERAL 1.1 1.2 1.3 1.4 A. A. A. A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SECTION INCLUDES Rubberized asphalt, self-adhering, sheet membrane waterproofing system. LEED REQUIREMENTS Refer to Section 01352 for LEED requirements related to this Section. SUBMITTALS Product Data: Submit manufacturer's product data, installation instructions, use limitations and recommendations. Include certification of data indicating VOC (Volatile Organic Compound) content of all components of the waterproofing system. B. Samples for Verification: Submit representative samples of the following for approval: 1. Sheet membrane. 2. Prefabricated drainage composite. 3. Protection board. C. LEED Submittals: Submit information necessary to achieve maximum points for LEED Certification; coordinated and cooperate with Owner and Architect in providing information necessary for LEED Certification. 1. Reporting shall be done online of the following: Appendix A-Total Materials Cost Worksheet, Appendix B -Construction Waste Management Form, Appendix C - Recycled, Regional and Certified Wood Materials Form, and Appendix D-Low- Emitting Materials Form. a. Examples of these forms are enclosed as Appendices for your reference only. The reporting shall be done within the online LEED 2009 NC letter templates and the appropriate sections shall be printed out for each submittal with the submittal information highlighted. 2. The information on the forms will include but not limited to the following: a. Provide distance in air miles from job site to point of manufacture or final assembly /fabrication. b. Provide material cost, excluding labor and transportation. c. Provide% post-industrial and% post-consumer recycled content, and% total recycled content. 3. For Appendix D provide full information and data for all Volatile Organic Compound (VOC) Emissions and Toxic Substances for all substances per the requirements of Section 01352. SELF-ADHERING SHEET WATERPROOFING SECTION 071113 - 1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-March 15, 2016 Group 4 Project No. 14449-01 D. Certificates: Submit the following Appendices: 1. A (Total Materials Cost Worksheet). 2. B (Construction Waste Management Form). 3. C (Recycled, Regional and Certified Wood Materials Form). 4. D (Low-Emitting Materials Form) found in Section 01352. 1.5 QUALITY ASSURANCE A. Manufacturer: Sheet membrane waterproofing systems shall be manufactured and marketed by a firm with a minimum of 20 years experience in the production and sales of self-adhesive sheet membrane waterproofing. Manufacturers proposed for use, but not named in these specifications shall submit evidence of ability to meet all requirements specified, and include a list of projects of similar design and complexity completed within the past 5 years. B. Installer: A firm which has at least 3 years of experience in work of the type required by this section. C. Source Quality Control: For each type of material required for the work of this section, provide primary materials which are the products of one manufacturer. D. Pre-Installation Conference: A pre-installation conference shall be held prior to commencement of field operations to establish procedures to maintain optimum working conditions and to coordinate this work with related and adjacent work. Agenda for meeting shall include review of special details and flashing. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials and products in labeled packages. Store and handle in strict compliance with manufacturer's instructions, recommendations and material safety data sheets. Protect from damage from sunlight, weather, excessive temperatures and construction operations. Remove damaged material from the site and dispose of in accordance with applicable regulations. B. Do not double-stack pallets ofmembrane on the job site. Provide cover on top and all sides, allowing for adequate ventilation. C. Protect primer, mastic and adhesive from moisture and potential sources of ignition. D. Store drainage composite or protection board flat and off the ground. Provide cover on top and all sides. E. Sequence deliveries to avoid delays, but minimize on-site storage. 1.7 PROJECT CONDITIONS A. Perform work only when existing and forecasted weather conditions are within the limits established by the manufacturer of the materials and products used. SECTION 071113 -2 SELF-ADHERING SHEET WATERPROOFING CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-March 15,2016 B. Proceed with installation only when substrate construction and preparation work is complete and in condition to receive sheet membrane waterproofing. 1.8 WARRANTY A. Sheet Membrane Waterproofing: Provide written 5 year material warranty issued by the membrane manufacturer upon completion of the work. PART 2-PRODUCTS 2.1 A. 2.2 A. B. C. D. E. F. MATERIALS Sheet applied self-adhered waterproofing membrane: Blueskin WP200 by Henry, 1.5mm SBS modified bitumen, self-adhering sheet membrane with a cross-laminated polyethylene film having the following physical properties: 1. Thickness: 60 mils (1.5mm) thick, self-adhering, fabric reinforced. AUXILIARY MATERIALS General: Furnish auxiliary materials recommended by waterproofing manufacturer for intended use and compatible with sheet waterproofing. 1. Furnish liquid-type auxiliary materials that comply with VOC limits of authorities having jurisdiction. Primer: Liquid waterborne primer recommended for substrate by manufacturer of sheet waterproofing material. Surface Conditioner: Liquid, waterborne surface conditioner recommended for substrate by manufacturer of sheet waterproofing material. Liquid Membrane: Elastomeric, two-component liquid, cold fluid applied, trowel grade or low viscosity. Prefabricated Drain Boards: two part prefabricated geocomposite drain board consisting of a formed polystyrene or PVC core covered on one side with a woven or non-woven polypropylene filter fabric. 1. Basis-of-design: Henry DB 200 Metal Termination Bars: Aluminum bars, approximately 1 by 1/8 inch (25 by 3 mm) thick, predrilled at 9-inch (229-mm) centers. PART 3-EXECUTION 3.1 A. EXAMINATION The installer shall examine conditions of substrates and other conditions under which this work is to be performed and notify the contractor, in writing, of circumstances detrimental to the proper completion of the work. Do not proceed with work until uns1ftisfactory conditions are corrected. SELF-ADHERING SHEET WATERPROOFING SECTION 071113 - 3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-March 15, 2016 Group 4 Project No. 14449-01 3.2 A. B. c. 3.3 A. B. 3.4 A. B. PREPARATION OF SUBSTRATES Refer to manufacturer's literature for requirements for preparation of substrates. Surfaces shall be structurally sound and free of voids, spalled areas, looser aggregate and sharp protrusions. Remove contaminates such as grease, oil and wax from exposed surfaces. Remove dust, dirt, loose stone and debris. Use repair materials and methods which are acceptable to manufacturer of sheet membrane waterproofing. Cast-In-Place Concrete Substrates: 1. Do not proceed with installation until concrete has properly cured and dried (minimum 7 days for normal structural concrete and minimum 14 days for lightweight structural concrete). 2. Fill form tie rod holes with concrete and finish flush with surrounding surface. 3. Repair bugholes over 13 mm (0.5 in.) in length and 6 mm (0.25 in.) deep and finish flush with surrounding surface. 4. Remove scaling to sound, unaffected concrete and repair exposed area. 5. Grind irregular construction joints to suitable flush surface. Related Materials: Treat joints and install flashing as recommended by waterproofing manufacturer. INSTALLATION Refer to manufacturer's literature for recommendations on installation, including but not limited to, the following: 1. Apply primer at the rate recommended by manufacturer. Recoat areas not waterproofed if contaminated by dust. Mask and protect adjoining exposed finish surfaces to protect those surfaces from excessive application of primer. 2. Delay application of membrane until primer is completely dry. Dry time will vary with weather conditions. · 3. Seal daily terminations with troweled bead of mastic. Apply protection board and related materials in accordance with manufacturer's recommendations. FIELD QUALITY CONTROL Owner will engage an independent testing agency to observe flood testing and examine underside of decks and terminations for evidence of leaks during flood testing. Flood Testing: Flood test each deck area for leaks, according to recommendations in ASTM D5957, after completing waterproofing but before overlying construction is placed. Install temporary containment assemblies, plug or dam drains, and flood with potable water. 1. Flood to an average depth of 2-112 inches (65 mm) with a minimum depth of 1 inch (25 mm) and not exceeding a depth of 4 inches (100 mm). Maintain 2 inches (50 mm) of clearance from top of sheet flashings. 2. Flood each area for 72 hours. 3. After flood testing, repair leaks, repeat flood tests, and make further repairs until waterproofing installation is watertight. SECTION 071113 - 4 SELF-ADHERING SHEET WATERPROOFING CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-March 15, 2016 3.5 CLEANING AND PROTECTION A. Construction Waste Management: Manage construction waste in accordance with provisions of Division 1 Section 'Construction Waste Management'. Submit documentation for Credit MR 2.1 and MR 2.2 to satisfY the requirements of that Section. B. Remove any masking materials after installation. Clean any stains on materials which would be exposed in the completed work. C. Protect completed membrane waterproofing from subsequent construction activities as recommended by manufacturer. END OF SECTION 071113 SELF-ADHERING SHEET WATERPROOFING SECTION 071113 - 5 Blank: Page 12" X 8" X 16" CMU RUNNING COURSE, BELOW !NOTE: ALTERNATE 12" AND 6" CMU BLOCKS AT COLUMN (FULL HEIGHT)! r----12" X 8" X 16" CMU RUNNING "'f12z~~~~ COURSE [J S??S<'iSS<'iS~~S<'iSS<'iS~ tll 6"x8"x16" CMU BLOCK "P FORMING 16" X 18" CMU · . COLUMN • < . (4) #5 VERTICAL CENTERED . IN 6" CMU, EXTEND HOOKED . P3i~:z&'zsl:i88/Z& VERTICAL REINF. INTO 8" ~ CAST IN PLACE CONCRETE SPANDREL, HOLD 2" CLEAR FROM TOP OF CONCRETE -----FULLY GROUTED, TYP. CENTER CMU COLUMN-CONCRETE SPANDREL SUPPORT SCALE: 1-1/2"=1' !NOTE; ALTERNATE 12" AND 6" CMU BLOCKS AT COLUMN (FULL HEIGHT)! 12" X 8" X 16" CMU BLOCK (4) #5 VERTICAL REBAR CENTERED IN 6" CMU. EXTEND HOOKED VERTICAL REINFORCEMENT INTO 8" CAST IN PLACE CONCRETE SPANDREL. HOLD 2" CLEAR FROM TOP OF CONCRETE 6"X8"X 16" CMU BLOCK 12" CMU BLOCK BELOW 12" CMU BLOCK BELOW '----16" X 18" CMU COLUMN SUPPORTING CAST IN PLACE CONCRETE SPANDREL, FULLY GROUTED 1'-4" TYP. FULLY GROUTED, TYP. ALTERNATE BLOCKS AT CMU COLUMN CMU COLUMN-CONCRETE SPANDREL SUPPORT SCALE: 1-1/2"=1' CONCRETE SCORE JOINT, ALIGN TO ADJACENT STUCCO JOINT, TYP. NOTE: AT LOCATIONS WHERE GAS LINE MUST PASS THROUGH CONCRETE BLOCK OR RETAINING WALL, PROVIDE PVC SLEEVE PASS THROUGH PRIOR TO GROUTING ~ PLASTER JOINT, ALIGN TO ADACENT CONCRETE SCORE JOINT, TYP. 5.5 CONCRETE SCORE JOINTS ON ----,.,_ T I I CAST JN PLACE SPANDRELS, CAPS. ALIGN WITH ADJACENT STUCCO JOINTS, TYP. 2'-12" FIREPLACE -PLAN SCALE: 3/8"= 1' ~---- CMUWALL ::: ., "c;~_;,4;.j'F-:--PLASTER OVER CMU WALL, TYP. mttt17TTJr~t;;S~,i (2) SPARK MODERN FIRES LOD60 LINEAR OUTDOOR BURNER UNITS, WITH FIRE ROCKS 12'-3" 50'-8" V.I.F. c-----(E) RETAINING WALL ...----CHIMNEY, SEE 11A1.2 __----FINISHED CONCRETE SURFACE ~ 7.5 T G R 0 U P 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 6508710709 CARLSBAD DOVE LIBRARY FIREPLACE D COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT ARCHITECT CAREG. LICENSE# PROJECT: PROJECT# FILE: FILE# ISSUE DATE BID 12/02/2016 ill P!AN CHECK REV. 03/28/2016 /2;, BID ADDENDUM 03/28/2016 SHEET TITLE AND NO. FIREPLACE A1.0 CONCRETE SPANDREL INTEGRALLY COLORED PLASTER CAP ENDS OF PERF. SCREEN, TYP. EQ. EQ. 4" 0 o0 a 0 o 0 o0 o0o 0 o0o0 a 0 o0 o0 o0 o0o0 o0 0o 0 o0 o0 0o 0 o 0o0 a 0o 0 o0o 0 o0 o 0o0 a 0 o 0o0 o0 o0o0 a 0o0 o0o0 o0o0 o0 o 0 o0o 0 o0o 0 o 0 o0 o 0 o 0o0 o 0 o0 o0 o0 o0 o 0 o0 o0 o0 o0 ~ g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g gg g g gg g g gg g g g g g g g g g g g g g gg g 0 gg g g g g g g g g g g g g g g g g g g g g g g g g g 0 g g g g g g g g g g g g g g g g g gg gg g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g ggo g ogogogogog ogggggagagagago agogogagag gaga gaga g agogagag 0ogogagogagogagogogogagogogag og agogogago gag a gogo gagogogagagogagog agog o0 o0 o0 o 0 o0 o0o0o0 o0 o0 o0 o0 o0 o0 0 o0 o0o0 o0o0 0o0 o0o0 0 0D0 o0o 0o 0o0o 0 o0o0 o0 o0o0 o0o0 o0o0o0o0 o0 o 0 o0o 0 o0o0 o0o0 a0 aaoaao a0 o0 o0 o0o0 o0o0o0 o0 g 6 6 6 6 6 6 ° 6 ° g g g g g 0 g 0 g 0 6 g g g g g 6 0 g g g g g g g g 6 g g g g g 6 g g g 6 g 6 g 6 g 6 6 6 0 6 6 6 g g g g g g 6 g g 6 g g g 6 g 6 g g 6 g g 6 g g g g g g g g g g g g g g g g 6 g 6 g g g g 6 g g 6 g 6 g 6 g g g g g 6 g g g g g g g g gog a 6 o g 6 g 6 g a 6 o 6 6 g 6 g g gogo 6 o 0 agog o gogo gogo o 6 o 6 o 6 o 6 g g g go 6 o o 6 o 6 o 6 o gogo 6 o gogo 6 o 6 o gogo g a 6 o gogo gogo 6 o gogo gogo gogo gogo gogo gogo gogo gogo g g 6 g g g g g g g 6 g g g ~ g g g g g g g g g 6 ° 0 g 6 g gg g g g g g g g g g g g 6 g g g g g g g? g 0 0 g g g g g g g g g g g g g g g g ~ g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g g? g g g g g g g g g g g 6 g COUNTERSINK & PAINT VISIBLE FASTENERS, SPACE EVENLY, 4" FROM EDGES; 12" MAX SPACING PERFORATED METAL SCREEN ENLARGED FIREPLACE SCREEN ELEVATION SCALE: 1 "=1' FIREPLACE -SECTION SCALE: 3/4"=1' _.-----TAPERED CONCRETE CAP AT PLANTERS, TYP. SEE 7/A1.3 ------DRIP IRRIGATION LINES AT PLANTERS, BY OTHERS ELF-ADHERING WATERPROOF MEMBRANE, TYP. ON RETAINING SIDE OF CMU WALLS CONCRETE CAP ~-+--TYPICAL CAST IN PLACE CONCRETE SPANDREL, SEE2/- ,-----\---TAPERED CONCRETE CAP AT PLANTERS, TYP. SEE7/A1.3 [sEE 1/-FOR TYPICAL NOTEs I v-,---PAVING, BY OTHERS. CONTRACTOR TO COORDINATE VARIES, SEE FIREPLACE PLAN V41ES, SEE FIREPLACE PLAN • ~ 1 s: ~ o+ " ~-~.-:;;_--~-/-----..,.,--. ,_;;!-::;-----:;-0) ~--~------------~-~---~ Ll (3) #4 REBAR, TOP AND BOTTOM #3 HOOPS @ 12" D.C. HOLD 1-1/2" CLR. ON ALL SIDES, TYP. SPANDREL AT GAS BURNERS SCALE: 1-1/2"=1' I VARIES, SEE FIREPLACE PLAN r-:---~--~,-----""--;/ . "-,--7 --..,_ .£.-~-..,. --=--~< \ \___#3 HOOP@ 12" O.C., HOLD 1-1/2" CLR. ALL AROUND \___ (3) #4 REBAR, TOP AND BOTTOM TYP. CAST IN PLACE SPANDREL SCALE: 1-1/2"=1' __.-----(E) RETAINING WALL TYP. CAST IN PLACE CONCRETE _r-----PERFORATED METAL SCREEN ~---LINEAR GAS FIREPLACE BURNER UNIT W/ FIRE ROCK PROVIDE 1" DIA. PVC PASS-THROUGH TO FUNCTION AS DRAIN, 24" O.C. TYP. CAST IN PLACE CONCRETE SPANDREL, SEE 4/- IPE WOOD BENCH, SEE 3/A 1.3 PLASTER OVER CMU WALL, TYP. 6" CMUW/#5 REBAR@ 16"VERT. & #4 REBAR @ 16" HORIZ. FULLY 6" CMU W/ #5 REBAR @ 16" VERT. &#4 REBAR@ 16" HORIZ. FULLY GROUTED, TYP. GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650 8710709 CARLSBAD DOVE LIBRARY FIREPLACE D COURTYARD RENOVATIONS 1775 DOVE LANE CARLSBAD, CA 92011 PROJECT ARCHITECT CAREG. LICENSE# PROJECT: PROJECT# FILE: FILE# ISSUE DATE BID 12/02/2016 Lh PLAN CHECK REV. 03/28/2016 & BID ADDENDUM 03/28/2016 SHEET TITLE AND NO. FIREPLACE SECTIONS A1.1 MARK l:l6::l &:1. Ell::l. DESCRIPTION HOSE BIBB BOX FLOOR SINK FLOOR DRAIN \---HPG MIN.ROUGH-IN/CONN. w v HW CW 3/-:' 2" 1 1/2" 1/2" 2" 11/'Z 1/2" PLUMBING SPECIAL TIES TRAP BASED ON: REMARKS OTHER MANUFACTURER & MODEL ACORN 8151 2" J.R. SMITH 3430C 2" 2URN Z415B I (E)1" ABV. GR. STAINLESS STEEL RECESSED HOSIE BOX VllTH WALL FLANGE (SINGLE TEMPERATURE). SEAMLESS CONSTRUCTION, 18 GAGE, TYPE 304 STAINLESS STEEL CAST IRON FLANGE RECEPTOR WITH SEEPAGE HOLES. DOME STRAINER, AND ACID RESISTANT. CONTRACTOR TO PROVIDE TRAP PRIMER CONNECTION. FLOOR DRAIN, DURA COATED CAST IRON BODY WITIH BOTTOM OUTILET, COMBINATION INVIERTIBLE MEIMBRANE CLAMP, WITIH SEIEPAGE SLOTS AND "TYPE B" PEDESTRIAN COVIER. NO-HUB. (E)WA TER HEATER r--------------L--G:-----------------, _} ON Sfi~~FHJODR :~CJ (E)MECHANICAL BOILER (1755 CFH) '------G EDISTING GAS RISER DIAGRAM (E)1" BEL GR. NOTE: UPSIZE THE EXISTING 1" GAS PIPING TO 2" PIPE SIZE TO SERVE THE EXISTING WATER HEATER ON THE SECOND FLOOR AND THE NEW SPARK MODERN FIREPLACE. THE TOTAL DEVELOPED LENGTH OF GAS PIPING SYSTEM IS 450 FEET AT 279 CFH GAS LOAD. NOTE: THE 2" GAS UNE IS TO BE ROUTED INSIDE THE EXISTING CENTRAL PLANT IN THE SAME LOCATION AS THE EXISTING 1" GAS UNE THAT IS BEING REPLACED WHICH INCLUDES WHERE IT EXITS THE BUILDING AND CONTINUES BELOW GRADE IN THE LANDSCAPE AAEA. THIS UNE WILL CONNECT TO THE EXISTING 1" GAS UNE UNDERGROUND TIHAT SERVES THE WATER HEATER ON THE SECOND FLOOR BEFORE CONTINUING TO TIHE FIREPLACE. \---HPG 2" ABV. GR. (EXPOSED) r------------L--G---------------, {E) PRESSURE REGULATOR. ;~CJ {E)MECHANICAL BOILER (1755 CFH) {N) SPARK MODERN (E)QQIIE. FIRES MODEL BEL GR. l.lllRAilY 204~ggs~TUH ---"'=G----------------G-"=-------------------L~ 1-1/4"(TYP) 2" BEL GR. 1-1 /2" BEL GR. REMODEL-GAS RISER DIAGRAM THIS SHEET PROVIDED FOR REFERENCE ONLY AND IS INTENDED TO PROVIDE INFORMATION ABOUT BUILDING GAS LINE (BY OTHERS) FOR FIREPLACE CONNECTION. FIREPLACE CONTRACTOR IS RESPONSIBLE ONLY FOR CONNECTION OF FIREPLACE BURNERS TO GAS LINE. PLUMBING EDUIPMENT SCHEDULE SYIABQ ELEClRICAL REQUIREMENlS OPERATING REMARKS DESCRIPTION \\EIGHT KW VOLTAGE AMPS PHASE ~ COMMERCIAL 18 208 50 THREE 720 LBS. 50 GALLON COMMERCIAL ELECTRIC WATER HEATER SECURED IN PLACE WITH ELECTRIC WATER UNISTRUT ANCHORED TO THE PAD AND REQUIRED SEISMIC RETRAINSlS. BY HEATER BRADFORD WHITE MODEL M-II-5D(A)-18KW PLUMBING FIDTURE SCHEDULE SYMBQ DESCRIPTION WASTE VENT CQD HOT REMARKS 5-1 HAND SINK 2" 11/2" 1/2" 1/2" STAINLESS STEEL JUST 1921-A-GR (19"x21"x6-1/2") ADA COMPUANT WITH CHICAGO FAUaET 201-AGN8AE35-317AB. RIGID /SWING GOOSENECK SPOUT, 1.5 GPM 1\RIST BLADE HANDLES. HAND SINK STAINLESS STEEL OWNER FURNISHED H HAND SINK 2" 11/2" 3/4" 3/4" 3-COMPARThiENT STAINLESS STEEL OWNER FURNISHED ~ TIHREE INDIRECT -3/4" 3/4" COMPARThiENT SINK SYIABQ FIXTURES COMPARThiENT SIZE COMPARThiENlS LOAD (GALLONS) SIZE OF GREASE INTERCEPTOR REMARKS ONE-MINUTE DRAINAGE PERIOD (GPM) Gl-1 18"x18"x12" 3 38 38 NOTES: 1. BASED ON 3 COMPARThiENT SINK INSTALLED AND CONNECTED TO HYDROMECHANICAL GREASE INTERaEPTOR. S!Zl~~ EAB~E!EB.SLQES!~ CB!IEBIA ESIA6U~EQ BY EEY!Q· 3-COMPARTMENT SINK {18"x18"x12") = 38gpm NOTE: IF PRE-RINSE IS PART OF 3-COMPARTMENT SINK, ADD 6.5gpm FLOOR SINK AND FLOOR DRAIN = Ogpm NOTE: IF FLOOR SINK RECIEVES DISCHARGE OTHER TIHAN CON DEN SATE, TIHEN DETERMINED AT PLAN CIHECK. OTHER ITEMS NOT USTED WOUUD BE DETERMINED AT PLAN CHECK. SCHIER PRODUCTS MODEL G8-5D WITH SAMPUNG BOX AND EXTENSIONS AS REQUIRED GREASE INTERCEPTOR SCHEDULE MARK FLOW RATE GREASE CAPACITY INLET AND DIMENSIONS REMARKS {GPM) {LBS.) OUTLET SIZE LENGTH v.lDTH HEIGHT GI-l 75 249 3" 37" 28" 28-1/2" SCHIER PRODUCTS MODEL GB-50 \liTH SAMPUNG BOX AND EXTENSIONS AS REQUIRED SHALL BE PROVIDED FOR THE GREASE PRODUCING FIXTURES/EQUIPMENT FROM THE CAFE. PUMPING/LIFT STATION FLOW. RATE TOTAL HEAD ELECTRICAL DATA PIPING CONNECTIONS BASIN DIMENSIONS MARK DESCRIPTION HORSE POWER GPM FEET VOLT PH Hz INLET OUTLET DIAMETER DEPTH SSP-I SUBMERSIBLE 30 18 1/2 3" (2)2" 48" SEWAGE PUMPS {DUPLEX) 208 SINGLE 60 48" REMARKS UFT STATION SHALL INCLUDE FIBERGLASS BASIN, RAIL AND DISCONNECT SYSTEM, STAINLESS STEEL UFTING BRACKET AND CABLE, (3) FLOAT SWITCHES AND DUPLEX PANEL' G R 0 U P 4 ARCH I TEC TU RE RESEARCH + p LANNING, INC 211 UNDEN AVENUE SO. SAN FRANCIS::O CA94080USA 650•871·0709 1111 irll til! II ~TTG TM AD TAl'LOR & GAINES "' "" '"" - 35WestBernardo0rlve,Su!te100 Diego, CA 92127 ne:858.271.9808 Fax:858271.9!132 ProjeetNo.02g.62100 CARLSBAD DOVE LIBRARY 1775 DOVE LANE CARLSBAD, CA 92011 p ROJECT A REG. ARCHITECT c p ROJECT: 14449-01 Fl LE: I SSUE DATE ~ &/3 LAN CHECK 02/13/2015 ACK CHECK 10 SET 03/25/2015 04/10/2015 05/15/2015 £81 A D DDENDUM 2 c ONFORM SET 06/30/2015 XTERIOR 02/02/2016 REPLACE E ~ PLU I SHEET TITLE AND NO. MBING SCHEDULES REFERENCE I P0.2 THIS SHEET PROVIDED FOR REFERENCE ONLY AND IS INTENDED TO PROVIDE INFORMATION ABOUT BUILDING GAS LINE (BY OTHERS} FOR FIREPLACE CONNECTION. FIREPLACE CONTRACTOR IS RESPONSIBLE ONLY FOR CONNECTION OF FIREPLACE BURNERS TO GAS LINE. MATCHLINE-SEE ~ET A4.i-4 E.5-~=fF:~J~5~~~ MATCHLINE -SEE'iifEET A41-f- I ~ ~' 9.5 ( iO) T T I CHILDRE~'S 1 READINp -~REA'._- I DID/ I ~~ ~ (11)11.4 ( 12) TT T __I__ _I--.J -------- 1 CHILDREN'S GARDEN I 149 I 1 MA~CIILtN~ SK:ET M.i-2 --1 --T--~---lfliiATCHLINE-:_SEESHEETA41-1 I I I I I I I ~ ~~~;~;~!',-t=.--~--! -1- '--'" I ®-. I I I ~w~~=====f-sn--~--l--~--[----- I I I -~--~-------- I I I I I ! --. --, -j--r----- 1 ! 1 I • 1 , I 0 0 0 0 0 0 D 0 D 0 0 0 0 D G)~~~ .. ~~-~OR RENOVATION-PLAN j SHEET NOTES 8 POINT Of CONNECTION 2" PUMP MAIN TO EXISTING 4" SANITARY WASlE PIPING LOCAlEO IN WALL/COLUMN OUTSIDE Of RESlROOMS. 0 POINT Of CONNECTION 2" VENT TO EXISTING 3" VENT TilRU ROOF. CONTRACTOR FIELD \!ERIFY EXISTING CONDillON PRIOR CONNECTING. G) POINT OF CONNECTION 1" COlD WATER TO EXISTING 2-1/'Z COLD WATER. CONTRACTOR FIELD VERIFY EXISTING LOCATION PRIOR CONNECTING. 0 LOCATION OF GREASE INTERCEPTOR IN lEND ED FOR GREASE PRODUONG FIXlURES/EQUIPMENT FROM CAFE LOCAlED BELOW GRADE OUTSIDE Of TilE BUILDING. G) SAMPUNG PORT BOX \\HH 24" MAN HOLE COVER. G) DUPLEX PUMP UFT STATION. 0 EXISTING ROOF DRAIN LEADER TO REMAIN IN PLACE. 0 POINT OF CONNECTION 4" ROOF OVERFLOW DRAIN IN CEIUNG SPACE TO EXISTING 4" ROOF 0\>ERFLOW DRAIN. REROUlE NEW PIPING TO NEW LOCATION. 0 4" ROOF 0\!ERFLOW DRAIN LEADER DOWN IN WALL TO DAYUGHT 12" ABO\>E FINISHED FLOOR. @ EXISTING RECESSED HOSE BIBB BOX. @ POINT OF CONNECTION 3/4" COUD WATER AND 3/4" lEMPER WATER TO RUN TO NEW SINK. PROVIDE ISOLATION VAL\>ES. @ POINT OF CONNECTION 2" WASTE PIPE INSIDE EXISTING WALL TO TO El«STING WASTE PIPE. @ POINT OF CONNECTION 1-1 /2" VENT TO EXISTING 2" VENT. @ NEW 50 GALLON ELEClHIC WATER HEATER. SEISMICALLY STRAP AS PER CAUFORNIA PLUMBING CODE REQUIREMENTS. RUN PRV IN WALL AND OUT TO EXTERIOR WALL ~.c:~~gUpR~EN;,_ABOI>E FINISHED FLOOR. REFER TO CAIUFORNIA PLUMBING CODE -@ PROVIDE ACCESSIBLE .MANUAL AGA SHUT-OFF VALVO BEHIND STAINLESS STEEL ACCESS PANEL LOCAlED ON TOP AND CONNECT TO UNEAR BURNER UNIT. @ RUN GAS PIPING BELOW GRADE IN TilE LANDSCAPE AREA. @ SEWAGE PUMPS CONTROL PANEL @ CONTRACTOR TO PROVIDE AND MODIFY EXISTING FIRE PROJECTION SYSlEM AS REQUIRED TO COMPLY 111111 NEW WORK. REFIER TO ARCHilEClURAL DRAI\1NGS FOR AIDDITIONAL INFORMATION FOR AREAS AJFFEClED BY RENOVATION. @ REMO\>E AND REPLACE EXISTING 1" GAS PIPING 1\1111 1-1/2" GAS UNE. @ REMOI>E AND REPLACE EXISTING 1-1/4" GAS PIPING 1111H 2" GAS UNE. @ ROUlE GAS PIPING ON TilE BACKSIDE/REAR OF TilE PLANTER AS INDICAlED. @ 2" VENT TilRU ROOF FOR HYDROMECHANICAL GREASE INlERCEPTOIR. ~N GROUP4 ARCH I TEC TU RE RESEARCH + PLANNING, INC 211 UNDEN AVENUE SO. SAN FRANCIS::O CA94080USA 650·871·0709 •• E2B KiB iTTG Tl'~ AD TAYLOR & G,1-JNES '" "" eoo ~ 35West Bernar~o Drive, So•te 100 Diego, CA 92127 ne: 855.271 9SOB Fax: 85a271.9932 ?roje;:tNo.0214.6Z1.00 CARLSBAD DOVE LIBRARY 1775 DOVE LANE CARLSBAD, CA 92011 p ARCHITECT c ROJECT A REG. p ROJECT: 14449-01 Fl LEI I SSUE DATE ~ &,8 LAN CHECK 02/13/2015 ACK CHECK 03/25/2015 ID SET 04/1 0/2015 .&,81 'A D 05/15/2015 DDENDUM 2 c ON FORM SET 06/30/2015 XTERIOR 02/02/2016 REPLACE E ~ SHEET TITLE AND NO. I FIRST FLOOR RENOVATION PLAN REFERENCE P2.1 GENERAL PROVISIONS FOR DOVE LIBRARY EXTERIOR IMPROVEMENTS PROJECT CONTRACT NO. 4030 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, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Municipal Projects Manager. 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 accom- panying 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 Municipal Projects Man- ager 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 Municipal Projects Manager," 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 Municipal Projects Manager'', 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 Municipal Projects Manager 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 in- stalling 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. 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. ~~ •+' Revised 11/24/10 Contract No. 4030 Page 40 of 94 Pages Agreement-See Contract. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forith 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. 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 representative. 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. Contract -The written agreement between the Agency and the Contractor covering the Work. 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 Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Spec- ifications, Reference Specificaiions, and all Modifications issued after the execution of the Contract. Contractor-The individual, partnership, corporation, joint venture, or other legal entity having a Con- tract 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. Days -Days shall mean consecutive calendar's days unless otherwise specified. Dispute Board -Persons designated by the City Manager of the City of Carlsbad, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad is the last appeal level for informal dispute resolution. Minor Bid Item-A single contract item constituting less than 10 percent (1 0%) of the original Contract Price bid. l'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 41 of 94 Pages Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Municipal Projects Manager-The individual assigned by the Public Works Manager to administer the contract and is the first level of appeal for informal dispute resolution. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon com- pliance 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. I Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, di- rected, 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 Fed- eral income taxes paid and administered, as applicable, by the Contractor. When used in Section 2- 3.1 "own otganization" 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 ~he Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3. 'I. i I Person-~ny individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. I I Plans -Th~' drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Municipal Projects Manager, which show the location, char- acter, dime sions, or details of the Work. Private cohtract-Work subject to Agency inspection, control, and approval, involving private funds, not ~dministered by the Agency. Project lnJpector-The Municipal Projects Manager's designated representative for inspection, contract administration. Proposal ~See Bid. Public Wo~ks Manager-The Municipal Projects Manager's supervisor and the level of appeal for informal di~pute resolution. Specificati~ns-General Provisions, Standard Specifications, Technical Specifications, Reference Specificati9ns, Supplemental Provisions, and specifications in Supplemental Agreements between the Contraqtor and the Board. Standard ~lans -Details of standard structures, devices, or instructions referred to on the Plans or in Specific,tions by title or number. State -Sta~e of California. Subcontractor-An individual, firm, or corporation having a direct contract with the Contractor or with any otter Subcontractor for the performance of a part of the Work. Supervisio 1 n -Supervision, where used to indicate supervision by the Municipal Projects Manager, shall mean :the performance of obligations, and the exercise of rights, specifically imposed upon and I granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, su- pervision by the Agency shall not mean active and direct superintendence of details of the Work. I • I I I ~~ I •+' Revise~ 11/24/1 0 I Contract No. 4030 Page 42 of 94 Pages Supplemental Agreement-A written amendment of the Contract Documents signed by both par- ties. Supplemental Provisions-Additions and revisions to the Specifications setting forth conditions and requirements peculiar to the work. 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 in- curred. Utility-Tracks, overhead or underground wires, pipeline, conduits, ducts, or structunes, 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. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these 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 Construc- tion, Inc. 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 re- quirements contained herein use Sl 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 Sl units shall control. Sl units and U.S. Standard Measures in pa- renthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the Sl system and a more extensive set of conversion factors. l' • ., Revised 11/24/1 0 Contract No. 4030 Page 43 of 94 Pages 1-3.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) Sl Unit (Abbreviations) (Abbreviations) 1 mil (-0.001 in) .................................................................................... 25.4 micrometer (~J,m) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (em) 1 foot (ft) ............................................................................................... 0.3048 meter (m) 1 yard (yd) ............................................................................................ 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ............................................................................... 0.8361 square meter (m2) 1 cubic foot (ft3) .................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m3) 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 (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne (= 907 kg) 1 Poise .................................................................................................. 0.1 pascal· second (Pa · s) 1 centistoke (cs) ................................................................................... 1 square millimeters per second (mm2fs) 1 pound force (lbf) ................................................................................ 4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilo pascal (kPa) 1 pound force per foot (lbf/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 (0C): OF = (1.8 X °C) + 32 ························· ............................................ ········· oc = (°F-32)/1.8 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Sl Units (abbreviation) Commonly Used in Both Systems Common Metric Prefixes ~~it\~~::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g;~ ~~~~~~~:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~g~;2 l'\ •f' Revised 11/24/1 0 Contract No. 4030 Page 44 of 94 Pages SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as pro- vided 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 dlefault. 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 loc:ation 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 construc- tion 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 por- tion 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 con- tractor's total bid, or, in the case of bids or offers for the construction of streets or high- ways, 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 port~on 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 proce- dures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 411 0 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. 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. l'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 45 of 94 Pages 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 ac- companied 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 ma- terials 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 hun- dred 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. 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 Municipal Projects Manager. 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 unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be'verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiv- ing 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. {'\ •+' Revised 11/24/10 Contract No. 4030 Page 46 of 94 Pages 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 Municipal Projects Manager shall have access at all times. The specifications for the work include the General Provisions, Technical Specifications, and Carlsbad Engineering Standards (CES). · The construction plans consist of one set. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Docu- ments 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. 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, 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 Contrac- tor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immedi- ately call it to the attention of the Municipal Projects Manager. 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) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions 6) Technical Specifications 7) Plans. 8) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 9) Standard Specifications for Public Works Construction, as amended. 1 0) Reference Specifications. 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. {'\ ·~ Revised 11/24/10 Contract No. 4030 Page 47 of 94 Pages Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 1 0) above. Detailed plans and plan views shall have prece- dence over general plans. 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 Technical Specifications, or when requested by the Municipal Projects Manager. 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 Municipal Pro- jects Manager. Neither review nor acceptance of submittals by the Municipal Projects Manager shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Docu- ments, unless such deviations were specifically called to the attention of the Municipal Projects Man- ager in the letter of transmittal. The Contractor shall be responsible for the correctness of the submit- tals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified. 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 indi- cate the third instance that the fourth submittal had been given to the Municipal Projects Manager). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and sub- mittals 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 Agency'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 con- formance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the foHowing 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: ___________________________ ___ l' •iF Revised 11/24/1 0 Contract No. 4030 Page 48 of 94 Pages 2.:5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the P~ans which are required by the Specifications and to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. One .pdf version electronic file shall be submitted. 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 Specifications. 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 Municipal Projects Manager. Three copies and one electronic version of the supporting information shall be submitted to the Mu- nicipal Projects Manager prior to the start of the Work unless otherwise specified in the Special Provi- sions or directed by the Municipal Projects Manager. 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: 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) 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. 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, at the conclusion of the project, be sent to the Architect of Record for revisions to the original CAD files. Cad and PDF files shall be delivered to the Municipal Projects Manager within thirty (30) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in Bid. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Con- tract 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. If applicable, 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 attached in Appendix D. 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 {'\ •ii' Revised 11/24/1 0 Contract No. 4030 Page 49 of 94 Pages 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 Municipal Projects Manager. Where the Mu- nicipal Projects Manager 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 Mu- nicipal Projects Manager authorized to practice land surveying within the State of California, hereinaf- ter 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 perma- nent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Municipal Projects Manager shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Municipal Projects Manager. 2-9.2 Survey Service. If applicable, the Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, rec- ords research and all other surveying work necessary to construct the work, provide surveying ser- vices 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 .. 2-9.3 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. 2-10 AUTHORITY OF BOARD AND MUNICIPAL PROJECTS MANAGER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Municipal Projects Manager has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Municipal Projects Manager or an authorized repre- sentative. The decision of the Municipal Projects Manager is final and binding on all questions relating to: quan- tities; 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. l'\ •+" Revised 11/24/1 0 Contract No. 4030 Page 50 of 94 Pages 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of ali records in the Contractor's or subcontractor's possession pertaining to the work that the Municipal Projects Manager may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Municipal Projects Manager, 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 Municipal Projects Manager shall have the right to monitor, assess, and evaluate Contractor's and its subcon- tractors 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 in- terviews 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 Municipal Projects Manager may deem necessary, upon reasonable advance notice, Contractor shall make available to the Municipal Projects Manager for examination, all of its, and all subcontractors to this contract, records with respect to all matters cov- ered by this Contract and will p1ermit the Municipal Projects Manager to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, pay- rolls, 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 Contrac- tor's ongoing business operat~ons. 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 Municipal Projects Man- ager. The Contractor shall notify the Municipal Projects Manager before noon of the working day be- fore inspection is required. Work shall be done only in the presence of the Municipal Projects Manager, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Municipal Projects Manager 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. {'\ •+' Revised 11/24/10 Contract No. 4030 Page 51 of 94 Pages 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 Municipal Projects Manager. 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 limita- tion, 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. 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 conform- ance with the Plans and Specifications varies from the Bid quantity by 50 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 50 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 50 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 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity wm 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 Municipal Projects Manager, 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 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 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 50 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 l'\ •+" Revised 11/24/10 Contract No. 4030 Page 52 of 94 Pages adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Municipal Projects Manager, 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 SO 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 distin~1uished from Contract Unit Prices submitted by the Contractor. Stipu- lated Unit Prices may be used for the adjustment of Contract changes when so specified. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Con- tract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Municipal Projects Manager may direct the Con- tractor 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 for all lump sum bid items that shall be used for the purpose of progress payments. The prices shaH be valid for the purpose of change orders to the project. 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 Municipal Projects Manager 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 Municipal Projects Manager, and if the order for that material cannot 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 return- ing 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 Municipal Projects Manager determines that it is not covered by Contract Unit Prices or stipulated unit pr~ces. 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 {'\ •+' Revised 11/24/10 Contract No. 4030 Page 53 of 94 Pages 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 replace- ment value of $200 or less. 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 CAL TRANS, 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 inciden- tals. Necessary loading and transportation costs for equipment used on the extra work shall be in- cluded. · 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 Municipal Projects Manager, 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 t~me 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 Subcon- tractors. 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 sub- mitted 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. l' • ., Revised 11/24/1 0 Contract No. 4030 Page 54 of 94 Pages 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 ................................... 10 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 0 3) Equipment Rental ................... 10 4) Other Items and Expenditures ... 10 To the sum of the costs and markups provided for in this section, 1 percent shall be added as com- pensation for bonding. (b) Work by SubcontractlDrs. When all or any part of the extra work is performed by a Subcon- tractor or sub-subcontractors, 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 subcon- tracted 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. Overhead and profit margins, in the aggregate, shall not exceed 25% for all tiers of subcontractors and the general contractor. 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 Municipal Projects Manager 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 Municipal Projects Manager. 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 Municipal Projects Manager 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 Municipal Projects Man- ager of the following Work site eonditions (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 Con- tract; l'\ •+' Revised 11/24/10 Contract No. 4030 Page 55 of 94 Pages 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 Ill disposal site in accordance with provisions of existing law. The Municipal Projects Manager will promptly investigate conditions which appear to be changed con- ditions. If the Municipal Projects Manager 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 Municipal Projects Manager determines that the conditions do not justify an adjustment in com- pensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Municipal Projects Manager 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. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Municipal Projects Manager, 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 Municipal Projects Manager 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 Municipal Projects Manager 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 discov- ery 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 addi- tional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. {~ •+' Revised 11/24/10 Contract No. 4030 Page 56 of 94 Pages The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate fn 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 Municipal Projects Manager 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 Municipal Projects Manager 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 here- inafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Construction Manager 2. Municipal Projects Manager 3. Public Works Manager 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 1 0 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. l' •+' Revised 11/24/1 0 Contract No. 4030 Page 57 of 94 Pages 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 201 04) 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 ( commenc- ing with Section 1 0240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period·of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (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 claim- {'\ •ti' Revised 11/24/10 Contract No. 4030 Page 58 of 94 Pages ant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (com- mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the runnin!~ 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 1141.1 0) 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. 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. l'\ •+' Revised 11/24/10 Contract No. 4030 Page 59 of 94 Pages 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 Municipal Projects Manager's approval. Materials and work quality not conforming to the requirements of the Specifications shall be consid- ered defect~ve 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 Municipal Projects Manager. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Municipal Projects Manager 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 Specifica- tions. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facili- ties 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 inspect~on. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Con- tract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or re- move 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 ma- terials 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 elec- trical 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. The Contractor shall provide the Municipal Projects Manager 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, ven- tilation, 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, Divi- . sian of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Municipal Projects Manager with such information as may be {'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 60 of 94 Pages necessary to keep the Municipal Projects Manager fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the worl< 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 Mu- nicipal Projects Manager), sha~l 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 Municipal Pro- jects Manager. No material or equipment shall be shipped nor shall any processin~J, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve thte Contractor of responsibility for complying with the Contract require- ments. 4-1.3.3 Inspection by the Ag4~ncy. The Agency will provide all inspection and testing laboratory ser- vices within 50 miles of the geographical limits of the Agency. For private contracts, all costs of in- spection 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 Municipal Projects Manager 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 Municipal Projects Manager. Unless otherwise provided, all initial testing will be performed under the direction of the Municipal Projects Manager, 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 Municipal Projects Manager 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 Municipal Projects Manager 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 Municipal Projects Manager, the source of supply of each of the materials shall be approved by the Municipal Projects Manager 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. l'\ •+' Revised 11/24/10 Contract No. 4030 Page 61 of 94 Pages Compaction tests may be made by the Municipal Projects Manager 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 Municipal Projects Manager. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Municipal Projects Manager 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 Municipal Projects Manager shall determine whether the material offered is equiv- alent to that specified. Adequate time shall be allowed for the Municipal Projects Manager 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 equip- ment 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 Municipal Projects Manager 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 func- tion. Test methods shall be subject to the approval of the Municipal Projects Manager. Test results shall be reported promptly to the Municipal Projects Manager, who will evaluate the results and determine if the substitute item is equivalent. The Municipal Projects Manager's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Municipal Projects Manager. 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 opin- ion of the Municipal Projects Manager, the substitution is determined to be unsatisfactory in perfor- mance, appearance, durability, compatibility with associated items, availability of repair parts and suit- ability 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 proportion- ing 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 {'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 62 of 94 Pages weighing devices. A certificate of compliance shall be presented, prior to operation, to the Municipal Projects Manager for approval and shall be renewed whenever required by the Municipal Projects Manager at no cost to the Agency. 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-measur- ing devices shall be calibrated by a testing agency acceptable to the Municipal Projects Manager 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 Municipal Projects Manager. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified As- phalts). 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 Specifi- cations or by the special provisions, required to accept the Work. Credible evidence is process obser- vations 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 enou~Jh 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 in- vestigation is unable to reach n~solution, the investigation may then either conclude wijthout resolution or continue by written notification of one party to the other requesting the implementation of a resolu- tion 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 Civil Engineer. Within 14 calendar days of the written request notification, the two selected Civil Engineers will select a third .Civil Engi- neer. The goal in selection of the third member is to complement the professional experience of the first two Civil Engineers. Should the two Civil Engineers fail to select the third Civil Engineer, the Agency and the Contractor shall each propose 2 Civil Engineers to be the third member within 21 calendar days after the written request notification. The first two Civil Engineers previously selected shall then select one of the four proposed Civil Engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if nec- essary 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 Civil Engineering principles and practices and to ensure public value, the committee may provide Civil 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, {'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 63 of 94 Pages and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an ac- ceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written noti- fication 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 as- signable party, the Agency or the Contractor, shall bear all costs associated with the investi- gation. Should assignable causes for the contradiction extended to both parties, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will as- sign 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 investi- gative 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 or- der, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality re- ceived, 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 Municipal Projects Manager 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 Municipal Projects Manager shall have the right to verify the suitability of materials and their proper storage at any time during the Work. l" •+' Revised 11/24/1 0 Contract No. 4030 Page 64 of 94 Pages 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 com- mencing any excavation, the Contractor shall contact the regional notification centerr (Underground Service Alert of Southern California) and obtain an inquiry identification number. 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 installa- tions. 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 opera- tions. 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 accord- ance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and p~ace the neces- sary protection at its expense. Upon learning of the existenc~~ and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Municipal Projects Manager in writing. When au- thorized by the Municipal Projects Manager, support or protection of the utility will be paid for as pro- vided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Municipal Projects Manager 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. ~~ •fi Revised 11/24/1 0 Contract No. 4030 Page 65 of 94 Pages Where concrete is used for backfill or for structures which would result in embedment, or partial em- bedment, 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 Munici- pal Projects Manager 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. 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 com- mencement of work by the Contractor. When the Plans or Specifications indicate that a utility installa- tion 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, 2009 Edition. Utilities which are relocated in order to avoid interference shall be pro- tected 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 Municipal Projects Manager 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 conven- ience 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 Municipal Projects Manager, 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 mini- mize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Municipal Projects Manager's approval, may be per- mitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Municipal Projects Manager the Contractor shall place survey or other physical con- trol 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 com- {'\ •f' Revised 11/24/10 Contract No. 4030 Page 66 of 94 Pages pensation will be allowed therefore or for additional work, materials or delay associated with the tem- porary omission. The portion thus omitted shall be constructed by the Contractor immediately follow- ing the relocation of the utility involved unless otherwise directed by the Municipal Projects Manager. 5-5 DELAYS. The Contractor shall notify the Municipal Projects Manager 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 Municipal Projects Manager 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. 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 Municipatl Projects Man- ager 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. ('\ • ., Revised 11/24/1 0 Contract No. 4030 Page 67 of 94 Pages 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 5 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Municipal Pro- jects Manager will set the time and location for the Preconstruction Meeting. Attendance of the Con- tractor'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 Con- tractor'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 Con- struction 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 and electronic media conforming to Section 6-1.3.3 Electronic Media. 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 prece- dence 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 rep- resent 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 pro- ceed and conclude with the date of final completion per the contract duration. The Baseline Construc- tion Schedule shall include detail of all project phasing, staging, and sequencing, including all mile- stones 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 Con- tractor shall prepare and submit to the Municipal Projects Manager a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Municipal Projects Manager 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 de- scribed. 6-1.2.3 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corpo- ration to prepare the Baseline Construction Schedule and all updates thereto. 6-1.2.4 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 Municipal Projects Manager. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project mile- stones and equipment and material deliveries. The number of activities will be sufficient, in the judg- ment of the Municipal Projects Manager, 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 ('\ •+i' Revised 11/24/1 0 Contract No. 4030 Page 68 of 94 Pages impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.5 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.6 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency sup- plied 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. 7 Late Completion. A Baseline Construction Schedule showing a project dura1tion longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.8 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 Con- tractor 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 Municipal Projects Manager 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 Base- line Construction Schedule. The Agency's acceptance of a shortened duration proj1ect will be con- firmed 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. 6-1.2.9 Municipal Projects Manager's Review. The Construction Schedule is subject to the review of the Municipal Projects Manager. The Municipal Projects Manager's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supple- mental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Municipal Projects Manager. If the Municipal Projects Manager determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Sched- ule to meet these specifications and resubmit it to the Municipal Projects Manager. Failure of the Contractor to obtain the Municipal Projects Manager's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provi- sions 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 Municipal Projects Manager to review the initial Construction Schedule will not be included in the 30 working days. The Municipal Projects Manager will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 2 working days of submittal. The Baseline Construction Sched- ule will be returned marked as per Sections 6-1.2.1 0.1 through 6-1.2.1 0.3. 6-1.2.9.1 "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. 6-1.2.9.2 "Accepted with Comments." The Contractor may proceed with the project work upon is- suance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the com- ments prior to receipt of payment per Section 6-1.8.1. {"\ •+' Revised 11/24/10 Contract No. 4030 Page 69 of 94 Pages 6-1.2.9.3 "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 Municipal Projects Manager if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Municipal Pro- jects Manager. The Contractor, at the sole option of the Municipal Projects Manager, may be consid- ered 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 Municipal Projects Manager. 6-1.3 PreiParation of Schedule Updates and Revisions. The Contractor shall meet with the Mu- nicipal Projects Manager 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 agree- ments 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. 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 Municipal Projects Manager with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Con- tractor shall report the percentage determined by the Municipal Projects Manager as complete for the activity. The Contractor will track the actual completion for each activity compared to the planned completion, to calculate the "Planned Percent Complete" calculation, as defined by the Last Planner System®. 6-1.3.3 Electronic Media. The schedule data disk shall be an electronic media file, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an exp~anation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions re- flecting 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. 6-1.4 Municipal Projects Manager's Review of Updated Construction Schedule. The Municipal Projects Manager will review and return the Updated Construction Schedule to the Contractor, with any comments, within 2 working days of submittal. The Updated Construction Schedule will be re- turned 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 Municipal Projects Manager will be returned to the Contractor for correction. Upon resubmittal the Municipal Projects Manager will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 work- ing days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Municipal Projects Manager returning a monthly updated construction schedule marked "Not Accepted". ~~ • .., Revised 11/24/1 0 Contract No. 4030 Page 70 of 94 Pages 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 Con- tractor must resubmit the Updated Construction Schedule to the Municipal Projects Manager incorpo- rating the corrections and changes noted in the Municipal Projects Manager's commt:mts prior to re- ceipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Municipal Projects Manager incorporating the corrections and changes noted in the Municipal Projects Manager's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Municipal Projects Manager, 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 Municipal Projects Manager before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to subm~t the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the pro- ject 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 im- mediately following the "Accepted" schedule. 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 explana- tion of each change made to the schedule. The Revised Construction Schedule will bt~ 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 Municipal Projects Manager'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. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street 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 Municipal Projects Manager determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Municipal Projects Manager, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contrac- tor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Municipal Projects Manager, the Municipal Projects Manager may suspend the work in whole or part, until the Contractor takes said steps. l'l •+' Revised 11/24/10 Contract No. 4030 Page 71 of 94 Pages As soon as possible under the provisions of the Specifications, the Contractor shall backfill all exca- vations 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 Con- tractor 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 ma- terials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. . 6-2.3 Project Meetings. The Municipal Projects Manager will establish the time and location of weekly 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 Rep- resentative". 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. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Municipal Projects Manager that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Municipal Projects Manager. 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 archae- ological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Municipal Projects Manager. When resumed, excavation operations within the area of discovery shall be as directed by the Municipal Projects Man- ager. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone imple- ments 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 equip- ment, 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 {'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 72 of 94 Pages Work completed at the time of cancellation, less damages caused to the Agency by acts of the Con- tractor. 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 Agenc:y declares the Contract canceled for any of the above reasons, written notice to that effect shall be s;erved 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 complelte 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. 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 Speci- fications. 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 Municipal Projects Manager 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 schE~dule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Municipal Projects Manager 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. l'l • .., Revised 11/24/1 0 Contract No. 4030 Page 73 of 94 Pages 6-6.2 Extensions of Time. Extensions oftime, 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 in- curred due to delays for which the Agency is responsible. Such actual costs will be determined by the Municipal Projects Manager. 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 Municipal Projects Manager. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Municipal Pro- jects Manager 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 Municipal Projects Manager, each working day, throughout the duration of such period of delay. Th~ initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equip- ment 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. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Accepted Schedule. The Contractor shall complete each portion of the Work within such time as set forth in the Accepted Schedule. The time of completion of the Contract shall be expressed in working days. 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 Municipal Projects Manager for all work provided for in the Contract, whichever occurs first, other than: 1. any day designated as a holiday by the Agency, 2. any other day designated as a holiday in a Master Labor Agreement entered into by the Con- tractor or on behalf of the Contractor as an eligible member of a contractor association, 3. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1 , 4. any day the Contractor is prevented from working during the first 5 hours with at least 60 per- cent of the normal work force for cause as defined in Section 6-6. 1. Unless otherwise approved in writing by the Municipal Projects Manager, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Sundays, excluding Agency holidays. Contractor is expected to use weekends and expect premium time as necessary to complete the work on schedule. The Contractor shall obtain the written approval of the Municipal Projects Man- ager if the Contractor desires to work outside said hours or at any time during holidays. This written permission must be obtained at least 48 hours prior to such work The Municipal Projects Manager 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. l'\ •tr' Revised 11/24/10 Contract No. 4030 Page 74 of 94 Pages 6-7.3 Contract Time Accounting. The Municipal Projects Manager 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. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Mu- nicipal Projects Manager for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Municipal Projects Manager 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 Municipal Projects Manager is satisfied that all the materials and workmanship, and all other fea- tures 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 Municipal Projects Manager's judgment, the Work has been completed and is ready for ac- ceptance the Municipal Projects Manager will so certify to the Board. Upon such certification by the Municipal Projects Manager the Board may accept the completed Work. Upon the Board's acceptance of the Work the Municipal Projects Manager 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 shaH 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 Municipal Projects Manager, after notice to do so from the Municipal Projects Manager, 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 Four Thousand Dollars ($4,000.00). 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 $4,000.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 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 negli- gence. 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. l'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 75 of 94 Pages 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 Con- tractor, Subcontractor, their officers, employees, or agents. {'\ •+' Revised 11/24/10 Contract No. 4030 Page 76 of 94 Pages SECTION 7-RESPONSIBILITIES OF THE CONTRACTOR 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 applica- ble 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 impose~s 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 Con- tractor 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. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Municipal Projects Manager 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 Municipal Projects Manager before exe- cution of the 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. l'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 77 of 94 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' com- pensation insurance. 7-5 PERMITS. Except as specified herein the Agency 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., 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. ·. 7-5.1 Resource Agency Permits. There are no Resource Agency permits for this Project. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall des- ignate in writing a representative who shall have complete authority to act for it. An alternative repre- sentative 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 Municipal Projects Manager 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 ascer- taining 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. l' •+' Revised 11/24/1 0 Contract No. 4030 Page 78 of 94 Pages Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Municipal Projects Manager 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 u~ility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Municipal Projects Manager, a delay is caused by the utility company. No ad- ditional 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, includin~J 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 Municipal Projects Manager'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 Municipal Projects Manager 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 con- taminants 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 {'\ •+" Revised 11/24/10 Contract No. 4030 Page 79 of 94 Pages 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 result- ing from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employ- ees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condi- tion. 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 Con- tractor 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 pro- tect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule opera- tions 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) Or- der 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. 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. 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, {'\ •+i' Revised 11/24/1 0 Contract No. 4030 Page 80 of 94 Pages pavement, structures, etc.) which are damaged or removed as a result of its operations. When a por- tion 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 in- cluded in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-1 0.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. If applicable, the access rights of the public shall be considered at all times. Unless otherwise author- ized, 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 facil- ities shall be continuous and unobstructed unless otherwise approved by the Municipal Projects Man- ager. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collec- tion and removal of trash and ~1arbage to maintain existing schedules for these services. 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 l' •+" Revised 11/24/10 Contract No. 4030 Page 81 of 94 Pages traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impend- ing disruption. 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. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways. A suitable location inside the construction zone will be deter- mined at the pre-construction conference ... 7-10.3 Street Closures, Detours, Barricades. If applicable, 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 com- pletion of the Work. After obtaining the Municipal Projects Managers 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 Municipa~ Projects Manager ................................................... . 2) Carlsbad Fire Department Dispatch .............................................. . 3) Carlsbad Police Department Dispatch ........................................... . 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................ . 5) Carlsbad Traffic Signals Operations .............................................. . 6) North County Transit District ......................................................... . 7) Waste Management ...................................................................... . (760) 994-9485 (760) 931-2197 (760) 931-2197 (760) 438-2980 (760) 602-2752 (760) 967-2828 (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Municipal Pro- jects Manager'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 Municipal Projects Manager may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty five dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. l'\ •+i Revised 11/24/1 0 Contract No. 4030 Page 82 of 94 Pages 7-10.3.1 Construction Area S>igns and Control Devices. If applicable, 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 214-5.1.et 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 con- form 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. Warn- ing 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 con- struction area signs shall be performed by hand methods without the use of power equipment. Warn- ing and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the trav1eled 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 con- formance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rCither than post- type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within th1e 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 vehiclels 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. A W20-1 (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 Municipal Projects Manager. 7-10.3.2 Maintaining Traffic. If applicable, the Contractor's personnel shall not work closer than 6- feet, nor operate equipment within 2-feet from any traffic lane occupied by traffic. For equipment the minimum acceptable shy distance, 2-feet 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 Municipal Projects Manager has given written authorization to the reduction in clear- ance 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 Municipal Projects Manager or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Municipal Projects Manager 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 paved traffic lane, not less than 12-feet wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for lane Closure. If applicable, a traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, Cali- fornia Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for {'\ •+" Revised 11/24/1 0 Contract No. 4030 Page 83 of 94 Pages 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 Municipal Projects Manager, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. If applicable, 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 Municipal Projects Manager. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Municipal Projects Manager and has received the Municipal Projects Manager's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. If applicable 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 CAL TRANS. 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 Con- tractor. 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 tem- porary 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 Municipal Projects Manager, 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. 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 pre- pared 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 Municipal Projects Manager's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Municipal Projects Manager'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 Municipal Projects Manager's review. New or l"l •+" Revised 11/24/1 0 Contract No. 4030 Page 84 of 94 Pages 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, sup- plements and/or new design of TCP shall meet the requirements of the Municipal Pmjects Manager and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CAL TRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional Municipal Projects Manager appropriately registered in the State of California. The Municipal Projects Manager shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Municipal Projects Manager may approve any such modifications, supplements, and/or new de- signs to the TCP when, in the Municipal Projects Manager's sole opinion, such modifications, supple- ments, and/or new designs to the TCP prepared by the registered professional Municipal Projects Manager retained by the Contractor will be beneficial to the best interests of the Agency. Such modi- fication, addition, supplement, and/or new design shall not be implemented and no work shall be com- menced that is contingent on such approval until the changed TCP are approved by the Municipal Projects Manager. 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. 7-1 0.4.1 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 Municipal Projects Manager. No excavation shall start until the Municipal Projects Manager 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 Municipal Projects Manager. 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 Municipal Projects Manager, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Municipal Projects Manager's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. Additional requirements regarding blasting are included in Technical Specification Section 01210 and Section 02300. {'\ •+" Revised 11/24/1 0 Contract No. 4030 Page 85 of 94 Pages 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous sub- stances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Sec- tion 5194 of the California Code of Regulations shall be requested by the Contractor from the manu- facturer 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 Municipal Projects Manager 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, administer- ing 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 Municipal Projects Manager. The CSEP shall address all potential physical and environmental haz- ards and contain procedures for safe entry into confined spaces, including, but not limited to the fol- lowing: 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. VentHation 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 responsjbilities, 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 Sec- tion 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 con- fined 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. 7-1 0.4.5 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 neces- sary safeguards for the protection of workers and public, and shall use danger signs warning against ('\ •fi Revised 11/24/10 Contract No. 4030 Page 86 of 94 Pages hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 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 in- demnify 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, ar- chitects, or Municipal Projects Managers may be displayed on removable signs. The size and location shall be subject to the Municipal Projects Manager'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 em- ployed 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 pur- suant 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, ser- vices, or materials pursuant to the public works contract 01 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." l' • ., Revised 11/24/10 Contract No. 4030 Page 87 of 94 Pages SECTION 8-FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Municipal Projects Manager. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. For large Civic Projects (exceeding one million dollars) a Class "A" Field Office in accordance with Section 8-2.1 shall be provided. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash re- ceptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class "A" Field Office. Contractor shall furnish the Municipal Projects Manager a "Class A" Field Office. The field office shall be for the exclusive use of the Municipal Projects Manager and such other individuals that the Municipal Projects Manager may designate. The field office may be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Municipal Projects Manager shall otherwise direct. This office shall have a minimum floor space of 600 ft2. All doors and windows shall be provided with screens and locked bars. Furniture shall be provided as follows: one plan table, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, three chairs, , one 5 drawer file cabinet, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture shall be installed. Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office area. Temporary sanitary facilities shall be provided. These facilities must be dedicated to the Agency and not shared with sub-contractors. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Municipal Projects Manager. {'\ •+' Revised 11/24/10 Contract No. 4030 Page 88 of 94 Pages CITY OF CARLSBAD CIVIC PROJECTS 8-3 FIELD LABORATORIIES. 8-3.1 Offsite at Manufacturing Plant. (not required) 8-3.2 At Project Site. (not applicable) 8-4 BATHHOUSE FACILITIES. (not required) 8-5 REMOVAL OF FACILITIES. Field offices at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provi- sions of this section are the property of the Contractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and removing field office(s) required at the project site shall be included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in.other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Municipal Projects Manager and on the project excepting when the Municipal Projects Manager has or- dered that the field office be removed from the project. {'\ •+' Revised 11/24/10 Contract No. 4030 Page 89 of 94 Pages SECTION 9-MEASUREMENT AND PAYMENT 9-1 MEASURIEMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measure- ments 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 vertica~ dimension. The planim- eter 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 in- volved. 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 Municipal Projects Manager, on a com- pletely automated weighing and recording system. The Contractor shall furnish the Municipal Projects Manager 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 Municipal Projects Manager, the Contractor shall submit to the Municipal Projects Manager 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 Municipal Projects Manager that it correctly repre- sents 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 a11d 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. 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 dis- posing of rejected or excess material. l'\ • ., Revised 11/24/1 0 Contract No. 4030 Page 90 of 94 Pages 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 VVork 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 be- coming 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 suclh 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 pay- ment be construed to be acceptance of any of the Work. Payment shall not be construed as the trans- fer of ownership of any equipmt:lnt or materials to the Agency. Responsibility of ownerslhip 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 re- cordation 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 Municipal Projects Manager 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 Municipal Projects Manager may approve such request when it is compatible with the Agency's payment procedure. Each month, the Municipal Projects Manager 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 Municipal Projects Manager 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 (1 0) days of receipt of the progress estimate, submit a supplemental payment request to the Municipal Projects Manager with adequate justification supporting the amount of supplemental payment request. Upon receipt ofthe supplemental payment request, the Municipal Projects Manager shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Municipal Projects Manager determines that the supplemental pay- ment request is not proper, then the request shall be returned to the Contractor as soon as practicable, {'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 91 of 94 Pages but not later than seven (7) days after receipt. The returned request shall be accompanied by a doc- ument 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 Municipal Projects Manager, then the City shall pay interest to the Con- tractor 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 re- mainder 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 pro- gress 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 Municipal Projects Manager 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 Municipal Projects Manager 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 Mu- nicipal Projects Manager will review the disputed item within 30 calendar days and make any appro- priate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Municipal Projects Manager 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 Municipal Pro- jects Manager to ascertain the basis and amount of said disputed items. The Municipal Projects Man- ager 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 Mu- nicipal Projects Manager to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. 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 {'\ •+' Revised 11/24/10 Contract No. 4030 Page 92 of 94 Pages 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 Dispuited 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 Municipal Projects Manager to ascertain the basis and amount of said claims. The Municipal Projects Manager 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 Municipal Projects Manager to determine the facts or contentions involved in its claims. Failure to submit such infor- mation 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 Municipal Projects Manager. 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 Technical 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 oper- ations 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. The Contract lump-sum price paid for mobilization shall not exceed twenty thousand dollars ($20,000.00) and includes full compensation for furnish- ing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the lump sum amount entered for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the lump sum amount stipulated for mobiliza- tion and preparatory work will be allowed therefore. Mobilization shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on the project site. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and inci- dentals), and Permits if applicable. 2. Submittal of required construction schedule(s). l'\ •+' Revised 11/24/1 0 Contract No. 4030 Page 93 of 94 Pages 3. Establishment of all offices, buildings, construction yards, sanitary facilities, and any other fa- cilities necessary for work at the project site. 4. Posting all OSHA required notices and establishment of safety programs. 5. Posting all Department of Labor required notice, regulations and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to the project site. 7. Developing and installing construction water supply. 8. Notification of residents and businesses. No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or discovered during construction operations. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. l'\ • ., Revised 11/24/10 Contract No. 4030 Page 94 of 94 Pages GROUP 4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA T:650•871•0709 F:650•871•7911 www. g4arch. com JONATHAN HARTMAN ARCHITECT DAWN E. MERKES ARCHITECT DAVID SCHNEE ARCHITECT JILL EYRES A R C H I T E C T ANDREA GIFFORD ARCHITECT WILLIAM LIM ARCHITECT Exhibit "A" 25 November 2015 MEMORANDUM CITY OF CARLSBAD 405 Oak A venue Carlsbad, CA 92008 PROJECT CARLSBAD COLE LIBRARY RENOVATION SENT VIA E-Mail: TOPIC WEST PATIO AND COURTYARD RENOVATION BID PACKAGE WEST PATIO AND COURTYARD RENOVATION BID PACKAGE SCOPE: 1. Rear Patio a. Seat Wall with integrated planters. Note that landscaping and irrigation are not in scope and will be provided by others, contractor coordinate integrated landscape and irrigation. b. Gas fireplace burners, fire rock, and connection to nearby gas line that will have been previously laid by others. c. Chimney enclosure, clad in standing seam metal. d. Ipe Wood Fin Sconces. Note that the lamp itself is to be owner furnished and owner installed -only the construction and installation of the wood fins and mounting brackets for lamp is in the scope of this package. 2. Courtyard a. Ipe Wood Fin Sconces. Note that the lamp itself is to be owner furnished and owner installed.-only the construction and installation of the wood fins and mounting brackets for lamp is in the scope of this package. b. Refinishing of courtyard bench with concrete slurry and new ipe wood seat. c. Installation of surplus (E) granite pavers around courtyard tree. ASIXX d. Ipe column covers e. Painted Metal Planters. Note that landscaping and irrigation are not in scope and will be provided by others, contractor coordinate integrated landscape and irrigation. 1. E0.11 -ADDED light type S -Denali Floodlight with tree strap 2. E0.11 -REVISED light type P and M 3. El.O-ADDED (3) typeS lights 4. E6.1-2 -ADDED (6) type M lights 5. E6.1-3-REVISED location of light Pat gridline 7.5 and A 6. E6.1-3 -ADDED (2) type M lights to replace (2) existing lights. g:\ 14449-01 carlsbad library\c-cadd\c22inh\auto cad\_fireplace\pdf\2015-12-02 bid set\narrative.docx 25 November 2015 Memorandum Page 2 Bryan Harry BH/s cc: CITY Of CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01330-SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 1.2 1.3 A. A. A. B. c. D. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SECTION INCLUDES Administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. RELATED SECTIONS Section 01200-Price and Payment Procedures: Submitting Applications for Payment and the Schedule ofValues. Section 01310 -Project Management and Coordination: Submitting and distributing meeting and conference minutes and for submitting Coordination Drawings. Section 01458-Testing Laboratory Services: Submitting test and inspection reports. Section 01770 -Closeout Procedures: Submitting operation and maintenance manuals, warranties, and Record Drawings, Record Specifications, and Record Product Data; demonstration and training requirements. E. Divisions 2 through 35 Sections for specific requirements for submittals in those Sections. 1.4 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's responsive action. B. Informational Submittals: Written information that does not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.5 DISTRIBUTION OF SCHEDULES A. Distribute copies of the Submittal Schedule to the Architect, Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the temporary field office. When revisions are made, distribute to the same parties and post in the same locations. B. Updating: Revise Schedule after each meeting or activity, where revisions have been made. Issue the updated Schedules concurrently with report of each meeting. SUBMITTAL PROCEDURES 01330-1 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.6 A. B. C. D. 1.7 A. B. c. D. E. SUBMITTAL PROCEDURES General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Architect for Contractor's use in preparing submittals. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves Architect reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for sch•eduled performance of related construction activities. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect Construction Manager will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. ELECTRONIC SUBMITTALS Transmit each electronic submittal in conformance with requirements of this section. 1. Provide paper submittals only when requested by Architect or City. Submittals for all items requiring color selections will not be accepted as an electronic submittal. Assemble complete submittal package into a single indexed Portable Document Format (PDF) file. File format licensed by Adobe Systems. Transmit electronic submittals as PDF files via Architect's Project Collaboration Site address or designated email address. Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal fom1 with links enabling navigation to each item. SUBMITTAL PROCEDURES 01330-2 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., CGCL- 061000.01). b. Resubmittals shall include an alphabetic suffix after another decimal point (e.g., CGCL-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. F. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Architect, containing the following information: a. Project name. b. Date. c. Name and address of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Names of subcontractor, manufacturer, and supplier. h. Category and type of submittal. i. Submittal purpose and description. j. Specification Section number and title. k. Specification paragraph number or drawing designation and generic name for each of multiple items. 1. Drawing number and detail references, as appropriate. m. Location(s) where product is to be installed, as appropriate. n. Related physical samples submitted directly. o. Indication of full or partial submittal. p. Transmittal number[, numbered consecutively]. q. Submittal and transmittal distribution record. r. Other necessary identification. s. Remarks. 2. Metadata: Include the following information as keywords in the electronic submittal file metadata: a. Project name. b. Number and title of appropriate Specification Section. c. Manufacturer name. d. Product name. G. Options: Identify options requiring selection by Architect. H. Deviations: Highlight, encircle, or otherwise specifically identify deviations from the Contract Documents on submittals. I. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect. SUBMITIAL PROCEDURES 01330-3 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 2. Additional copies submitted for maintenance manuals will not be marked with action taken and will be returned. J. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "Reviewed, Make Corrections Noted, No Resubmittal Required". K. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessaty for performance of construction activities. Show distribution on transmittal forms. L. Use for Construction: Use only final submittals with mark indicating "Reviewed" or "Reviewed, Make Corrections Noted, No Resubmittal Required" taken by Architect. 1.8 CONTRACTOR'S USE OF ARCHITECT'S CAD FILES A. General: A limited amount of CAD backgrounds will be provided for reference only. Contractor is required to verify all conditions in the field. All submittal/shop drawings are required to be created by the Contractor. PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. B. Post electronic submittals as PDF electronic files directly to Project Web site specifically established for Project. 1. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Provide a digital signature with digital certificate on electronically submitted certificates and certifications where indicated. C. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. SUBMITTAL PROCEDURES 01330-4 CITY Of CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 h. Availability and delivery time information. 3. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 4. Submit Product Data before or concurrent with Samples. 5. Submit Product Data in the following format: 6. Retain one of two subparagraphs below unless default submittal format a. PDF electronic file. D. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. · d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control wiring. f. Shop work manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. 1. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n. Seal and signature of professional engineer if specified. o. Wiring Diagrams: Differentiate between manufacturer-installed and field- installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by 40 inches (750 by 1000 mm). 3. Number of Copies: Submit two opaque (bond) copies of each submittal. Architect, through Construction Manager, will return one copy. 4. Submit Shop Drawings in the following format: a. PDF electronic file. E. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. SUBMITTAL PROCEDURES 01330-5 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14.449-01 c. Sample source. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample se1ts may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time ofuse. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected! from manufacturer's product line. Architect, through Construction Manager, will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. 1) Submit a single Sample where assembly details, installation, fabricatibn techniques, connections, operation, and other similar characteristiics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. F. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended loeation. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format: a. PDF electronic file. G. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Schedule." H. Application for Payment: Comply with requirements specified in Division 1 Section "Price and Payment Procedures." SUBMITTAL PROCEDURES 01330-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2.2 I. Schedule of Values: Comply with requirements specified in Division 1 Section " Price and Payment Procedures." J. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 01458 "Testing Laboratory Services." K. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 01770 "Closeout Procedures." L. Maintenance Data: Comply with requirements specified in Section 01770 "Closeout Procedures." M. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: N. A. B. A. B. 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 4. Number of Copies: Submit three copies of subcontractor list, unless otherwise indicated. Architect will return two copies. a. Mark up and retain one returned copy as a Project Record Document. Sustainability Submittals: Comply with requirements specified in Division 1 Section "Sustainable Design Requirements." INFORMATIONAL SUBMITTALS General: Prepare and submit Informational Submittals required by other Specification Sections. Coordination Drawings: Comply with requirements specified m Division 1 Section "Project Management and Coordination." Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section "Construction Schedule". Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. C. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. D. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. SUBMITIAL PROCEDURES 01330-7 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 E. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. F. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. H. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. I. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. J. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. K. Schedule of Tests and Inspections: Comply with requirements specified in Division 1 Section "Quality Requirements." L. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. M. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. N. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. SUBMITTAL PROCEDURES 01330-8 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2.3 0. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements. specified in Division 1 Section "Operation and Maintenance Data." · P. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. Q. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. R. Manufacturer's Field Reports: Prepare written information documenting factory-authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. S. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. T. Material Safety Data Sheets (MSDSs): Submit information directly to Owner; do not submit to Architect. A. 1. Architect will not review submittals that include MSDSs and will return the entire submittal for resubmittal. DELEGATED DESIGN SERVICES Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. SUBMITIAL PROCEDURES 01330-9 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14.<1~49-01 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF electronic file, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3-EXECUTION 3.1 A. B. c. 3.2 A. B. CONTRACTOR'S REVIEW Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. Project Closeout and Maintenance Material Submittals: See requirements in Section 01770 "Closeout Procedures." Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifYing that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. ARCHITECT'S ACTION General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. Action Submittals: Architect will review each submittal, make .marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. "Reviewed": Submittal has been reviewed only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Contractor is responsible for compliance with the requirements of the plans and specifications. Review of a specific item shall not include approval of an assembly of which the item is a component. Contrat~tor is responsible for dimensions to be confirmed and correlated at the job site, inforrnation that pertains solely to the fabrication process or to the means, methods, techrJques, sequences and procedures of construction, coordination of the work of all tradt~s and for performing all work in a safe and satisfactory manner. No comments have been recorded and no resubmittal is required. 2. "Reviewed, Make Corrections Noted, No Resubmittal Required": Submittal has been reviewed in accordance with the above. When the Contractor has made the corrections noted in the review comments, the submittal will be considered to have the same status as if it had been marked "Reviewed". No resubmittal is required and SUBMITTAL PROCEDURES 01330-10 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 no action resubmittal shall be made. However the Contractor, Agency or Architect may request that a record copy be submitted as an Informational Submittal for any of the concerned parties. 3. "Revise and Resubmit": The Contractor shall revise the submittal based on the review comments provided and shall resubmit the entire submittal until a mark of 'Reviewed' or 'Reviewed, Make Corrections Noted, No Resubmittal Required' is obtained. 4. "Rejected": The submittal does not comply with the Contract Documents. Resubmit in conformance with the Contract Documents. 5. "Reviewed, Make Corrections Noted, Resubmit Only Specific Items Indicated": This action will be used in conjunction with either "Make Corrections Noted", as listed above. The item indicated in the submittal review comments shall be resubmitted or submitted-if it is missing in the first place-as a separate resubmittal. All items not specifically indicated to be resubmitted shall be considered as falling under the other action marked and SHALL NOT be resubmitted with the indicated item. The complete submittal will consist of the original submittal plus subsequent submittals of the specific items indicated that have been submitted and/or resubmitted until they have received a 'Reviewed' or 'Reviewed, Make Corrections Noted, No Resubmittal Required' mark. 6. 'Not Reviewed': Submittal was not required and therefore not reviewed. C. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. F. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 SUBMITTAL PROCEDURES 01330-11 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14.449-01 SUBMITTAL PROCEDURES 01330-12 This Page Intentionally Left Blank CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01352-SUSTAINABLE DESIGN REQUIREMENTS, CALGREEN COMMERCIAL PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general requirements and procedures for compliance with California Green Building Standards Code-CALGreen Section 703.1 Documentation. B. 2013 California Green Building Standards Code (CALGreen): This project is subject to all mandatory measures of CALGreen and any additional amendments as may have been adopted by the local AHJ. C. Related Sections include the following: 1. Section 01524 -Construction Waste Management: Administrative and procedural requirements for salvaging, recycling, and disposing of demolition and construction waste. 2. Section 01810 -General Commissioning Requirements. 3. Divisions 1 through 35 Sections for CALGreen requirements specific to the Work of each of those Sections. These requirements may or may not include reference to CAL Green. 1.3 DEFINITIONS A. CALGreen: California Green Building Standards Code 2013, California Code of Regulations, Title 24, Part 11. B. Chain-of-Custody (COC): A tracking procedure for a product from the point of harvest or extraction to its end use, including all successive stages of processing, transformation, manufacturing, and distribution. C. Chain-of-Custody Certification: Awarded to companies that produce, sell, promote, or trade forest products after audits verifY proper accounting of material flows and proper use of the Forest Stewardship Council name and logo. D. Chain-of-Custody Certificates: Certificates signed by manufacturers certifYing that wood used to make products was obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship." Certificates shall include evidence that manufacturer is certified for chain of custody by an FSC-accredited certification body. E. Recycled Content: The proportion, by mass, of pre-consumer or postconsumer recycled material in a product (ISO 14021 ). SUSTAINABLE DESIGN REQUIREMENTS-CALGREEN 01352-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1. Postconsumer Recycled Content: The percentage of material in a product that was consumer waste. The recycled material was generated by household, commercial, industrial, or institutional end-users and can no longer be used for its intended purpose. 2. Preconsumer Recycled Content (formerly known as postindustrial content): The percentage of material in a product that is recycled from manufacturing waste. 1.4 ADMINISTRATIVE REQUIREMENTS A. Respond to questions and requests from Architect regarding CALGreen compliance that are the responsibility of the Contractor, that depend on product selection or product qualitiles, or that depend on Contractor's procedures until the AHJ has made its determination on the project's CALGreen compliance. Document responses as informational submittals. 1.5 ACTION SUBMITTALS A. General: Submit additional CALGreen submittals required by other Specification Sec:tions. B. CALGreen submittals are in addition to other submittals. If submitted item is identical to that submitted to comply with other requirements, submit duplicate copies as a separate Slllbmittal to verify compliance with indicated CALGreen requirements. C. CALGreen Division 5, Section A5.106.1: Storm Water Pollution Prevention Plan (SWPPP): 1. Submit SWPPP after contract award and before the pre-construction conference. a. Plan to include drawings and/or a written plan with specifications that detail the proposed arrangements and methods for control of runoff, sedimentation, and pollutant conveyance in storm and other water resulting from construction activities. Show that the Storm water Pollution Prevention Plan conforms to the State Stonn water NPDES Construction Permit or local ordinance, whichever is stricter, as is required for projects one acre or more. Indicate parties responsible for implementation. b. Submit documentation over the course of the work activities indicating implementation of the plan, through date-stamped photos, inspection logs or reports with descriptions of corrective action in response to problems, etc. D. CALGreen Division 5, Section A5.106.3: Low Impact Development (LID): 1. Submit documentation showing LID strategies to be employed during the course of construction to reduce impact of peak run-off. E. CALGreenDivision5, Section5.408.1: Construction Waste Management: See Section017419. 1.6 INFORMATIONAL SUBMITTALS A. CALGreen Compliance Documentation Submittals: 1. CALGreen Division 5, Section 5.106.4.1.1: Short-Term Bicycle Parking: Product Data for bicycle parking racks. 2. CALGreen Division 5, Section 5.106.8: Light Pollution Reduction: Product Data for interior and exterior lighting fixtures that stop direct-beam illumination from leaving the building site. SUSTAINABLE DESIGN REQUIREMENTS-CALGREEN 01352-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3. CALGreen Division 5, Section A5.106.11.2 Cool Roof: Product Data for roofing materials indicating Energy Star compliance for roof system for reduction of heat island effect. 4. CALGreen Division 5, Section A5.106.11.2.1: SRI (solar reflectance index) values for low-sloped and steep-sloped roofs. 5. CAL Green Division 5, Section A5.1 06.11.2.2: Thermal emittance values (CRRC) for low-sloped and steep-sloped roofs. 6. CALGreen Division 5, Section 5.303.1 Metering: Product Data for metering of water usage throughout building. 7. CALGreen Division 5, Section 5.303.2, 5.303.3, and 5.303.6 Indoor Water Use: Product Data for plumbing fixtures, fittings, and appliances indicating water consumption. 8. CALGreen Division 5, Section 5.304.3 Irrigation Controllers: Product Data for automatic controllers showing that installed controllers and sensors are weather-or soil moisture-based, work automatically, and have compliant rain sensors connected to the controllers. 9. CALGreen Division 5, Section 5.408.1.4 Construction Waste Reduction, Disposal and Recycling: Submit construction and demolition management plan and completed waste management report showing that a minimum of 50% of nonhazardous construction and demolition debris has been recycled and/or salvaged for reuse. See Section 017419. 10. CALGreen Division 5, Section 5.410.4.2 and 5.410.4.3 Testing Systems: Documentation showing development of a written plan of procedures for testing and adjusting systems, with procedures listed demonstrating compliance with requirements of AHJ. 11. CALGreen Division 5, Section 5.410.5.5: Building Maintenance and Operation: a. Provide educational materials, operation and maintenance manuals to ensure buildings and equipment are properly maintained. b. Provide information pertaining to landscape design and maintenance, public transportation options, recycling opportunities, special inspection reports and energy incentive programs. 12. CALGreen Division 5, Section 5.504.1.3 Temporary Ventilation during Construction: Product Data for methods used to control indoor chemical and pollutant sources. 13. CALGreen Division 5, Section 5.504.3 covering of Duct Openings and Protection of mechanical equipment during construction: a. Construction indoor air quality management plan. b. Product Data for temporary filtration media. c. Product Data for filtration media used during construction. d. Construction Documentation: Six photographs at three different occasions during construction along with a brief description of the SMACNA approach employed, documenting implementation of the IAQ management measures, such as protection of ducts and on-site stored or installed absorptive materials. 14. CALGreen Division 5, Section 5.504.4.1, Adhesives, Sealants and Caulks: Product Data for adhesives, sealants and caulks used inside the weatherproofing system indicating VOC content in giL of each product used. 15. CALGreen Division 5, Section 5.504.4.3, 5.504.4.3.1 Aerosol Paints and Coatings, and 5.504.8.3.2 Verification: Product Data for paints and coatings used inside the weatherproofing system indicating chemical composition and VOC content in giL of each product used. 16. CALGreen Division 5, Section 5.504.4.4 Carpet Systems, 5.504.4.4.1 Carpet Cushion, 5.504.8.4.2 Carpet Adhesive: Product Data for carpet, carpet cushion, carpet adhesives and resilient flooring products indicating VOC content in giL of each product used. a. Product Data for filtration media used during flush-out and prior to occupancy. SUSTAINABLE DESIGN REQUIREMENTS -CALGREEN 01352-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14.<j~49-01 17. CALGreen Division 5, Section 5.504.4.5 Composite Wood Products, and 5.504.4.5.2 Documentation: Product Data for composite wood and agrifiber products indkating that products contain no added urea-formaldehyde resin. For CALGreen, submit at least one of the following: product certification and specifications, chain of custody cerltifications, or other methods acceptable to the enforcing agency. a. Include statement indicating adhesives and binders used for each product. 18. CALGreen Division 5, Section 5.504.4.6 Resilient Flooring Systems: Product Data for resilient flooring products showing resilient flooring materials meet pollutanil emission limits. 19. CALGreen Division 5, Section 5.504.5.3 Filters: Product Data for air filtration media installed in mechanical distribution system. 20. CALGreen Division 5, Section 5.506.1 Outside Air Delivery and Section 5.506.2 Carbon Dioxide (C02) Monitoring: Product Data and Shop Drawings for HV AC system showing compliance with California Energy Code and for carbon dioxide monitoring system. PART 2-PRODUCTS 2.1 MATERIALS, GENERAL A. Provide products and procedures necessary to meet CALGreen provisions required in this Section. Although other Sections may specifY some requirements that contribute to CALGreen, the Contractor shall determine additional materials and procedures necessary to meet CALGreen provisions indicated. 2.2 RECYCLED CONTENT OF MATERIALS A. CALGreen Division 5, Section 5.408.1: Recycle and salvage for reuse a minimum of 50% of nonhazardous construction and demolition waste: 1. Cost of post-corusumer recycled conterut plus orue-half of pre-consumer recycled content of an item shall be determined by dividing weight of post-consumer recycled content plus orue-half of pre-consumer recycled content in the item by total weight of the item and multiplying by cost of the item. 2. Do not include plumbing, mechanical and electrical components, and specialty items such as elevators arud equipment in the calculation. 3. Recycled content of materials shall be defined according to the International Organizations of Standards document, ISO 14021, Environmental labels and declarations -Self-declared environmental claims (Type II environmental labeling). 2.3 POLLUTION CONTROL A. CALGreen, Division 5, Section 5.504.4.1, adhesives, sealants and caulks (Table 5.504.4.1): For compliance, for field applications that are inside the weatherproofing system, use adhesives and sealants that comply with the following limits for VOC content in compliance with the local or regional air pollution control or air quality management district rules where applicable, or SCAQMD Rule 1168 VOC limits as shown (such products also shall comply with the Ru1e 1168 prohibition on the use of certain toxic compounds -chloroform, ethylene dichloride, methylene chloride, perchloroethylene and trichloroethylene -except for aerosol products as specified in CALGreen Division 5, Section 5.504.8.1.2: SUSTAINABLE DESIGN REQUIREMENTS-CALGREEN 01352-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 1. Architectural Applications: a. Indoor Carpet Adhesives: 50 giL. b. Carpet Pad Adhesives: 50 giL. c. Outdoor Carpet Adhesives: 150 giL. d. Wood Flooring Adhesive: 100 giL. e. Rubber Floor Adhesives: 60 giL. f. Subfloor Adhesives: 50 giL. g. Ceramic Tile Adhesives: 65 giL. h. VCT and Asphalt Tile Adhesives: 50 giL. i. Gypsum Board and Panel Adhesives: 50 giL. j. Cove Base Adhesives: 50 giL. k. Multipurpose Construction Adhesives: 70 giL. I. Structural Glazing Adhesives: 100 giL. m. Single-Ply Roof Membrane Adhesive: 250 giL. 2. Specialty Applications: a. PVC Welding Compounds: 510 giL. b. CPVC Welding Compounds: 490 giL. c. ABS Welding Compounds: 325 giL. d. Plastic Cement Welding Compounds: 250 giL. e. Adhesive Primer for Plastic: 550 giL. f. Contact Adhesive: 80 giL. g. Special-Purpose Contact Adhesive (contact adhesive that is used to bond melamine-covered board, metal, unsupported vinyl, rubber, or wood veneer 1116 inch or less in thickness to any surface): 250 giL. h. Structural Wood Member Adhesive: 140 giL. i. Top and Trim Adhesive: 250 giL. 3. Substrate-Specific Applications: a. Metal-to-Metal Adhesives: 30 giL. b. Plastic Foam Adhesives: 50 giL. c. Adhesives for Porous Materials (Except Wood): 50 giL. d. Wood Glues: 30 giL. e. Fiberglass Adhesives: 80 giL. 4. Sealants: a. Architectural Sealants: 250 giL. b. Marine Deck Sealant: 760 giL. c. Nonmembrane Roof Sealants: 300 giL. d. Roadway Sealant: 250 giL. e. Single-Ply Roof Membrane Sealants: 450 giL. f. Other Sealants: 420 giL. 5. Sealant Primers: a. Architectural, Nonporous Substrates: 250 giL. b. Architectural, Porous Substrates: 775 giL. c. Modified Bituminous Sealant Primers: 500 giL. d. Other Sealant Primers: 750 giL. B. CALGreen, Division 5, Section 5.504.4.3, Paints and Coatings (Table 5.504.8.3): Use paint and coatings that comply with the 2007 California Air Resources Board Suggested Control Measure unless local limits that are more stringent apply. Aerosol paints and coatings shall meet the PWMIR limits for ROC in Section 94522(a)(3) and other requirements, including prohibitions on use of certain toxic compounds and ozone depleting substances, in Sections 94522(c)(2) and SUSTAINABLE DESIGN REQUIREMENTS-CALGREEN 01352-5 CITY OF CARlSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 ( d)(2) of California Code of Regulations, Title 17, commencing with Section 94520, and in areas under the jurisdiction of the Bay Area Air Quality Management District additionally comply with the percent VOC by weight of product limits of Regulation 8 Rule 49: 1. Flat Paints and Coatings: VOC not more than 50 giL. 2. Non-Flat Paints and Coatings: VOC not more than 100 giL. 3. Non-Flat High Gloss Paints and Coatings: VOC not more than 150 giL. 4. Specialty Coatings: a. Aluminum Roof Coatings: 400 giL. b. Basement Specialty Coatings: 400 giL. c. Bituminous Roof Coatings: 50 giL. d. Bituminous Roof Primers: 350 giL. e. Bond Breakers: 350 giL. f. Concrete Curing Compounds: 350 giL. g. Concrete/Masonry Sealers: 100 giL. h. Driveway Sealers: 50 giL. i. Dry Fog Coatings: 150 giL. j. Faux Finishing Coatings: 350 giL. k. Fire Resistive Coatings: 350 giL. 1. Floor Coatings: 100 giL. m. Form-Release Compounds: 250 giL. n. Graphic Arts Coatings (Sign Paints): 500 giL. o. High Temperature Coatings: 420 giL. p. Industrial Maintenance Coatings: 250 giL. q. Low Solids Coatings 120 giL. r. Magnesite Cement Coatings: 450 giL. s. Mastic Texture Coatings: 100 giL. t. Metallic Pigmented Coatings: 500 giL. u. Multi-Color Coatings: 250 giL. v. Pre-Treatment Wash Primers: 420 giL. w. Primers, Sealers, and Undercoaters: 100 giL. x. Reactive Penetrating Sealers: 350 giL. y. Recycled Coatings: 250 giL. z. Roof Coatings: 50 giL. aa. Rust Preventative Coatings: 250 giL. bb. Shellacs: 1) Clear: 730 giL. 2) Opaque: 550 giL. cc. Specialty Primers, Sealers, and Undercoaters: 100 giL. dd. Stains: 250 giL. ee. Stone Consolidants: 450 giL. ff. Swimming Pool Coatings: 340 giL. gg. Traffic Marking Coatings: 100 giL. hh. Tub and Tile Refinish Coatings: 420 giL. ii. Waterproofing Membranes: 250 giL. jj. Wood Coatings: 275 giL. kk. Wood Preservatives: 350 giL. 11. Zinc-Rich Primers: 340 giL. 5. Restricted Components: Paints and coatings shall not contain any of the following: a. Acrolein. b. Acrylonitrile. SUSTAINABLE DESIGN REQUIREMENTS-CALGREEN 01352-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 c. Antimony. d. Benzene. e. Butyl benzyl phthalate. f. Cadmium. g. Di (2-ethylhexyl) phthalate. h. Di-n-butyl phthalate. i. Di-n-octyl phthalate. j. 1 ,2-dichlorobenzene. k. Diethyl phthalate. l. Dimethyl phthalate. m. Ethyl benzene. n. Formaldehyde. 0 .. Hexavalent chromium. p. Isophorone. q. Lead. r. Mercury. s. Methyl ethyl ketone. t. Methyl isobutyl ketone. u. Methylene chloride. v. Naphthalene. w. Toluene (methylbenzene). X. 1,1, !-trichloroethane. y. Vinyl chloride. C. CALGreen, Division 5, Section 5.504.4.4 Carpet Systems: Carpet and carpet cushion must comply with Carpet and Rug Institute's Green Label Plus Program. D. CALGreen, Division 5, Section 5.504.4.5 Composite Wood Products: Do not use composite wood and agrifiber products that contain added urea-formaldehyde resin. Laminating adhesives used to fabricate on-site and shop-applied composite wood and agrifiber assemblies must not contain added urea-formaldehyde resin. E. CALGreen, Division 5, Section 5.504.4.6 Resilient Flooring Systems: No less than 80% of floor area receiving resilient flooring material must comply with the Resilient Floor Covering Institute (RFCI) FloorScore program. PART 3-EXECUTION 3.1 CONSTRUCTION WASTE MANAGEMENT A. Comply with CALGreen, Division 5, Section 5.408.1 and Section 017419 "Construction Waste Management and Disposal." 3.2 CONSTRUCTION INDOOR AIR QUALITY MANAGEMENT A. CALGreen Division 5, Section 5.504.3: 1. Covering of duct openings and protection of mechanical equipment during construction. 2. During construction, meet or exceed the recommended control measures of the Sheet Metal and Air Conditioning National Trade Contractors Association (SMACNA) IAQ SUSTAINABLE DESIGN REQUIREMENTS -CALGREEN 01352-7 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 Guidelines for Occupied Buildings under Construction, 2nd Edition 2007, ANSIISMACNA 008-2008 (Chapter 13). 3. Protect stored on-site and installed absorptive materials from moisture damage. 4. If permanently installed air handlers are used during construction, filtration media with a minimum efficiency reporting value ofMERV 8 must be used at each return air grille, as determined by ASHRAE Standard 52.2-1999 (with errata but without addenda). Replace all filtration media immediately prior to occupancy. B. CALGreen Division 5, Section 5.504.5.3: 1. Filters: in mechanically ventilated buildings, provide regularly occupied areas of the building with air filtration media for outside and return air prior to occupancy that provides at least a Minimum Efficiency Reporting Value ofMERV 8. END OF SECTION 01352 SUSTAINABLE DESIGN REQUIREMENTS-CALGREEN 01352-8 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01423-REFERENCE STANDARDS AND DEFINITIONS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. Basic Contract definitions are included in the Conditions of the Contract. B. Acceptable: Contractor is obligated to provide and install one of the named products. Manufacturers with products having equivalent characteristics may be considered provided deviations are minor and design concept expressed in the Contract Documents is not changed, as judged by the Design Professional. A substitution request is necessary for use of any other manufacturer or products other than what is named. C. Approve, Approved: Where used in conjunction with the Architect's action on the Contractor's submittals, applications, and requests, is limited to the Architect's duties and responsibilities as stated in the Conditions of the Contract. D. Accepted Equivalent: Where used in conjunction with the Architect's action on the Contractor's submittals and substitution requests, is as stated in the Conditions of the Contract for Architect's responsibilities and duties as the Design Professional. E. Basis of Design: Where specified these Specifications shall be interpreted to require the named Basis-of-Design product or acceptable comparable product where additional manufacturers are listed. If no other manufacturers are listed, the Specification shall be interpreted to mean 'no known equal'. Substitutions will be handled and processed in accordance with Section 01630. F. Directed: Terms such as directed, requested, authorized, selected, approved, required, and permitted mean directed by the Architect, requested by the Architect, and similar phrases. G. Experienced: When used with the term Installer, means having a minimum of five previous projects similar in size and scope to this Project, being familiar with the special requirements indicated, and having complied with requirements of the authority having jurisdiction. H. Furnish: Means supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation, and similar operations. I. Indicated: Refers to graphic representations, notes or schedules on the Drawings, or other Paragraphs or Schedules in the Specifications, and similar requirements in the Contract Documents. Where terms such as shown, noted, scheduled, and specified are used, it is to help the reader locate the reference. REFERENCE STANDARDS AND DEFINITIONS 01423-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 J. Install: Describes operations at Project site including the actual unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. K. Installer: An Installer is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier for performance of a particular construction activity, including installation, erection, application, and similar operations. Installers are required to be experienced in the operations they are engaged to perform. L. Project Site: Is the space available to the Contractor for performing construction activities, either exclusively or in conjunction, with others performing other work as part of the Project. The extent of the Project Site is shown on the Drawings and may or may not be identical with the description of the land on which the Project is to be built. M. Provide: Means to furnish and install, complete and ready for the intended use. N. Regulations: Includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. 0. Testing Laboratories: A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project Site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effeet as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract DocUlments unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of appJ:icable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Overlapping and Conflicting Requirements: Where compliance with 2 or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes 2 different or conflicting minimums or levels of quali1y, the most stringent requirement (which is generally recognized to be also the most costly is intended and will be enforced, unless specifically detailed language written into the contract documents (not by way of reference to an industry standard) clearly indicates that the less stringent requirement is to be fulfilled. 1. Refer apparently equal-but-different requirements, and uncertainties as to which of 2 levels of quality is the more stringent, to the Owner for a decision before procee:ding. REFERENCE STANDARDS AND DEFINITIONS 01423-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyqrd Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 1. Contractor's Option: Except for overlapping or conflicting requirements, where more than one set of requirements are specified for a particular unit of work, the option is intended to be the Contractors' regardless of whether specifically indicated as such in the text. 1.4 GOVERNING DICTIONARY A. The definitions of the words used in these Specifications, which are not defined in the Section, the General Conditions, or in referenced standards, are as given in "Webster's Third New International Dictionary", The Definitive Merriam-Webster Unabridged Dictionary of the English Language. 1.5 ABBREVIATIONS AND NAMES A. Where acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. Refer to the "Encyclopedia of Associations," published by Gale Research Co., available in most libraries. B. Trades; Names: Except as otherwise indicated, the use of trade titles such as "carpentry" in specification text, implies neither that the work must be performed by an accredited or unionized tradesman or the corresponding generic name (such as a carpenter), nor that the specified requirements apply exclusively to work by tradesmen of that corresponding generic name. 1.6 SPECIFICATION FORMAT AND LANGUAGE A. These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 50-Division format and MASTERFORMAT 2012 numbering system with the exception of Division 1. B. Language used in the Specifications and other Contract Documents is abbreviated. Words that are implied, but not stated shall be interpolated as the sense requires. Singular words will be interpreted as plural and plural words interpreted as singular where applicable and the context of the Contract Documents so indicates. C. Imperative language is used generally. Requirements expressed in the imperative mood are to be performed by the Contractor. The indicative mood is employed on occasion when such sentence structure is necessary to convey the intended meaning in a more accurate or understandable format. (The imperative and indicative moods of sentence structure are defined in CSI's Manual of Practice.) D. At certain locations in the Text, subjective language is used for clarity to describe responsibilities that must be fulfilled indirectly by the Contractor, or by others when so noted. E. Streamlining: Employs the colon as a symbol for the words "shall be", "shall have", "shall conform with", "shall meet the requirements of'', or "shall comply with". REFERENCE STANDARDS AND DEFINITIONS 01423-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 F. A colon is also used to set off a paragraph title or ~ading from the text that follows. This is the case when a grammatically complete sentence follows a heading and a colon. It is also used as a punctuation mark in a sentence to direct attention to matter that follows. This is not streamlining. 1.7 INTERPRETATIONS A. In order to reduce the length of these Specifications, certain phrases are written without objects and shall be interpreted as described below. B. As indicated: Whenever "as indicated" is specified in these Specifications, it shall be understood to read "as indicated on the Drawings". C. As required: Whenever "as required" is specified in these Specifications, it shall be understood to read "as required for a complete and finished installation" or "as required for a complete and finished, operable installation". D. As specified: Whenever "as specified" is specified in these Specifications, it shall be understood to read "as specified herein" or "as specified in these Specifications". 1.8 STANDARD OF QUALITY A. Where one certain kind, type, brand or manufacturer of material is named in these Specifications, it shall be regarded as the required minimum standard of quality. Submit requested substitutions in accordance with Section 01630. 1.9 SUBMITTALS A. It shall be understood that the various submittals required by the individual specifications sections are to be submitted to the Architect for review and approval as specified in the General Conditions. B. Unless "no substitute" is specified, these Specifications shall be interpreted to include the words "or approved equal" after every product specified by manufacturer's brand name or model number. Substitutions will be handled and processed in accordance with Section 01630. . C. Basis of Design: Where specified these Specifications shall be interpreted to require the named Basis-of-Design product or comparable product where additional manufacturers are listed. If no other manufacturers are listed, the Specification shall be interpreted to mean 'no known equal'. Substitutions will be handled and processed in accordance with Section 01630. 1.10 PERMITS, LICENSES, AND CERTIFICATES A. For the Owner's records, submit copies of permits, licenses, certifications, insprection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence, and records established in conjunction with compliance with standards and regulations bearing upon performance of the Work. REFERENCE STANDARDS AND DEFINITIONS 01423-4 CITY Of CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 1.11 CODES AND STANDARDS A. Latest edition of pertaining ordinances, laws, rules, codes, regulations, standards, and others of public agencies having jurisdiction of the work are intended wherever reference is made in either the singular or plural to Code or Building Code except as otherwise specified, including but not limited to latest edition of those in the following listing. 1. 2013 California Building Standards Administrative Codes (CBSAC) California Code ofRegulations (CCR), Title 24, Part 1 2. 2013 California Building Code (CBC) California Code of Regulations (CCR) Title 24, Part 2 3. 2013 California Electrical Code (CEC) California Code of Regulations (CCR) Title 24, Part 3 4. 2013 California Mechanical Code (CMC) California Code of Regulations (CCR) Title 24, Part 4 5. 2013 California Plumbing Code (CPC) California Code of Regulations (CCR) Title 24, Part 5 6. 2013 California Energy Code California Code of Regulations (CCR) Title 24, Part 6 7. 2013 California Fire Code (CFC) California Code of Regulations (CCR) Title 24, Part 9 8. 1990 State Fire Marshal Regulations California Code of Regulations (CCR) Title 19 (As amended to date) 9. :2013 California Green Building Standards Code(CGBSC) California Code of Regulations (CCR) Title 24, Part 11 10. 2013 State Referenced Standards Code California Code of Regulations (CCR) Title 24, Part 12 11. Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities (ADAAG) 12. Green Book-Standard Specifications for Public Works Construction, latest edition. PART 2-PRODUCTS-NOT USED PART 3-EXECUTION-NOT USED END OF SECTION 01423 REFERENCE STANDARDS AND DEFINITIONS 01423-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 This Page Intentionally Left Blank REFERENCE STANDARDS AND DEFINITIONS 01423-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01450-QUALITY CONTROL PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. B. City of Carlsbad General Conditions. Where conflicts between the General Conditions and this Section occur, provisions of the General Conditions shall take precedence. 1.2 SECTION INCLUDES A. Administrative and procedural requirements for quality assurance and quality control services. B. Testing and Inspection Service: As required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Contractor's quality control. D. Pre-construction conferences. E. Repair and protection of ongoing construction. 1.3 RELATED SECTIONS A. Section 01700-Execution Requirements: Progress cleaning, protection of installed Work, correction ofthe Work. B. Section 01731 -Cutting and Patching: Requirements for repairs after cutting and patching operations. C. Divisions 2 through 16 Sections for specific test and inspection requirements. QUALITY CONTROL 01450-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14-<11-49-01 1.4 A. B. c. 1.5 A. B. 1.6 A. 1.7 A. B. DEFINITIONS Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate and confirm that completed construction complies with requirements. Services do not include contract enforcement activities perforrned by Architect. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. CONFLICTING REQUIREMENTS Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. DELEGATED DESIGN Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. REPORTS AND DOCUMENTS Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be deBigned or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include list of codes, loads, and other factors used in performing these services. Qualification Data: For entities and agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. 1. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. QUALITY CONTROL 01450-2 CITY Of CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 C. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, LEED Action Plans, Progress Reports, and Documentation Submittals per Section 01352, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. D. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature oflaboratory inspector. 13. Recommendations on retesting and reinspecting. E. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. F. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. QUALITY CONTROL 01450-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14L~49-0l 1.8 INSPECTION AND TESTING AGENCY SUBMITTALS A. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality control service. B. Submit a certified written report of each inspection, test or similar service, to the Architect, in triplicate, unless the Contractor is responsible for the service. If the Contractor is responsible for the service, submit a certified written report of each inspection, test or similar service through the Contractor, in duplicate. 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. C. Report Data: Written reports of each inspection, test or similar service shall include, but not be limited to: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making the inspection or test. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete inspection or test data. 9. Test and inspection results and an interpretation of test results. 10. Ambient conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion as to whether inspected or tested Work complies with Contract Document requirements. 12. Name and signature oflaboratory inspector. 13. Recommendations on retesting and re-inspecting. 1.9 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. QUALITY CONTROL 01450-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. D. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance. E. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. F. Qualification for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the State of California. G. Testing Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated, as documented by ASTM E548, and that specializes in types of tests and inspections to be performed. H. Provide inspection and testing services as required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance, nor are they intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Documents requirements. 1.10 QUALITY CONTROL SERVICES AND RESPONSIBILITIES A. Specific quality control requirements for individual construction activities are specified in the Sections that specifY those activities. B. Owner Responsibilities: Where quality control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of the types of testing and inspecting they are engaged to perform. 2. Costs for retesting and re-inspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. C. Special Tests and Inspections: Owner will engage a testing agency to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner. 1. Testing agency will notify Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. QUALITY CONTROL 01450-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 2. Testing agency will submit a certified written report of each test, inspection, and similar quality control service to Architect with copy to Contractor and to authorities having jurisdiction. 3. Testing agency will submit a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 4. Testing agency will interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. 5. Testing agency will retest and re-inspect corrected work. D. Contractor Responsibilities: Unless otherwise indicated, provide quality control services specified and required by authorities having jurisdiction. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality control services. 2. Contractor shall not employ the same entity engaged by Owner, unless agreed to in writing by Owner. 3. NotifY testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality control service. 5. Testing and inspecting requested by Contractor and not required by the Co,ntract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. NotifY agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field-curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. F. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing. G. Coordination: Coordinate sequence of activities to accommodate required quality- assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. QUALITY CONTROL 01450-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 1.11 TESTING AND INSPECTION AGENCY SERVICES A. Provide inspections, tests and similar quality control services, except where they are specifically indicated to be the Owner's responsibility. Include costs for these services in the Contract Sum. B. Where the Owner has engaged a testing agency or other entity for testing and inspection of a part of the Work, and the Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Owner, unless otherwise agreed in writing with the Owner. C. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 3. Submit a certified written report, in duplicate, of each test, inspection, and similar quality control service through Contractor. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. D. Retesting/Re-inspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality control services, including retesting and re- inspecting, for construction that revised or replaced Work that failed to comply with requirements established by the Contract Documents. 1. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original construction. 1.12 CONTRACTOR'S QUALITY CONTROL A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect/Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. QUALITY CONTROL 01450-7 CITY OF CARLSBAD-Carlsbad Dove Library Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.13 PRE-CONSTRUCTION CONFERENCES A. Convene a pre-construction conference after execution of the Agreement and prior to commencement of construction activities. Review responsibilities and personnel assignments. B. Attendees: The Owner, Architect, the Contractor and his superintendent, subcontractors, suppliers, manufacturers, and other concerned parties shall be represented by persons authorized to conclude matters relating to the Work. C. Agenda: Discuss significant items that could affect progress, including the tentative construction schedule, critical sequencing, use of the premises, procedures for processing Change Orders and equipment deliveries. D. Review progress of other activities and preparations for the activity under consideration at each conference, including time schedules, manufacturers' recommendations, weather limitations, substrate acceptability, compatibility problems, inspection and resting requirements, and LEED requirements. E. Use conferences to assure accurate coordination among trades where appearance of intersecting materials is critical. Follow agendas laid out in individual Sections. F. Record significant discussions, agreements and disagreements of each conference, along with the approved schedule. Distribute the meeting record to everyone concerned, promptly, including the Owner and Architect. G. Do not proceed if the conference cannot be successfully concluded. Initiate necessary actions to resolve impediments and reconvene the conference at the earliest feasible date. PART 2-PRODUCTS-NOT USED PART 3-EXECUTION 3.1 A. REPAIR AND PROTECTION Upon completion of inspection, testing, sample-taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. 1. Comply with Contract Document requirements specified in Section 01 7329 for cutting and patching. B. Protect construction exposed by or for quality control service activities, and protect repaired construction. C. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. QUALITY CONTROL 01450-8 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 D. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. END OF SECTION 01400 QUALITY CONTROL 01450-9 Blank Page CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01524-CONSTRUCTION WASTE MANAGEMENT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Administrative and procedural requirements for the following: 1. Salvaging non-hazardous demolition and construction waste. 2. Recycling non-hazardous demolition and construction waste. 3. Disposing of non-hazardous demolition and construction waste. 1.3 RELATED SECTIONS A. Section 01352 -Sustainable Design Requirements: Construction waste management Credits. B. Section 01731 -Cutting and Patching: Protection measures to be instituted during construction. C. Section 02224-Selective Structure Demolition: Disposition of waste resulting from partial demolition of buildings, structures, and site improvements. 1.4 WASTE MANAGEMENT GOALS FOR THE PROJECT A. The Owner has established that this Project shall minimize the creation of construction and demolition waste on the job site. Contributing factors include over-packaging, ordering error, poor planning, improper storage, breakage, mishandling, and contamination. Recycle as many of the waste materials as economically feasible. Minimize waste sent to landfills. B. Diversion Goals: A minimum of75% oftotal project waste shall be diverted from landfill. The following waste categories, at a minimum, shall be diverted from landfill through recycling or salvage: 1. Clean dimensional wood, pallet wood 2. Plywood, OSB, and particleboard 3. Concrete 4. Cardboard, paper, packaging 5. Metals 6. Gypsum drywall (unpainted) 7. Paint 8. Glass 9. Plastics 10. Carpet and pad CONSTRUCTION WASTE MANAGEMENT 01524-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 141l49-01 11. Beverage containers C. Salvage may include donations of materials to charitable organizations. 1.5 PERFORMANCE GOALS A. Use sustainable or renewable materials. 1. Select Forest Stewardship Council (FSC) certified wood products for framing, flooring, finishes, furnishings and temporary construction applications such as bracing, concrete formwork and pedestrian barriers. 2. Select rapidly renewable materials that sustainably replenish themselves in a less than 1 0-year cycle (e.g. linoleum: cork and linseed). 3. Select materials that minimize damage to natural habitats. B. Use resources efficiently. 1. Reuse existing building materials from demolished buildings where possible. 2. Select materials that use resources efficiently. 3. Use construction practices that achieve the most efficient use of resource:s and materials. 4. Recycle minimum 75% (by weight) of construction, demolition and land-clearing debris. 5. Select recycled content materials (target is 20% of building materials that contain in aggregate a minimum average the post-consumer recycled content and 50% post industrial recycled content). 6. Select materials that can be recycled at the end of their useful life (e.g. metal products, carpet). C. Use durable materials. 1. Select materials with the longest usable life. 2. Select materials with the least burdensome maintenance requirements. 1.6 SUBMITTALS A. Waste Management Plan: Within 1 week of contract award, the Contractor shall submit to the Owner a Waste Management Plan. The Plan shall contain the following: I. Designation of the party who will implement the plan 2. Analysis of the estimated job-site waste to be generated, including types and quantities 3. Proposed Alternatives to Landfilling: a list of each material planned to be salvaged or recycled during the course of the Project and the proposed destination of each material B. Progress Reports: Submit bi-monthly, a Waste Management Progress Report. The report shall contain the following information: 1. Project title, name of company completing report, and dates of period covered by the report 2. Amount (in tons or cubic yards) of materiallandfilled from the Project and identity of the landfill 3. For each material recycled or salvaged from the Project, provide the following: a. Amount (in tons or cubic yards) CONSTRUCTION WASTE MANAGEMENT 01524-2 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 b. Date(s) removed from the job site c. Receiving party d. Cost: Bin rental, hauling, and facility fees e. What was done with the material 4. Include legible copies of on-site logs, manifests, weight tickets, and receipts. Manifests shall be from recycling and/or disposal site operators who can legally accept the materials for the purpose of reuse, recycling, or disposal. C. LEED Submittals: See Section 01352 for additional requirements; provide the following: 1. Documentation for Credit MR 2.1 and Credit MR 2.2 showing implementation of waste management plan. D. Project Completion Report: 1. Submit a letter at project close out tabulating the total waste material, quantities diverted and the means by which diverted, and declaring that the waste management goal has been met. Calculations may be done by weight or volume, but must be consistent throughout. 1.7 PROJECT MEETINGS A. Waste management plans and implementation shall be discussed at the following meetings: 1. Pre-bid meeting 2. Pre-construction meeting 3. Regular job-site meetings 1.8 QUALIFIED CONSTRUCTION WASTE RECYCLING SERVICES A. Construction waste shall be delivered to appropriate, qualified recycling services PART 2-PRODUCTS-NOT USED PART 3-EXECUTION 3.1 WASTE MANAGEMENT PLAN IMPLEMENTATION A. Coordinate waste materials handling and separation for all trades, and document results of the Waste Management Plan. B. Provide separation, handling, transportation, recycling, salvage, and landfilling for all demolition and waste materials. C. Designate a specific area for separation of material for salvage and recycling. Recycling and waste bin areas are to be kept neat and clean and clearly marked in order to avoid contamination or mixing materials. D. Maintain an on-site log, which includes for each load of materials removed from site: type of material, load volume and/or weight, recycling/hauling service, date accepted by recycling service or landfill, and facility fee. CONSTRUCTION WASTE MANAGEMENT 01524-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14-4!49-01 3.2 E. Do not handle, separate, store, salvage, or recycle hazardous materials with other materials. Follow material-specific instructions any hazardous materials. Contact Project Manager if no instructions are evident. F. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. G. A. B. c. 1. Distribute waste management plan to everyone concerned within three days of submittal return. 2. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage, recycling, and disposal. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. I. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged, recycled, reused, donated, and sold. 2. Comply with Section 01500 for controlling dust and dirt, environmental protection, and noise control. DISPOSAL OF WASTE General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. Burning: Do not bum waste materials. Disposal: Transport waste materials off Owner's property and legally dispose of them. END OF SECTION 01524 CONSTRUCTION WASTE MANAGEMENT 01524-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01630-PRODUCT SUBSTITUTION PROCEDURES PART I-GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 1.5 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. B. City of Carlsbad General Conditions: Article 3.13 Trade Names, Substitutions. Where conflicts between the General Conditions and this Section occur, provisions of the General Conditions shall take precedence. A. A. B. A. B. c. D. A. B. SECTION INCLUDES Administrative and procedural requirements for substitutions. RELATED SECTIONS Section 01250 -Contract Modification Procedures: Administrative and procedural requirements for handling and processing Contract modifications. Section 01330-Submittal Procedures: Requirements for submitting comparable product submittals for proposed substitutions. PRODUCTS "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. "Named Products" are items identified by manufacturer's product name, including make or model designation indicated in the manufacturer's product literature. "Materials" are products that are shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections such as wiring or piping. PRODUCT OPTIONS Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. PRODUCT SUBSTITUTION PROCEDURES 01630-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Cour1yard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution, during Bidding only, for any manufacturer not named. 1.6 SUBSTITUTIONS A. Source Limitations: To the fullest extent possible, provide products of the same kind, from a single source. B. When the Contractor has the option of selecting between two or more products, the product selected shall be compatible with products previously selected. C. Semi-proprietary Specification Requirements: Where two or more produets or manufacturers are named, provide one of the products indicated. No substitutions will be permitted. D. Where products are specified by name, accompanied by the term "or approved equal" comply with provisions herein for substitution submittals to obtain approval for use of an unnamed product. E. Descriptive Specification Requirements: Where Specifications describe a product, listing characteristics required, with or without use of a brand name, provide a produet that provides the characteristics and otherwise complies with requirements. F. Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Substitutions requested during the bidding period, and accepted prior to award of Contract. 2. Revisions to Contract Documents requested by the Owner or Architect. 3. Specified options of products and construction methods included in Contract Documents. 4. Compliance with governing regulations and orders issued by governing authorities. 1.7 SUBSTITUTION REQUEST REVIEW A. Make requests for substitutions within 35 days of Award of the Contract. B. Requests for substitutions, submitted to the Architect by the Contractor after commencement of construction, will be reviewed at the Architect's standard hourly rate, charged to the Contractor as appropriate to the request. C. The Contractor's substitution request will be received and considered by the Architect when one or more of the following conditions are satisfied, as determined by the Architect; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of Contract Documents. 3. The request is timely, fully documented and properly submitted. PRODUCT SUBSTITUTION PROCEDURES 01630-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 4. The request is directly related to an "or equal" clause or similar language in the Contract Documents. 5. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 7. A substantial advantage is offered the Owner, in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities the Owner may be required to bear. Additional responsibilities for the Owner may include additional compensation to the Architect for redesign and evaluation services, increased cost of other construction by the Owner or separate contractors, and similar considerations. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 9. The specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provide the required warranty. D. The Contractor's submittal and Architect's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. 1.8 SUBSTITUTION SUBMITTALS A. Requests for substitutions will be considered if received within 60 days after commencement of the Work. Requests received more than 60 days after commencement of the Work may be considered or rejected at the discretion of the Architect. B. Submit 3 copies of each request for substitution in the form and in accordance with procedures for Change Order proposals. C. Identify the product, or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Document compliance with requirements for substitutions, and the following information, as appropriate: 1. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. 2. Samples, where applicable or requested. 3. A comparison of significant qualities of the proposed substitution with those specified. 4. A list of changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate Contractors that will be necessary to accommodate the proposed substitution. PRODUCT SUBSTITUTION PROCEDURES 01630-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 · Group 4 Project No. 14449-01 5. A statement indicating the substitution's effect on the Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time. 6. Cost information, including a proposal of the net change, if any in the Contract Sum. 7. Certification that the substitution is equal-to or better in every respect to that required by Contract Documents, and that it will perform adequately in application indicated. Include Contractor's waiver of rights to additional payment or time that may be necessary because of the substitution's failure to perform adequately. 8. · A statement indicating the substitution's effect on the project's level of LEED certification. D. Architect's Action: Within one week of receipt of the request for substitution, the Architect will request additional information necessary for evaluation. Within 2 weeks of receipt of the request, or one week of receipt of additional information, which ever is later, the Architect will notify the Contractor of acceptance or rejection. If a decision on use of a substitute cannot be made within the time allocated, use the product specified. Acceptance will be in the form of a Change Order. PART 2 -PRODUCTS-NOT USED PART 3 -EXECUTION-NOT USED END OF SECTION 01630 PRODUCT SUBSTITUTION PROCEDURES 01630-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01730 -EXECUTION REQUIREMENTS PART 1-GENERAL 1.1 A. B. 1.2 A. B. c. D. E. F. G. H. I. J. 1.3 A. 1.4 A. B. C. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. City of Carlsbad General Conditions. Where conflicts between the General Conditions and this Section occur, provisions of the General Conditions shall take precedence. SECTION INCLUDES Verification of property lines and bench mark. Verification of existing utility elevations. Layout of site features. Field engineering. General installation of products. Coordination of Owner-installed products. Progress cleaning. Starting and adjusting. Protection of installed construction. Correction of the Work. RELATED SECTIONS Section 01731 -Cutting and Patching: Requirements and limitations for cutting and patching of Work. SUBMITTALS Qualification Data: For land surveyor and professional engineer. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. EXECUTION REQUIREMENTS 01730-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14-<1!49-01 1.5 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualiHed to practice in jurisdiction where Project is located and who is experienced in providing land- surveying services of the kind indicated. B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. PART 2-PRODUCTS-NOT USED PART 3-EXECUTION 3.1 3.2 A. B. c. D. GENERAL Furnish all materials, labor, transportation and equipment necessary to complete this portion of the Contract. Establish building location with appropriate offsets to allow for grading work. Define locations of paving, walks and other site features including manholes and underground utility locations. Verify the inverts or flow lines of all existing utility structures adjacent to the site or to be connected to, including but not limited to stubs, drainage channels, laterals, catch basins, junction boxes, manholes and gutters. FIELD ENGINEERING A. Identification: Owner will identifY existing benchmarks, control points, and property comers. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect or Construction Manager. Report lost or destroyed pemmnent benchmarks or control points promptly. Report the need to relocate pem1anent benchmarks or control points to Architect and Construction Manager before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. EXECUTION REQUIREMENTS 01730-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.3 A. B. C. D. E. F. G. H. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. INSTALLATION General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. 4. Maintain minimum headroom clearance of 8 feet (2.4 m) in spaces without a suspended ceiling. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. 2. 3. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. Allow for building movement, including thermal expansion and contraction. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. EXECUTION REQUIREMENTS 01730-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 3.4 3.5 A. B. A. B. OWNER-INSTALLED PRODUCTS Site Access: Provide access to Project site for Owner's construction forces. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction forces. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion ofthe Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are requin:d due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction forces at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction forces if portions of the Work depend on Owner's construction. PROGRESS CLEANING Preconstruction Conference: Conduct a meeting at the site prior to commencement of all construction activities to establish required procedures for maintaining a clean site that meets the Owner's requirements. Conference shall be attended by Contractor, Owner, Architect, and Contractor's superintendent. 1. Review intended progress cleaning procedures and schedule. 2. Establish intervals required by Owner for progress cleaning to take plac'e and meetings to review effectiveness of progress cleaning. 3. Establish the need for identification badges for construction and cleaning persormel. 4. Discuss security procedures required by Owner. 5. Review reporting procedures for any violations of established and agreed upon procedures. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFP A 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F (27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. 4. Comply with LEED requirements as set forth in credit EQc3.1 and SMP,CNA guidelines regarding material stocking and moisture avoidance, and duct protection. C. Site: Maintain Project site free of waste materials and debris. D. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate, keeping LEED requirements for duct protection in mind. EXECUTION REQUIREMENTS 01730-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 E. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. F. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. 1. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. G. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. H. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. I. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. J. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. K. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. L. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 1. Protect adjacent existing buildings from deleterious effects of ongoing construction operations. 3.6 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: If a factory-authorized service representative is required to inspect field-assembled components and equipment installation, comply with qualification requirements in Division 1 Section "Quality Requirements." EXECUTION REQUIREMENTS 01730-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard RenoYations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 3.7 3.8 A. B. A. B. c. PROTECTION OF INSTALLED CONSTRUCTION Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. Comply with manufacturer's written instructions for temperature and relative humidity. CORRECTION OF THE WORK Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Division 1 Section "Cutting and Patching." 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting-operating equipment. Restore permanent facilities used during construction to their specified condition. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. F. Remove and replace products and installations not in compliance with LEED requirements. END OF SECTION 01700 EXECUTION REQUIREMENTS 01730-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 01770-CLOSEOUT PROCEDURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. B. City of Carlsbad General Conditions; Article 9, Payments and Completion. Where conflicts between the General Conditions and this Section occur, provisions of the General Conditions shall take precedence. 1.2 SECTION INCLUDES 1.3 1.4 A. A. B. c. A. Final inspection procedures and reinspection procedures. RELATED SECTIONS Section 01290-Applications and Certificates for Payment: Administrative procedures for submitting request for final payment following completion of closeout procedures. Section 01330 -Submittal Procedures: Administrative procedures for submitting final documentation for the Work. Section 01700 -Execution Requirements: Progress cleaning requirements. FINAL COMPLETION In the Application for Payment that coincides with the date Final Completion is claimed, show 100 percent completion for the portion of the Work claimed substantially complete. B. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. C. Submit record drawings, maintenance manuals, property survey, and similar record information. D. Submit copies of all LEED certification documents and LEED Templates prepared by the Contractor or Subcontractors. E. Complete start-up testing of systems, and instruction of the Owner's personnel. Remove temporary facilities from the site, along with construction tools, mock-ups, and similar elements. F. Complete final clean up. Touch-up, repair, and restore marred exposed finishes. CLOSEOUT PROCEDURES 01770-1 CITY OF CARlSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.5 INSPECTION PROCEDURES A. On receipt of a request for inspection, the Architect will proceed or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Final Completion following inspection, or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. B. The Architect will repeat inspection when requested and assured that the Work has been substantially completed. C. Results of the completed inspection will form the basis of requirements for final acceptance. 1.6 FINAL ACCEPTANCE 1.7 1.8 A. Owner will notify Architect 30 days prior to anticipated final completion to schedule inspection. B. Before requesting inspection for certification of final acceptance and final payment, complete the following: A. B. c. A. 1. Submit final payment request with releases. 2. Submit a final statement, accounting for changes to the Contract Sum. 3. Submit a copy of the final inspection list stating that each item has been completed or otherwise resolved for acceptance. 4. Submit final meter readings for utilities, a record of stored fuel, and similar data as of Final Completion. 5. Submit consent of surety to final payment. 6. Submit evidence of continuing insurance coverage complying with insurance requirements. REINSPECT! ON PROCEDURE The Architect will reinspect the Work upon receipt of notice that the Work has been completed, except items whose completion has been delayed because of circumstances acceptable to the Owner. Upon completion of reinspection, the Architect will prepare a certificate of final acceptance, or advise the Contractor of work that is incomplete or of obligations that have no1t been fulfilled but are required for final acceptance. If necessary, reinspection will be repeated. RECORD DOCUMENT SUBMITTALS Do not use Record Documents for construction purposes; protect from loss in a secure location; provide access to Record Documents for the Architect's reference. CLOSEOUT PROCEDURES 01770-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 B. Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark-up these drawings to show the actual installation. Mark whichever drawing is most capable of showing conditions accurately. Give particular attention to concealed elements that would be difficult to measure and record at a later date. C. Organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on the cover. D. Record Specifications: Maintain one copy of the Project Manual, including agenda. Mark to show variations in actual Work performed in comparison with the Specifications and modifications. Give particular attention to substitutions, selection of options and similar infonnation on elements that are concealed or cannot be readily discerned later by direct observation. Note related record drawing information and Product Data. E. F. G. 1.9 A. B. C. D. E. Upon completion of the Work, submit record Specifications to the Architect for the Owner's records. Delete Architect/Engineer title block and seal from all documents. Submit documents to Architect/Engineer with claim for final Application for Payment. Documents will be forwarded to Owner for approval. FINAL CLEANING Employ experienced workers for final cleaning. Clean each surface to the condition expected in a commercial building cleaning and maintenance program. Perform cleaning prior to requesting inspection for certification of Final Completion. Remove labels that are not permanent labels. Clean transparent materials. Remove glazing compound. Replace chipped or broken glass. Clean exposed hard-surfaced finishes to a dust-free condition, free of stains, films and similar foreign substances. Restore reflective surfaces to their original reflective condition. Leave concrete floors broom clean. Vacuum carpeted surfaces. F. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. G. Notwithstanding other cleaning requirements, use only nontoxic cleaners for final construction cleaning. Coordinate with Architect and LEED consultant for a list of appropriate cleaners. H. Clean the site of rubbish, litter and other foreign substances. Sweep paved areas; remove stains, spills and other foreign deposits. Rake grounds that are neither paved nor planted, to a smooth even-textured surface. I. Removal of Protection: Remove temporary protection and facilities. CLOSEOUT PROCEDURES 01770-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 144'-49-01 J. Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Remove waste materials from the site and dispose of in a lawful manner. K. Adjust operating Products and equipment to ensure smooth and unhindered operation. PART 2-PRODUCTS-NOT USED PART 3-EXECUTION-NOT USED CLOSEOUT PROCEDURES 01770-4 END OF SECTION 01770 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 03 10 00-CONCRETE FORMS AND ACCESSORIES PART 1 -GENERAL 1.01 SUMMARY A. Section includes formwork for cast-in place concrete, with shoring, bracing, and anchorage; openings for other work; form accessories; and form stripping. B. Related Sections: 1. Pertinent Sections of Division 01. 2. Section 03 20 00 -Concrete Reinforcement. 3. Section 03 30 00-Cast-in-Place Concrete. 1.02 REFERENCES A. ACI 117: Specifications for Tolerance for Concrete Construction and Materials and Commentary. B. ACI 301: Specifications for Structural Concrete. C. ACI 318-11: Building Code Requirements for Structural Concrete and Commentary. D. ACI 347: Guide to Formwork for Concrete. E. APA-Form No. V345U: Concrete Forming, Design/Construction Guide. F. CBC 2013: 2013 California Building Code, California Code of Regulations, Title 24, Part 2, Volume 2 of2 (including all supplements). G. NIST-PS 1: Structural Plywood. 1.03 DESIGN REQUIREMENTS A. Design, engineer, and construct formwork, shoring and bracing to conform to design and in accordance with CBC 2013, Chapter 19. Resultant concrete to conform to required shape,' line, and dimensions. B. Foundation concrete may be placed directly into neat excavations, provided the foundation trench walls are stable as determined by the Geotechnical Engineer, subject to the approval of the Structural-Engineer-of-Record (SEOR). In such case, the minimum formwork indicated on the drawings is mandatory to ensure clean excavations immediately prior to and during the placing of concrete. 1. When omission of forms is accepted, provide additional 1" concrete on each side of the minimum design profiles and dimensions shown on the drawings. 1.04 SUBMITTALS A. Procedures: In accordance with pertinent provisions of Division 01 sections. CONCRETE FORMS AND ACCESSORIES SECTiON 03 1 0 00 - 1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 B. Product Data: Provide data and specifications for each of the following (as applicable): 1. Form sealer 2. Form release compound 3. Form ties and spreaders 4. Manufacturer's installation instructions 5. List of items to be provided for work of this Section 1.05 QUALITY ASSURANCE A. Perform Work in accordance with ACI 117, ACI 301, ACI 318-11 and all other applicable codes. 1. Design, erect, support, brace, and maintain formwork so that it will safely support vertical and lateral loads that might be applied, until such loads can be supporlted by the concrete structure. 2. Carry vertical and lateral loads to ground by formwork system and in-place construction that has attained adequate strength for that purpose. 3. Construct form work so concrete members and structures are of correct size, shape, alignment, elevation, and position. 4. Design forms and false-work to include assumed values of live load, dead load, weight of moving equipment operated on the formwork, concrete mix, and height of concrete drop, vibrator frequency, ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent to safety of the structure during construction. 5. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations, using wedges or jacks or a combination thereof. 6. Provide trussed supports when adequate foundations for shores and struts cannot be secured. 7. Support form materials by structural members spaced sufficiently close to prevent objectionable deflection. 8. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities, and within the allowable tolerances. 9. Provide form work sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints, and provide backup material at joints as required to prevent leakage and prevent fins. 10. Provide camber in form work as required for anticipated deflections due to weight and pressures of fresh concrete and construction loads. B. Design formwork under direct supervision of a professional Strudural Engineer experienced in the design of this work and licensed in the State of California. 1.06 REGULATORY REQUIREMENTS A. Perform Work in accordance with CBC 2013, Chapter 19. B. Plywood: Conform to tables for form design and strength in APA Form No. V345U. 1.07 COORDINATION A. Coordinate work under pertinent provisions of Division 01 sections. B. Coordinate this Section with other Sections of work that require attachment of components to formwork. CITY Of CARLSBAD-Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 C. If formwork is placed after reinforcement resulting in insufficient concrete cover to reinforcement, request instructions from the owner's representative or architect or SEOR before proceeding. PART 2-PRODUCTS 2.01 WOOD FORM MATERIALS A. Except for metal forms, use new materials. Materials may be re-used during progress of the work, provided they are completely cleaned and reconditioned, recoated for each use, and capable of producing formwork of the required quality. B. For footing and foundations, use Douglas-Fir boards or planks secured to wood or steel stakes, substantially constructed to shapes indicated and to support the required loads. C. For studs, walers, and supports, use Standard Grade or better Douglas-Fir, dimensions as required to support the loads but not less than 2"x4". D. Wall forms: 1. Exposed concrete surfaces: a. Use 3/4" minimum thickness Douglas-Fir plywood, grade BIB, class I or II, exterior, sanded both sides, complying with PS 1. b. Seal edges and coat both faces with colorless coating that will not affect application of applied finishes. 2. Unexposed concrete surfaces: a. Use 1 "x6" shiplap Douglas-Fir boards, surfaces one side and two edges, or 3/4" minimum thickness Douglas-Fir plywood, grade BIB plyform class I or II, sanded both sides, mill-oiled. E. Column forms: 1. For square or rectangular columns, use 2" thick Douglas-Fir planks or joists, surfaces one side and two edges, or use metal forms. 2. For round columns, use metal forms or patented paper tube forms approved by the Architect. 3. Construct column forms with tight joints and securely clamped together with steel clamps. F. Architectural Concrete forms: Refer to 03 30 00. 2.02 FORMWORK ACCESSORIES A. Forming Ties and Spreaders: Hold inner and outer forms for vertical concrete together with combination steel ties and spreaders approved by the Architect. 1. Use snap-ties with cone spreaders or tapered form-bolts and metal spreaders. Do not use wood or other absorbent material for spreaders. Ties for walls against grade shall CONCRETE FORMS AND ACCESSORIES SECTION 03 1 0 00 - 3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 not leave holes through entire wall section and shall break back not closer to exterior surface than 1 Yz inches. 2. Space ties symmetrically in tiers and rows, each tier plumb from top to bottom and each row level. 3. At horizontal pour lines, locate ties not more than 6" below the pour lines. Tighten after concrete has set and before the next pour is made. 4. For exposed concrete surfaces, provide form ties of removable type with she-bolts equipped with permanent plugs and a system approved by the Architect for fixing the plugs in place. B. Sealer: Clear, penetrating, synthetic resin sealer. C. Form Release Compound: Chemical, surface conversion type from coating. Reapply to cleaned forms before each reuse. Reference products: 1. "Nox-Crete Form Coating" by Nox Crete Chemicals, Inc. 2. "Release" by Burke Co. 3. "Duogard" by W.R. Meadows, Inc. 4. Or equal D. Wood Nailing Blocks: For grounds and blocks, where permitted use Clear Douglas- Fir, milled into dovetail shape, dip-treated in sealer and dried for 12 hours minimum, prior to use. E. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Size as required, of strength and character to maintain form work in place during placement of concrete. F. Comers: Chamfered type; size as indicated on Drawings; maximum possible lengths. PART 3-EXECUTION 3.01 EXAMINATION A. VerifY lines, levels, and centers before proceeding with formwork. Ensure that dimensions agree with the drawings. B. Examine areas and conditions under which work of this section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until detrimental conditions have been corrected. 3.02 EARTHFORMS A. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 3.03 FORM CONSTRUCTION A. In accordance with the recommendations in Chapter 4 of ACI 301, construct formwork as required to obtain exact size, shape, line, level, alignment, location, elevation, and grade as indicated on drawings for finished structure. 1. Provide for depressions, chases, openings, offsets, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features indicated on drawings or required for finished structure. CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2. Obtain approval before framing openings in structural members that are not indicated on the contract drawings. B. Fabricate forms for easy removal without hammering or prying against concrete surfaces. 1. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. 2. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. 3. Kerf backside of wood inserts used for forming reglets, recesses, and similar treatments, to allow wood to swell without spalling concrete and to ensure easy removal. C. Falsework: 1. Erect falsework and supports. Brace and maintain falsework to safely support vertical, laterals, asymmetrical, static, and dynamic loads until such loads can be supported by in-place concrete structures. 2. Construct falsework using wedges, jacks, or camber strips to facilitate vertical adjustments. 3. Carefully inspect formwork and falsework during and after concrete placement operations to discover abnormal deflections or signs of failure. Make all necessary adjustments or corrections. D. Where end-of-work sequence requires a joint in concrete, provide adequately designed additional formwork. Extend reinforcement through formwork and key joints as indicated on drawings. Location of construction joint is subject to approval by the Architect and the SEOR. E. Forms for exposed concrete: 1. Drill holes in forms to fit ties used. Prevent leakage of concrete around tie holes. Do not drive through undersized or improperly prepared holes. 2. Do not use metal cover plates for patching holes or defects in forms. 3. Provide sharp, clean comers at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 4. Use extra studs, walers, and bracing as required to prevent bowing or pillowing of forms between studs. Do not use narrow strips of form material that will allow bowing to occur. 5. Assemble and erect forms so they may be readily removed without damage to exposed concrete surfaces. 6. Form molding shapes, recesses, and projections with smooth-finish materials, and install in forms with sealed joints to prevent displacement. 7. Fill all unwanted joint openings with specified joint filler and finish flush to match adjacent from surfaces. F. Comer treatment: 1. Unless indicated otherwise on drawings, provide a chamfer on all exposed comers with specified strips. Miter chamfer strips at all changes in direction. 2. Form comers, which will be concealed in the finish, work either square or chamfered, at Contractor's option. · G. Provisions for other trades: CONCRETE FORMS AND ACCESSORIES SECTION 03 1 0 00,-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1. Coordinate formwork design, construction, and placement with all trades and other contractors. 2. Provide openings in concrete form work to accommodate work of other trades. 3. Size and location of openings, recesses, and chases are the responsibility of the: trade requiring such items. 4. Accurately place and securely support items that are built into forms. H. Cleaning and tightening: 1. Thoroughly clean forms and remove chips, wood, sawdust, dirt, or other debris just before concrete is to be placed. 2. Retighten forms immediately before, during, or after concrete placement as may be required to eliminate leaks. I. Taping ofjoints: 1. Apply pressure-sensitive tape over formwork joints that will be exposed in the finish work, except where distressed board forms are used. 2. Apply tape on inside (concrete side) of form work to prevent loss of cement paste and joint discoloration. 3. Tape joints before form release agent is applied to formwork. J. Install void forms in accordance with manufacturer's recommendations. Protect forms from moisture or crushing. K. Coordinate this section with other sections of work that require attachment of components to formwork. L. If form work is placed after reinforcement resulting in insufficient concrete cover over reinforcement before proceeding, request instructions from Owner's Representative. M. Openings for Cleaning: Provide temporary openings at all points in formwork deemed necessary by the Owner's Representative to facilitate cleaning and inspection. At base of walls and wide piers, bottom form board on one face for entire length shall be omitted until form has been cleaned, inspected, and accepted. Do not install board until after the Inspector's acceptance. 3.04 FORM COATINGS A. Apply form-coating material on formwork in accordance with manufacturer's recommendations. Do not allow excess form coating material to accumulate in the forms or come in contact with surfaces that will bond to fresh concrete. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form coating material where concrete surfaces will receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.05 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in passing through concrete work. CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 B. Locate and set in place items that will be cast directly into concrete. C. Coordinate with work of other sections in forming and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, other inserts, and components of other work. 1. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached thereto. 2. In accordance with AISC Code of Standard Practice for Steel Buildings and Bridges and the following for tolerances of anchor bolts and concrete surfaces supporting steel column bases: a. Elevation of concrete surfaces: ±3/8 in. b. Elevation at top of anchor bolts: + 1 in., -3/8 in. c. Out-of-position of anchor bolts: ±118 in. d. Anchor bolt locations: A California-licensed civil engineer or land surveyor shall ensure accuracy of anchor bolt locations. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.06 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301 and ACI 117. 3.07 FIELD QUALITY CONTROL A. In accordance with pertinent provisions of Division Dl sections. B. Inspect erected formwork and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. 3.08 FORM REMOVAL A. Remove form work not supporting concrete, such as sides of beams, walls, columns, and similar parts of the work, after concrete has hardened sufficiently to maintain its integrity and not be damaged by form removal operations, but not less than 3 days. · Initiate and maintain curing and protection of concrete immediately after stripping of forms. B. Do not remove form work supporting members such as bottoms of beams, joists, slabs and other structural elements until safe to do so, but not before concrete has attained two-thirds (67%) of its 28-day compressive design strength. C. Determine compressive strength of in-place concrete by testing specimens representative of concrete location or members, and field-cure under identical conditions as work in progress as specified in Section 03 30 00. CONCRETE FORMS AND ACCESSORIES SECTION 03 1 0 00 -7 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 D. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. E. Release sleeve nuts or clamps, and pull the form ties neatly. F. Do not permit steel spreaders, form ties, or other metal to project from, or be visible on, any concrete surface except where so shown on the drawings. G. Solidly pack form tie holes, rod holes, and similar holes in the concrete. For packing, use the cement grout specified in Section 03 30 00 of these Specifications, flushing the holes with water before packing, screeding off flush, and grinding to match adjacent surfaces. H. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 031000 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 032000 -CONCRETE REINFORCEMENT PART 1 -GENERAL 1.01 SUMl\1ARY A. Section includes reinforcing steel bars, wire fabric and accessories for cast-in-place and lightweight concrete. B. Related Sections: 1. Pertinent Sections of Division 01. 2. Section 03 10 00-Concrete Forms and Accessories. 3. Section 03 30 00-Cast-in-Place Concrete. 1.02 REFERENCES A. ACI 117: Specifications for Tolerance for Concrete Construction and Materials and Commentary. B. ACI 301: Specifications for Structural Concrete. C. ACI 315: Details and Detailing of Concrete Reinforcement. D. ACI 318-11: Building Code Requirements for Structural Concrete and Commentary. E. ACI SP-66: ACI Detailing Manual-2008. F. ASTM A82: Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. G. ASTM A370: Standard Test Methods and Definitions for Mechanical Testing of Steel Products. H. ASTM A615: Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. I. A WS Dl.4-05: Structural Welding Code-Reinforcing Steel. J. CBC 2013: 2013 California Building Code, California Code of Regulations, Title 24, Part 2, Volume 2 of2 (including all supplements). K. Manual of Standard Practice, Concrete Reinforcing Steel Institute. L. Placing Reinforcing Bars, Concrete Reinforcing Steel Institute. 1.03 SUBMITTALS A. Submit under pertinent provisions of Division 01. B. Shop Drawings: CONCRETE REINFORCING SECTION 03 20 00 - 1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14.449-01 1. Shop Drawings showing details of bars, spacing, bar schedules, diagrams of bent bars, anchors, and other items, if any, provided under this Section. 1.04 QUALITY ASSURANCE A. Perform work in accordance with ACI 315, ACI 318-11, CBC 2013, CRSI Manual of Standard Practice, and all other applicable codes. 1.05 REGULATORY REQUIREMENTS A. Perform work in accordance with CBC 2013, Chapter 19. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products under pertinent provisions of Division 01 sections. B. Deliver reinforcement to job site bundled, tagged, marked, and stored so that it can be readily identified. Use metal tags indicating bar size, lengths, and reference information corresponding to markings shown on the placement diagrams. Bundles shall also bear testing laboratory tags indicating identified steel. C. Prevent damage and accumulation of dirt, excessive rust, scale, or other coatings to stored materials. Store off ground, with long bars well supported. PART 2-PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Bars: Billet Steel, ASTM A 706, Grade-60. B. Welded Wire Fabric: ASTM A185, grades as called out on the contract drawings. C. Electrodes for Welding Reinforcing Steel: AWS D1.4-05. 2.02 ACCESSORY MATERIALS A. Steel Wire: ASTM A82. B. Bolsters, Chairs, Spacers, and Other Devices for Spacing, Supporting, and Fastening Reinforcement in Place: 1. Use wire bar type supports complying with CRSI recommendations, unless otherwise shown on the contract drawings. 2. Do not use wood, brick, or other non-complying material. 3. For slabs-on-grade, use supports with sand plates or horizontal runners where: base material will not support chair legs. 4. For exposed-to-view concrete surfaces, where legs of supports are in contact with forms, provide supports with either hot-dip galvanized or plastic-protected legs. 5. Tie Wire: Minimum 16-gage annealed type. CITY OIF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2.03 FABRICATION A. Fabricate concrete reinforcing in accordance with ACI 315, ACI 318-11, CBC 2013, and all other applicable codes. Comply with fabrication tolerances in accordance with ACI 117. B. Locate reinforcing splices, not indicated on contract drawings, at point of minimum stress. Review location of splices with the SEOR and obtain written approval prior to proceeding. PART 3-EXECUTION 3.01 TESTS AND INSPECTIONS A. Procedures: In accordance with pertinent provisions of Division 01 sections. B. Source quality control of identifiable reinforcing steel: Submit to laboratory copies of mill certificates for types, sizes, and heats of reinforcing steel intended for use in the work. Include the following information: 1. Source of steel. 2. Description. 3. Heat number. 4. Yield point. 5. Ultimate tensile strength. 6. Elongation percentage in 8 inch length. 7. Bend test results. 8. Chemical analysis, including Carbon Equivalent (CE) of reinforcing bars to be welded. C. Laboratory inspector shall compare and identify steel with mill test reports and affix laboratory tags to bundles of identified steel. Identifiable and compliant rebar shall be tested with a bend and tensile test for each 10 tons or part thereof for each type and size ofrebar. D. Quality. control of unidentifiable steel: When reinforcing steel cannot be identified, testing laboratory shall make one series of tensile tests and one series of bend tests in accordance with ASTM A370 or ASTM A615, for each 2Yz tons or fractional part thereof of each size and kind of reinforcing steel. 1. Make tests using a minimum of two separate samples. Test full sections of bars as rolled. E. Payment: 1. Owner will pay all costs in connection with tests of identifiable steel. 2. All costs in connection with tests and inspections of unidentifiable steel will be paid by the owner and back-charged to the contractor. 3. Owner will pay all costs in connection with tests and inspections for welding of reinforcing steel splices when such welding is indicated on the contract drawings. 4. All costs in connection with tests and inspections for welding of reinforcing steel splices not indicated on the contract drawings will be paid by the owner and back- charged to the contractor. 5. All costs incurred for re-tests andre-inspections required because of failures of original tests will be paid by the owner and back-charged to the contractor. CONCRETE REINFORCING SECTION 03 20 00 - 3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 144-49-01 F. Required inspections: Inspect placement of reinforcement. 3.02 PLACEMENT A. Except as herein specified or indicated on the contract drawings, place steel reinforcement in accordance with "Placing Reinforcing Bars" of Concrete Reinforcing Steel Institute (CRSI), ACI 318-05, CBC 2010, and all other applicable codes. B. Remove loose rust and mill scale, earth, oil, or any other foreign materials that could reduce or destroy bond with the cement. Wipe oil from forms before reinforcement is placed on or adjacent to so that oil will not be tracked over or in any way come into contact with the reinforcement. C. Place, support, and secure reinforcement against displacement. Do not deviate from required position and do not tack weld. Comply with placement tolerances in accordance with ACI 117. D. Do not displace or damage vapor barrier. E. Provide sufficient numbers of supports of adequate strength to carry the reinforcement. F. Do not place reinforcing bars more than 2" beyond last leg of any continuous bar supp01t. G. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. H. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. I. Unless noted otherwise on the contract drawings, conform to Chapter 19 of CBC 20 13 for concrete cover over reinforcement. 3.03 FIELD QUALITY CONTROL A. Field inspection will be performed under pertinent provisions of Division 01 sections. B. Unless indicated on the contract drawings or permitted, in writing, by the SEOR, do notre- bend reinforcement embedded in hardened concrete. END OF SECTION 032000 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 033000-CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.01 SUMMARY A. Section includes: 1. Cast-in-place concrete. 2. Control and construction joint devices. 3. Cement grout, dry-pack, and non-shrink grout. B. Related Sections: 1. Pertinent Sections of Division 01. 2. Section 03 10 00-Concrete Forms and Accessories 3. Section 03 20 00-Concrete Reinforcement 4. Section 03 39 00-Concrete Curing 1.02 REFERENCES A. ACI 301: Specifications for Structural Concrete. B. ACI 302.1R-04: Guide for Concrete Floor and Slab Construction. C. ACI 304R-OO: Guide for Measuring, Mixing, Transporting, and Placing Concrete. D. ACI 305.1-06: Specification for Hot Weather Concreting. E. ACI 306.1-90: Standard Specification for Cold Weather Concreting (Re-approved 2002). F. ACI 308R-01: Guide to Curing Concrete. G. ACI 309R-05: Guide for Consolidation of Concrete. H. ACI 318-11: Building Code Requirements for Structural Concrete and Commentary. I. ACI 347-04: Guide to Formwork for Concrete. J. ASTM C31: Standard Practice for Making and Curing Concrete Test Specimens in the Field. K. ASTM C33: Standard Specification for Concrete Aggregates. L. ASTM C39: Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. M. ASTM C42: Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. N. ASTM C94: Standard Specification for Ready-Mixed Concrete. 0. ASTM C143: Standard Test Method for Slump ofHydraulic Cement Concrete. CAST-IN-PLACE CONCRETE SECTION 03 30 00 - 1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14-4.49-01 P. ASTM Cl50: Standard Specification for Portland cement. Q. ASTM C 172: Standard Practice for Sampling Freshly Mixed Concrete. R. ASTM C260: Standard Specification for Air-Entraining Admixtures for Concrete. S. ASTM C494: Standard Specification for Chemical Admixtures for Concrete. T. ASTM C1059: Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. U. ASTM C1107: Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non- Shrink). V. ASTM E154: Standard Test Methods for Water Vapor Retarders Used in Contact with Earth under Concrete Slabs, on Walls, or as Ground Cover. W. ASTM E1745: Standard Specification for Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. X. CBC 2013: 2013 California Building Code, California code of Regulations, Title 24 (all parts, all volumes, including all supplements). Y. ADA: Title III of the American with Disabilities Act, for the Handicapped. 1.03 SUBMITTALS A. Submit the following under pertinent provisions of Division 01 sections. 1. Mix Design: Submit mix design to the Structural-Engineer-of-Record (SEOR) for review and approval. 2. Distribute approved mix design(s) to the testing laboratory, batch plant, and the owner. 1.04 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of embedded utilities and components, which are concealed from view. 1.05 QUALITY ASSURANCE A. Strength test of concrete, see pertinent provisions of Division 01 section. B. Acquire cement and aggregate from the same source for all work. C. Conform to the requirements of ACI 305.1-06 when concreting during hot weather. D. Conform to the requirements of ACI 306.1-90 when concreting during cold weather. E. Curing compounds and sealers shall be obtained from a single manufacturer. F. Obtain cementitious materials from the same source throughout. G. Mixing and placing concrete, see pertinent provisions of Division 01 sections. CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02,2015 H. Ready-mix concrete shall be mixed and delivered in accordance with the requirements of ASTM C94 and all applicable requirements of CBC 2013. Each batch of concrete delivered at the j obsite shall be accompanied by a time slip bearing departure time and signature of batch plant supervisor. Concrete shall be placed within 90 minutes after start of mixing. I. Store cement and aggregate materials so as to prevent their deterioration and/or intrusion by foreign matter. Deteriorated or contaminated materials shall not be used for concrete. 1.06 REGULATORY REQUIREMENTS A. Perform work in accordance with all applicable provisions of CBC 2013 (and all supplements). B. Perform all work in strict accordance with the applicable codes and regulations, especially meeting all safety standards and regulations of CAL/OSHA. Provide additional measures, added materials, and devices as may be needed or as directed by the owner's representative at no added cost to the owner. 1.07 COORDINATION A. Coordinate work under pertinent provisions of Division 01 sections. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2-PRODUCTS 2.01 GENERAL A. Ready-Mixed Concrete: Mix and deliver in compliance with all applicable requirements of CBC 2013 and ASTM C94. B. Strength of Concrete: Unless noted otherwise on the drawings, all concrete shall have a minimum compressive strength of 3,000 psi at 28 days. 2.02 CONCRETE MATERIALS A. Cement: "Standard Specification for Portland Cement" ASTM C150, Type I or II. Cement used shall correspond to that on which selection of concrete proportions was based. B. Fine and Coarse Aggregates for Normal-Weight Concrete: ASTM C33, supplied from single source and non-reactive. C. Water: Water shall be potable and free from deleterious matter. Conform to ASTM C94. 2.03 ADMIXTURES A. Concrete admixture(s) shall be standard brand approved by the SEOR and shall conform to ASTM C260, ASTM C494 and applicable provisions ofCBC 2013. CAST-IN-PLACE CONCRETE SECTION 03 30 00 - 3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 2.04 BONDING AGENT A. Bonding Agent: "Weld-Crete", manufactured by the Larsen Products Corporation or "Nitobond Acrylic" manufactured by Fosroc Inc., or equal. B. Anti-Bonding Agent: "Thompson's Water Seal" as manufactured by A. E. Thompson, Inc., California or equal as approved in accordance with pertinent provisions of Division 01 sections. 2.05 JOINT DEVICES AND FILLER MATERIALS A. Construction Joint Devices: Integral galvanized steel; formed to tongue and groove profile, with removable top strip exposing sealant trough, knockout holes spaced at 6 inches, ribbed steel spikes with tongue to fit top screwed edge. B. Sealant and Primer: As specified in Section 07 92 00, green-Joint Sealers. 2.06 CONCRETE MIX A. Provide a mix design per CBC 2013 section 5.3 by the approved testing laboratory, certified by a registered Civil Engineer licensed in California based on strengths of the approved materials, and meeting the requirements stated on the contract drawings. Water-cement ratio shall not exceed 0.50 unless noted otherwise on the contract drawings or approved, in writing, by SEOR. B. Obtain SEOR approval for each mix design prior to use, including new mix designs required to be prepared should there be a change in the materials being used. C. Unless noted otherwise on the contract drawings, all concrete shall be normal-weight with 1" aggregate and 4" slump. D. Use accelerating admixtures in cold weather only when approved in the mix design. Use of admixtures will not relax cold weather placement requirements. E. Use set retarding admixtures during hot weather only when approved in the mix design. F. Add air-entraining agent to normal weight concrete mix for work exposed to exterior and when approved in the mix design. 2.07 CEMENT GROUT, DRY-PACK, AND NON-SHRINK GROUT A. Cement Grout: Mix 1 part Portland cement, 2 'l1 to 3 parts fine aggregate, and enough water for required consistency. Depending on use, consistency may range from mortar consistency to a mixture that will flow under its own weight. Do not mix more than the amount that can be used within 30 minutes. Retempering is not permitted. Use for leveling, preparing setting pads, beds, construction joints (with liquid bonding admixture), filling nonstructural voids, and similar uses. Do not use for grouting under bearing plates or structural members in place. B. Dry-Pack: Mix 1 part Portland cement, 2 parts fine aggregate, and enough water to hydrate cement and provide a mixture that can be molded with the hands into a stable ball (a stiff mix). Do not mix more than the amount that can be used within 30 minutes. Use for patching ties holes, honeycomb, and large surface defects in concre~e. CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 C. Non-Shrink Grout: 1. Prepackaged, non-shrink, non-metallic, natural aggregate grout conforming to ASTM C1107, Grade B or C. Grout shall be fluid with extended working times and temperatures, capable of achieving at least 95% bearing under base plates and free of gas-producing or gas-releasing agents. Use for grouting under bearing plates, structural members, and similar areas with minimal clearances. a. Master Flo 928 by Master Builders, Inc. b. Hi-Flow Grout by Euclid Chemical Co. c. Five Star Grout by U.S. Grout Corporation. d. Upcon by the Upco Co. e. Hom Non-Corrosive Non-Shrink Grout by Tamms Industries (A. C. Hom). f. Sonogrout by Sonneborn Building Products. g. Non-Ferrous, Non-Shrink Grout by Burke. h. Or equal as approved in accordance with pertinent provisions of Division 01 sections. 2. Submit certified test data by an independent testing laboratory indicating compliance with specified requirements and temperature and working time parameters of testing. PART 3 -EXECUTION 3.01 EXAMINATION A. Verify site conditions under pertinent provisions of Division 01 sections. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.02 PREPARATION A. Prepare previously placed concrete by cleaning with sandblasting or steel brush or water blast to expose aggregate to minimum W' amplitude. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels and epoxy as per manufacturer's requirements. Sandblast the existing concrete surface. C. Coordinate the placement of joint devices with erection of concrete formwork and placement of fonn accessories. D. Under interior slabs-on-grade, install sub-base consisting of 4" of crushed rock, provide l- inch thick sand cushion and place vapor barrier, protect vapor barrier with an additional 2- inch layer of moistened sand prior to slab placement. Seal all penetrations of vapor barrier and joints as recommended by the manufacturer. 3.03 INSTALLATION A. Placing concrete: CAST-IN-PLACE CONCRETE SECTION 03 30 00 - 5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1. Place concrete immediately after it has been mixed. Concrete, which has not been placed in final position in formwork within 90 minutes after water was first added to the batch, shall be rejected and removed from the site. 2. Before placing any concrete in formwork, thoroughly clean and wash out forms with water. 3. If earth at bottom of forms has dried out, rewet so the soil is moist, but free of st~mding water and mud. 4. Convey concrete from mixer to final position by methods, which will prevent separation or loss of materials. 5. Concrete shall not be dropped freely where reinforcing steel or other obstructions may cause segregation. Maximum height of concrete free fall shall be 5 feet. 6. Regulate rate of placement so concrete surface is kept level throughout; a minimum being permitted to flow from one area to another. Use tremie heads spaced at 10 feet intervals (approximately) for placing concrete in walls. Control rate of placement consistent with form design. 7. Deposit concrete in one continuous operation until section being placed has been completed. For slabs placed in continuous operations for thicknesses greater than 12 inch, prevent excessive segregation of aggregate and high temperatures, in accordance with ACI 304 and ACI 308. 8. Place concrete during daylight hours, unless permitted otherwise by the SEOR. 9. Do not retemper concrete or use concrete that has stood more than 15 minutes after leaving the mixer. B. Consolidating concrete: Conform to ACI 309. 1. Use mechanical vibrating equipment for consolidation capable of at least 5000 impulses per minute. Be sure an adequate number of operating vibrator units are on hand to properly consolidate quantity of concrete to be placed, including spares for emergency use. 2. Vertically insert and remove hand-held vibrators at constant interyals 18 inch to 30 inch apart. Vibrate concrete the maximum amount and time required for complete consolidation (without segregation) and release of entrapped air bubbles, but in no instance exceed 15 seconds per square foot of exposed surface. 3. Do not use vibrators to transport concrete in forms. 4. Use of supplemental hand rodding and tamping is limited to where use of mechanical vibrators is not practical. C. Constructionjoints: 1. Upon completion of a formed pour, strike concrete smooth at top of formwork, and prepare construction joints to receive next pour by removing entire surface paste to expose aggregate. 2. Upon completion of a slab pour that will receive subsequent topping or addiltional concrete, expose aggregate in top surface by brooming in two directions at right angle to each other. 3. Before fresh concrete is deposited against or upon hardened concrete of formed pours, sand-blast surfaces to remove all encrustations or laitance, exposing clean coarse aggregate firmly embedded in mortar matrix. 4. Before fresh concrete is deposited against or upon hardened concrete of slab pours, remove all encrustations or laitance from slab edges. 5. Dampen hardened concrete surfaces that will receive fresh concrete. Prepare per §2.A. 6. Make construction joints in exposed surfaces only at predetermined locations approved by the Architect and the SEOR. CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02,.2015 D. Control Joints: 1. 1 W' deep and continuous sawed cut joints at 20' -0" on centers maximum ( 400 square foot) each way, within 12 hours of slab pour. Grout fill after 28 days or "Burke", "Plastic Zip Strip Joint Former" or equal. 3.04 DEFECTIVE CONCRETE A. Concrete shall be deemed defective when: 1. Tests on core or prism specimens fail to show specified strengths. 2. Not formed as indicated or detailed. 3. Not plumb or level where so indicated or required to receive subsequent work. 4. Not true to intended grades and levels. 5. Cut, filled, or resurfaces, unless under direction ofthe SEOR. 6. Debris is embedded therein. 7. Not fully in conformance with provisions of the contract documents. 8. Damaged by hot or cold weather conditions. 9. Mixing time exceeds 90 minutes from ready-mix plant to the time of deposit. B. Remove and replace defective concrete or adequately strengthen and resurface in a manner acceptable to the SEOR. C. Cosmetic repair of minor defects in exposed concrete surfaces shall be in a manner acceptable to the Architect. 3.05 CONCRETE FINISHING AND CURING A. Comply with pertinent provisions of Section 03 39 00. 3.06 FIELD QUALITY CONTROL A. Molded Cylinder Tests: See pertinent provisions of Division 01 sections for Quality Control Requirements and Testing & Inspection Requirements. 1. The owner's inspector shall prepare cylinders. Each cylinder shall be dated, given a number, point in structure from which sample was taken, mix design number, mix design strength and result of accompanying slump test noted. 2. Separate tests of molded concrete cylinders taken at same place and time shall be made at age of 7 days and 28 days. A strength test shall be the average of the compressive strength of 2 cylinders, made from the same sample of concrete and tested at 28 days or at test age designated for determination of(. 3. Test cylinders shall be made at the jobsite and stored at the testing laboratory in accordance with ASTM C31, and tested in accordance with ASTM C39. B. Core Test: At request of the owner's inspector, cores of hardened concrete shall be cut from portions of hardened structures for testing, in accordance with ASTM C42. 1. Cores shall be taken at representative places throughout the structure as designated by the owner's representative and shall be at least 4" in diameter. 2. Where cores have been cut from work, contractor shall fill void with dry-pack and patch the finish to match the adjacent existing surfaces. C. Concrete Consistency: Measure consistency in accordance with ASTM Cl43. This test shall be made by the owner's inspector twice every day or partial day's run of the mixer. CAST-IN-PLACE CONCRETE SECTION 03 30 00 - 7 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14-4~49-01 D. Adjustment of Mix: Should the strength of any grade of concrete for any portion of work, as indicated by molded test cylinders, fall below the minimum 28-day compressive strength specified on the construction documents, the SEOR will direct the testing laboratory to adjust the concrete mix for remaining portion of construction so that the resulting concrete me1~ts the minimum strength requirements. 3.07 PATCHING A. Allow owner's representative to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify the owner's representative upon discovery. C. Concrete slabs which have high or low spots and which are supposed to receive the resilient floor covering or soft floor covering, shall have surfaces repaired. High spots shall be honed, or ground with power-driven machines to required levels. Low spots shall be filled with latex under-layment, applied in strict compliance with manufacturer's instructions. D. Holes resulting from form ties or sleeve nuts shall be solidly packed completely, through all exterior walls, by pressure grouting with cement grout, as specified. Grouted holes on exposed surfaces shall be screeded off flush and finished to match adjoining surfaces. 3.08 CEMENT GROUT, DRY-PACK, AND NON-SHRINK GROUT A. Cement grout: Thoroughly mix sufficient quantities to avoid combing different batches of grout mix. Ensure that grout completely fills all spaces and voids. Level, screed, or cut flush excess grout to produce smooth, neat, even exposed surfaces. B. Dry-pack: Thoroughly blend dry ingredients prior to mixing with water. Forcibly pack mixture to completely fill voids and spaces. C. Non-shrink grout: Mix and install in accordance with manufacturer's instructions. END OF SECTION 033000 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 033300 -ARCHITECTURAL CONCRETE PART 1-GENERAL 1.1 RELATED bOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Refer to bid instructions for viewing of Representative Field Sample used to establish standards of visual quality for Architectural Concrete. 1.2 SUMMARY A. This Section Includes: 1. Requirements for Architectural Concrete, including formwork, reinforcement and cast-in-place concrete, affecting the finished appearance of the Work. B. Related Sections include: 1. Requirements of Division 03 Section 031000, "Concrete Forms and Accessories", Section 032000 "Concrete Reinforcement", and Section 033000 "Cast-in-Place Concrete" shall fully apply to architectural concrete, except as otherwise specified in this Section. 1.3 DEFINITIONS A. Architectural Concrete: Formed concrete that is exposed to view on surfaces of completed structure and that requires special concrete materials, formwork, placement or finishes to obtain specified architectural appearance. Surfaces of architectural concrete elements that are not exposed to view in the completed work, need not conform to requirements of this Section. Finish work shall have a smooth finish. 1.4 REFERENCES A. Standards listed below apply where designation is cited in this Section. Where the applicable year of adoption or revision is not listed below, the latest edition applies. B. ASTM: Standards of the American Society for Testing and Materials (ASTM) apply where designated in this Section. Use applicable year of adoption or revision as published in the 2009 "Annual Book of ASTM Standards". C. American Concrete Institute's: 1. ACI 303.1-Specification for Cast-in-Place Architectural Concrete, 1997. 1.5 SUBMITTALS A. Submittal procedures and administrative provisions are established by Division 01 Section "Submittal Procedures". ARCHITECTURAL CONCRETE SECTION 033300-1 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 B. Product Data: For each type of product indicated, including but not limited to form facing material, form release agent, form ties, waterproofing admixtures, and curing compound. C. Design mixtures. D. Formwork Shop Drawings: Show formwork construction including form-facing joints, rustications, construction and contraction joints, form joint-sealant details, form tie locations and patterns, inserts and embedments, cutouts, cleanout panels, and other items that visually affect architectural concrete. 1. Indicate and call special attention to butted form joints. Indicate method of sealing joints and maintain alignment. 2. Review offormwork drawings is only for features affecting visual quality. E. Placement schedule indicating locations of all construction joints. F. Samples: For each of the following materials: 1. Form-facing material, minimum 24 inch square. 2. Chamfer and rustication form strips, minimum 12 inches long. G. Field Sample Panel: 1. Cast a minimum of one panel, 4 feet by 4 feet by full thickness, using fonn facing material, concrete mix and techniques to be used in production. a. Where more than one concrete mix is being considered for use, construct sample panel for each mix. 2. Construct using form facing materials, rustication strips, form ties, and other formwork features proposed for use. 3. Strip sample at intended age and apply curing materials, sealers, and coatings, as applicable. Apply treatments in varying applications in 12-inch wide strips. 4. Based on review of sample panels, Owner's Representative will select features of construction to be used for mockup. 5. Maintain sample panel on site in an undisturbed condition until mockup is accepted. H. Minutes of preinstallation conference. 1.6 QUALITY ASSURANCE A. Comply with applicable provisions of following codes and specifications, except where more stringent requirements are shown or specified. 1. ACI 303.1, "Specification for Cast-in-Place Architectural Concrete." B. Source Limitations: Obtain concrete mixture from one manufacturer with resources to provide cast-in-place architectural concrete of consistent quality in appearance and physical properties. C. Waterproofing Admixture: Manufacturer shall review proposed concrete mix designs and certify that mix design and admixture dosage rates will produce concrete with a corrected 30-minute water absorption not greater than 1.0% at test 7 days, when tested in accordance with British Standard BS 1881-122, "Methods for Determination of Water Absorption". D. Allowable Tolerances: 1. Variation from line and dimension for footings: Plus 1/2-inch, minus 2 inches. ARCHITECTURAL CONCRETE SECTION 033300-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2. Variation from level alignment for lintels, sills, parapets, horizontal control ljoint and cold joint grooves, and other lines exposed to view; plus or minus 1/2-inch. 3. Variation from plumb in lines, and surfaces ofwalls, control joint grooves and other lines exposed to view: 1/4-inch in 10 feet. 4. Variation with respect to specified plane: a. Vertical alignment of outside comer of exposed comer columns and control joint grooves in concrete exposed to view: 1/4-inch in 10 feet. b. All other conditions: 3/8-inch in 10 feet. 5. Variation in surface tolerance: abrupt variation of 114-inch; gradual variation of 114-inch in 5 feet in any direction measured with a 5-foot straightedge. 6. Variation in Thickness of Slabs: Plus 3/8-inch, minus 1114-inch. Concrete floors with slopes shall meet slopes shown on Drawings. E. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." 1. Require representatives of each entity directly concerned with cast-in-place architectural concrete to attend, including the following: a. Contractor's superintendent. b. Ready-mix concrete manufacturer. c. Integral waterproofing manufacturer's representative. d. Cast-in-place architectural concrete subcontractor. e. Architect. f. Owner's representative. 2. Review concrete design mixture and examine procedures for ensuring quality and consistency of concrete materials. Review hot-weather concreting procedures, curing procedures, construction joints, forms and form-removal limitations, reinforcement accessory installation, concrete repair procedures, and protection of concrete. PART 2-PRODUCTS 2.1 A. B. c. FORM-FACING MATERIALS General: Comply with Division 03 Section "Concrete Formwork" for general requirements applicable to formwork and other form-facing material requirements, modified per this section for specific types of form facing materials required for visual appearance. Smooth Flat Surfaces: PS 1 plywood, MDO overlain, made for forming. Provide oversize panels as necessary to extend between joints shown, without additional joints. New plywood forms to provide continuous, straight, smooth, exposed surfaces. Furnish in sizes required to conform to joint articulation system shown on drawings. 1. Use MDO plywood to impart a smooth, glossy finish, upon removal of the form, with no patching, stoning, or other form of repair. Wash only. Comply with U.S. Product Standard PS-1 "Medium Density Overlaid concrete Form" Class I. 2. Panel faces on . both sides to be sealed by impregnation of phenolic resins prior to application of phenolic plastic faces. Rustication Strip: Taper joints as shown on Drawings. 1. Provide at reveal locations shown on Drawings. ARCHITECTURAL CONCRETE SECTION 033300-3 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2.2 2.3 D. Form Joint Tape: Compressible foam tape; pressure sensitive; Ai\MA 800, "Specification 810.1, Expanded Cellular Glazing Tape"; minimum 1/4-inch thick. E. Form Joint Sealant: Elastomeric sealant complying with ASTM C 920, Type M or S, Grade NS, that adheres to form joint substrates. F. Sealer: Penetrating, clear, polyurethane wood form sealer formulated to reduce absorption of bleed water and prevent migration of chemicals from wood. G. Form-Release Agent: Provide cellulose-based, neutral commercial formulation for release agent with a maximum of 350 giL volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Crete-Lease 880, Cresset or equal. 2. Prepare forms as required to produce a CCS Class 2 (Cresset Concrete Standard Class 2) surface. H. Form Ties: Factory-fabricated, internally disconnecting or removable ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. Seal cut form panel edges and tie holes with two coats of a high quality polyurethane varnish to retard moisture penetration. A. A. B. c. D. E. 1. Provide types and strengths required for each condition. 2. Furnish ties with tapered tie cone spreaders that, when removed, will leave holes 1 inch in diameter on concrete surface. 3. Furnish ties with integral water-barrier plates, when surface is exposed to weather. 4. Steel left in the concrete shall be at least 1-1/2 inches back from surfaces exposed to weather and 1 inch back from other surfaces. 5. Subject to providing necessary strength to resist concrete pressure, Dayton Superior A3 snap ties, with 1 x 1-1/2-inch A-2 plastic cones and A8 waterseal washers, or equal. STEEL REINFORCEMENT AND ACCESSORIES General: Comply with Division 03 Section "Concrete Reinforcement" for steel reinforcement and other requirements for reinforcement accessories. CONCRETE MA TERlALS General: Comply with Section 033000 "Cast-in-Place Concrete", except as designated in this Section. Cementitious Material: Limit use of SCM's to 15% fly ash by weight, except as otherwise approved by Owner's Representative based on field sample. Normal-Weight Aggregates: ASTM C 33, Size 7; from one of the sources recognized for producing low shrinkage concrete. Water: Potable, free of wash water from mixer washout operations. Waterproofing Admixture: Reactive hydrophobic pore-blocking concrete admixture; shall not affect surface appearance of concrete or evidence crystalline growth. Hycrete, by Hycrete Inc., or approved equal. ARCHITECTURAL CONCRETE SECTION 033300-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2.4 A. A. B. c. D. 2.2 A. B. CONCRETE MIXTURES Proportion concrete mixtures as specified in Section 033000, "Cast-in-Place Concrete" to achieve 4,000 psi compressive strength. Limit cementitious material to 600 pounds per cubic yard. Limit water to cement ratio to 0.42 and total water content to 275 pounds per yard, including liquid admixtures and water added on site. Mix shall contain specified Type A/F mid-range water reducing admixture to provide 6 to 8 inch slump at point of placement. Mix shall contain waterproofing admixture, at manufacturer's recommended dosage to achieve compliance with specified performance-refer to "Quality Assurance" article of this Section for requirements. For Hycrete brand admixture, recommended dosage is 1 gal per cubic yard. CONCRETE MIXING Clean equipment used to mix and deliver cast-in-place architectural concrete to prevent contamination from other concrete. Before test sampling and placing concrete, water may be added at the site, subject to limitations of total mix design water, design slump, mix temperature and elapsed time from hatching. PART 3-EXECUTION 3.1 A. FORMWORK General: Comply with Section 031000, "Concrete Forms and Accessories", except where more stringent requirements are specified herein. Requirements for formwork apply only at exposed to view surfaces; other surfaces shall conform to requirements for structural concrete. B. Preparation of Form Surfaces: Apply form sealer to all wood form surfaces to prevent absorption of moisture. C. Design formwork to permit easy removal. Prying against the concrete surface will not be permitted. 1. Provide 1 :6 draft on rustication strips to facilitate removal. D. Formwork shall be strong enough and sufficiently rigid to withstand pressures that result from rapid filling and high frequency consolidation. 1. Limit deflection of form-facing panels to not exceed ACI 303.1 requirements. E. Design and construct form work to be water tight under full head hydrostatic pressure of the section to be placed as well as the action of the specified consolidation techniques. 1. Take particular care to seal penetrations, including form ties. F. Layout form joints, reveals, ties as shown on the Drawings and plumb and true to line. Locate vertical construction joints behind rustications arid away from corners. ARCHITECTURAL CONCRETE SECTION 033300-5 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 G. Nail or screw heads shall not occur at contact surface with concrete. Form surfaces in contact with concrete shall be screw attached from backside, glued, or fastened using other approved method. H. Form exposed architectural faces first. Indicate butted form joints on shop drawings and locate in field only as shown on the approved shop drawings. Perform work necessary to align and seal joints of abutting panels prior to placement of reinforcement. 1. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, to Class A, 1/8 inch. I. Coat contact surfaces of forms with a light uniform coating of form-release agent, according to manufacturer's written instructions, before placing reinforcement. 1. Do not allow excess form-coating materials to accumulate in forms or come in contact with concrete surfaces against which fresh concrete will be placed. 2. Coat forms with release agent prior to erection, where coating cannot be applied in place. J. Form Ties: Structural integrity of the formwork is the Contractor's responsibility. In areas not shown, locate ties in a uniform pattern as approved by the Owner's Representative. Where shown locate ties as near as practical to pattern shown, subject to structural requirements. 1. Construct tie holes to be watertight. 2. Drill holes in overlain plywood surfaces using brad point twist bit with sharp edge cutters to scribe surface prior to cutting. K. Provide temporary openings for cleaning and flushing at bottom of forms; do noil locate at exposed face. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. L. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 1. Protect cleaned forms if placing does not begin immediately, covering openings with tarps. M. Forms shall be tight to prevent leakage or washing out of cement mortar from concrete. N. Provide additional bracing, shoring, and accessories as required to achieve specified tolerances. 0. Use extra studs, walers and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material which will produce bow. P. Provide sealers, trim, comer bracing and stiffeners to achieve profiles of joints and seams, as shown on Drawings. 3.2 REINFORCEMENT A. General: Comply with Section 032000, "Concrete Reinforcement", for fabricating and installing steel reinforcement, except where more stringent requirements are specified in this Section. B. Minimum concrete cover for reinforcing shall be 1-112 inches for #4 bars and smaller, 2 inches for #5 to #8 bars, and 2 bar diameters for larger bars, unless specifically detailed otherwise. ARCHITECTURAL CONCRETE SECTION 033300-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02,2015 3.3 3.4 c. D. A. B. A. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. Keep tails as short as practical, so that concrete placement will not force ends to exposed surface. Provide bar supports at exposed face only as absolutely necessary to maintain cover. Use a combination of internal bracing and ~hairs and ties at concealed face to hold reinforcement securely in position. JOINTS Construction Joints: 1. Provide rustication strips at all exposed to view joints; see architectural drawing for profile. Where no rustication remains in completed construction, install l-inch deep x l-inch wide strip per profile centered on joint. Remove strip and ease inside comer prior to making succeeding pour. 2. Remove all loose concrete dust and other fine materials from the surfaces prior to erection of the forms. Form work for succeeding pour shall be held tight against the face of the previous lifts and positively gasketed to prevent grout leakage. 3. Install rope waterstops at construction joints exposed to weather. Install between layers of reinforcement. Form weakened-plane contraction joints true to line with faces perpendicular to surface plane of cast-in-place architectural concrete so strength and appearance of concrete are not impaired, at locations indicated or as approved by Owner's Representative. CONCRETE PLACEMENT Depositing Concrete: 1. Deposit concrete using pump hoses or tremies inserted into the form cavity to minimize segregation and accumulated concrete on formwork and reinforcement. Do not drop concrete more than 30 inches. 2. Deposit concrete continuously between joints in layers not exceeding 30 inches in height and in a manner to avoid inclined lift lines. a. First layer of concrete placed against hardened concrete shall not exceed 24 inches in height. 3. Allow fresh face to stand not more than 15 minutes prior to placement of succeeding layer. B. Consolidating Concrete: . 1. Consolidate placed concrete with internal vibration according to ACI 303.1. 2. Use two vibrators at each placement. Optimum size of vibrator head shall be 1 inch to 1 Yz inches. 3. Do not use vibrators to transport concrete in forms. 4. Vibrators shall be placed into the concrete vertically at a consistent spacing that will thoroughly blend deposits, remove entrapped air and consolidate concrete. Vibrator head shall be inserted rapidly and penetrate at least 12 inches into preceding layer, then withdrawn slowly and uniformly to blend layers and remove a maximum amount of entrapped air. 5. After top layer is placed, the concrete shall be allowed to set for 10 to 15 minutes and then given a final vibration of the top 24 inches. 6. Do not place vibrators against formwork. ARCHITECTURAL CONCRETE SECTION 033300-7 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.5 3.6 3.7 3.8 A. B. c. D. A. B. FORM REMOVAL AND CURING Use consistent stripping time and curing method for exposed surfaces. Maintain surface appearance that matches approved field sample panels and mockups. For surfaces exposed to weather, leave formwork securely in place for 7 days and cover exposed top surface tightly with impervious sheeting. In hot weather, cover forms during curing period to protect from direct sunlight. Thoroughly wet surface immediately after loosening forms and again after form removal. FINISHING General: Match approved mockup, identified and described as indicated, to satisfaction of Owner's Representative. As-Cast Formed Finishes: Concrete shall have uniform as-cast surface with minimal additional finishing being anticipated or r~quired. Remove fins and projections, where necessary, by grinding without marring adjacent surface. Repair honeycombed concrete and other defects; surface blemishes will not be filled. Fill tie holes and strike flush with adjacent surfaces. 1. Type 1 Finish: Smooth matte finish obtained with MDO plywood forms. C. Fill tie holes with patching mortar, recessing 1/2 inch from finished surface. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. E. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. F. A. B. c. D. Maintain uniformity of finishes, including alignment of boards, over construction joints, unless otherwise indicated. PATCHING Do not patch any area without specific approval from the Owner's Representative on a case-by- case basis. Develop patching technique on mock-up prior to patching in-place concrete for review and approval by the Owner's representative. Use only the same mix for patching as finally developed for the approved sample on the mock-up. Remove all loose concrete prior to patching and thoroughly wet the surface to prevent moisture loss form the patch mix. Pack patch mix into the void and hand dress to match texture and color of adjoining concrete. PROTECTION, AND CLEANING ARCHITECTURAL CONCRETE SECTION 033300-8 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.9 A. Clean architectural concrete surfaces to remove gasket adhesives, markings, laitance, dust, and debris. B. c. D. E. A. Protect comers, edges, and surfaces of architectural concrete from damage. Pay particular attention to surfaces near the work of other trades. Protect concrete from staining during remainder of construction period, including rust, paint, and oils. Wash and rinse surfaces according to concrete finish applicator's written recommendations. Protect other Work from staining or damage due to cleaning operations. Do not use cleaning materials or processes that could change the appearance of cast-in-place architectural concrete finishes. FORM REUSE Forms shall not be reused for architectural concrete, if there is evidence of surface wear, or other defects that would impair the quality or consistency of appearance of the surface. B. Board forms shall not be reused. END OF SECTION 033300 ARCHITECTURAL CONCRETE SECTION 033300-9 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 Blank: Page ARCHITECTURAL CONCRETE SECTION 033300-10 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 033900 -CONCRETE CURING PART 1 -GENERAL 1.01 SUMMARY A. Section includes initial and final curing for cast-in-place concrete and structural lightweight concr,ete. B. Related Sections: 1. Pertinent Sections of Division 01. 2. Section 03 10 00-Concrete Forms and Accessories. 3. Section 03 30 00-Cast-In-Place Concrete. 4. Section 03 31 30 -Lightweight Structural Concrete. 1.02 REFERENCES A. ACI 301: Specification for Structural Concrete. B. ACI 302.1R-04: Guide for Concrete Floor and Slab Construction. C. ACI 302.2R-06: Guide for Concrete Slabs that Receive Moisture-Sensitive Flooring Materials D. ACI 308R-01: Guide to Curing Concrete. E. ACI 318-11: Buil~ing Code Requirements for Structural Concrete and Commentary. F. ASTM C171: Standard Specification for Sheet Materials for Curing Concrete. G. ASTM C309: Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. H. ASTM D2103: Standard Test Methods for Volatile Loss from Plastics Using Activated Carbon Methods. I. CBC 2013: 2013 California Building Code, California Code of Regulations, Title 24, Part 2, Volume 2 of2 (including all supplements). 1.03 SUBMITTALS A. Submit under pertinent provisions of Division 01. B. Product Data: Provide data on curing compounds, compatibilities, and limitations. 1.04 QUALITY ASSURANCE A. Perform work in accordance with ACI 301, ACI 302, ACI 308, and all other applicable codes. CONCRETE CURING SECTION 03 39 00 - 1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard RenoYations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.05 REGULATORY REQUIREMENTS A. Perform work in accordance with CBC 2010, Chapter 19. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products under pertinent provisions of Division 01 sections. B. Deliver curing materials in manufacturer's packaging including application instructions. PART 2-PRODUCTS 2.01 MATERIALS A. Membrane Curing Compound: ASTM C309 Type 1. B. Water: Potable, not detrimental to concrete. PART 3-EXECUTION 3.01 EXAMINATION A. V erizy that substrate surfaces are ready to be cured. 3.02 EXECUTION-HORIZONTAL SURFACES AND VERTICAL SURFACES A. Concrete shall be maintained above 50°F and in a moist condition for at least the first 7 days after placing except that high early strength concrete shall be maintained in such a condition for at least the first 3 days. B. Before applying curing paper, interior floor treated with colored hardener shall be glven a heavy protective coat of colored wax left unpolished and then immediately covered with paper. If wax is not applied within two hours after final troweling, concrete shall be sprayed with a fine water mist and kept continuously moist until wax is applied, unless spraying is not recommended by hardener manufacturer. After all other work, including plastering and painting, has been completed, curing paper shall be removed, and waxed floors cleaned of protective wax coating. Clean all floors to their original condition. C. Forms containing concrete, top of concrete between forms, and all exposed concrete surfaces after removal of forms shall be maintained in a thoroughly wet condition for not less than 7 consecutive days after placing. Alternatively, spray-applied curing compounds can be used upon approval from the architect and Structural-Engineer-of-Record (SEOR). D. If weather is hot or surface has dried out, spray surface of concrete slabs and paving with fine mist of water, starting not later than 2 hours after final troweling and continuing until sunset. Surface of finish shall be kept continuously wet until curing medium has been applied. E. Spraying: Spray water over floor slab areas and maintain wet for 7 days. F. Spray-applied or other curing compounds may be used upon approval from the architect and SEOR. CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.03 PROTECTION OF FINISHED WORK A. Protect finished work under pertinent provisions of Division 01 sections. B. Do not permit traffic over unprotected floor surface. 3.04 SCHEDULES A. Storage Area Slabs: Absorptive mats, burlap-polyethylene type. B. All other Floor Areas: Membrane curing compound, acrylic type, translucent color. END OF SECTION 033900 CONCRETE CURING SECTION 03 39 00 - 3 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 SECTION 042000-CONCRETE UNIT MASONRY PART 1-GENERAL 1.1 A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES 1.3 1.4 A. B. c. D. E. F. G. A. A. Concrete masonry units (CMUs), common and decorative. Mortar and grout. Reinforcing steel. Masonry joint reinforcement. Ties and anchors. Embedded flashing. Miscellaneous masonry accessories. RELATED SECTIONS Section 032000-Concrete Reinforcement PERFORMANCE REQUIREMENTS Provide structural unit masonry that develops the following installed compressive strengths (f m) at 28 days. 1. For concrete unit masonry: As follows, based on net area: a. f m = 1 ,900 psi minimum. B. Determine net-area compressive strength (f m) of masonry from average net-area compressive strengths of masonry units and mortar types (unit-strength method) according to Table 21-D in the California Building Code. 1.5 SUBMITTALS A. Product Data: For each type of product specified. B. Shop Drawings: For the following: I. Masonry Units: Show sizes, profiles, coursing, and locations of face finishes. 2. Reinforcing Steel: Detail bending and placement of unit masonry reinfordng bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforcement." Showing bar CONCRETE UNIT MASONRY 042000-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 schedules and arrangements of masonry reinforcement, including elevations of reinforced masonry walls. 3. Fabricated Flashing: Detail comer units, end-dam units, and other special applications. C. Material Certificates: For the following, signed by the manufacturer and Contractor, certifying that each material complies with requirements: 1. Masonry units. a. For masonry units used in structural masonry, include data and calculations establishing average net-area compressive strength of units. 2. Each different cement product required for mortar and grout, including name of manufacturer, brand, type and weight slips at time of delivery. 3. Each material and grade indicated for reinforcing bars. 4. Each type and size of joint reinforcement. 5. Each type and size of anchors, ties and metal accessories. D. Material Test Reports: From a qualified independent testing agency, employed and paid by Contractor, indicating and interpreting test results relative to compliance of the following proposed masonry materials with requirements indicated: 1. Mortar complying with property requirements of ASTM C270. 2. Grout Mixes. Include description of type and proportions of grout ingredients. 3. Compressive Strength of Masonry: For each combination of masonry unit type and mortar type, provide statement of average net-area compressive strength of masonry units, mortar type, and resulting net-area compressive strength of masonry determined according to Table 21-D in the California Building Code. E. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1.6 QUALITY ASSURANCE A. Unit Masonry: Comply with ACI 530.1/ASCE 6 "Specifications for Masonry Structures", except as otherwise indicated. B. Special Inspection: All masonry work shall be subject to special inspections in conformance with current California Building Code requirements. C. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, through one source from a single manufacturer for each product required. D. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from a single manufacturer for each cementitious component. E. PreinstaHation Conference: Conduct conference at Project site. 1.7 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms, under cover and in a dry location to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion or other 042000-2 CONCRETE UNIT MASONRY CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 causes. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are in an air- dried condition. B. Deliver preblended, dry mortar mix in moisture-resistant containers designed for lifting and emptying into dispensing silo. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. C. Store masonry accessories, including metal items, to prevent corrosion and accumula1tion of dirt and oil. D. Stack and place masonry units with care as units with scarred faces, chipped corners or edges, will not be accepted. 1.8 PROJECT CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least 3 days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain-splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART 2-PRODUCTS 2.1 A. MANUFACTURERS Basis-of-Design Products: The design for the concrete masonry system is based on the manufacturers identified below. 1. Concrete Masonry Units: Basalite Co., Inc. 2. Joint Reinforcement, Ties and Anchors: Dur-O Wal, Inc. CONCRETE UNIT MASONRY 042000-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 2.2 MATERIALS, GENERAL A. LocaVRegional Materials: Give preference to manufacturer's whose facilities are within a 500 mile radius of the project site. Also give preference to materials that are harvested, extracted, mined, quarried, etc. within a 500 mile radius of the project site. 2.3 MASONRY UNITS, GENERAL A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to exceed tolerances and to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units where such defects, including dimensions that vary from specified dimensions by more than stated tolerances, will be exposed in the completed Work or will impair the quality of completed masonry. 2.4 CONCRETE MASONRY UNITS (CMUS) A. Shapes: Provide shapes and face finishes indicated and as follows: 1. Provide special shapes for lintels, comers, jambs, sashes, movement joints, headers, bonding, and other special conditions. 2. Provide square-edged units for outside comers, unless otherwise indicated. 3. Provide cap units at freestanding building and site walls as indicated in the drawings. 4. Finish comer blocks with two finished surfaces, where end of the unit is either fully exposed or partially exposed, in the same manner as the other two exposed sides. 5. At blocks with three fully or partially exposed faces, finish the end face in the same manner as the other two exposed sides. B. Concrete Masonry Units: ASTM C90, Type N-Il and as follows: 1. Unit Compressive Strength: Provide units with minimum average net-area compressive strength of 1900 psi. 2. Weight Classification: Normal weight, unless otherwise indicated. 3. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions. 4. Type, Texture, and Colors: a. Type 4: Standard grey concrete, common face finish. 5. Exposed Faces: Provide color and texture matching the range represented by Owner Representative's sample. 6. Faces to Receive Plaster: Where units are indicated to receive a direct application of plaster, provide textured-face units made with gap-graded aggregates. 2.5 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C150, Type I or II, except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Mortar Cement: UBC Standard No. 21-14. 1. For pigmented mortars, use premixed, colored mortar cements of formulation required to produce color indicated, or if not indicated, as selected from manufacturer's standard formulations. Pigments shall not exceed 5 percent of mortar cement by weight for mineral oxides nor 1 percent for carbon black. 042000-4 CONCRETE UNIT MASONRY CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02,2015 Group 4 Project No. 14449-01 2.6 C. Hydrated Lime: ASTM C207, TypeS. D. Portland Cement-Lime Mix: Packaged blend of Portland cement complying with ASTM C150, Type I or III, and hydrated lime complying with ASTM C207. 1. For pigmented mortars, use colored Portland cement-lime mix of formulation required to produce color indicated, or if not indicated, as selected from manufacturer's standard formulations. Pigments shall not exceed 10 percent of Portland cement by weight for mineral oxides or 2 percent for carbon black. E. Aggregate for Mortar: ASTM C144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. Colored-Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. F. Aggregate for Grout: ASTM C404. G. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes. Use only pigments with a record of satisfactory performance in masonry mortars. H. Ready-Mixed Mortar: Cementitious materials, water and aggregate complying with requirements specified in this Article; combined with set-controlling admixtures to produce a ready-mixed mortar complying with ASTM Cl142. I. Epoxy Pointing Mortar: ASTM C395, epoxy-resin-based material formulated for use as pointing mortar for, and approved by manufacturer of, structural clay tile facing units; in color indicated or, if not otherwise indicated, as selected by Owner's Representative from manufacturer's standard colors. J. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C494, Type C and recommended by the manufacturer for use in masonry mortar of composition indicated. K. Water: Potable. L. Cold-Weather Admixture: Accelguard 80; Euclid Chemical Co. REINFORCEMENT A. Steel Reinforcing Bars: ASTM A615, Grade 60 (Grade 420). B. Deformed Reinforcing Wire: ASTM A496 with ASTM A153, Class B-2 zinc coating. c. Masonry Joint Reinforcement, General: UBC Standard 21-10. 1. Interior Walls: Galvanized, carbon steel. 2. Exterior Walls: Hot-dip galvanized, carbon. 3. Wire Size for Side Rods: W2.8 or 0.188-inch diameter. 4. Wire Size for Cross Rods: W2.8 or 0.188-inch diameter. 5. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches oc. 6. Provide in lengths of not less than 10 feet with prefabricated comer and tee units. CONCRETE UNIT MASONRY 042000-5 CITY OF CARLSBAD-Carlsbad Dove Library Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 D. 2.7 A. B. C. D. E. F. 042000-6 Masonry Joint Reinforcement for Single-Wythe Masonry: Provide type as follows with single pair of side rods: 1. Ladder design with perpendicular cross rods spaced not more than 16 inches. 2. Truss design with continuous diagonal cross rods spaced not more than 16 inches. TIES AND ANCHORS Materials: Provide ties and anchors specified in subsequent paragraphs that are made from materials that comply with subparagraphs below, unless otherwise indicated. 1. Hot-Dip Galvanized, Carbon-Steel Wire: ASTM A82; with ASTM Al53, Class B-2 coating. 2. Steel Sheet, Galvanized after Fabrication: ASTM Al 008, Commercial Steel, hot-dip galvanized after fabrication to comply with ASTM A153. 3. Steel Plates, Shapes, and Bars: ASTM A36. Corrugated Metal Ties: Metal strips not less than 7/8 inch wide with corrugations having a wavelength of 0.3 to 0.5 inch and an amplitude of 0.06 to 0.10 inch made from steel sheet, galvanized after fabrication not less than 0.053 inch thick. Wire Ties, General: Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8-inch cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches parallel to face of veneer. Individual Wire Ties: Rectangular units with closed ends and not less than 4 inches wide. 1. Z-shaped ties with ends bent 90 degrees to provide hooks not less than 2 inches long may be used for masonry constructed from solid units or hollow units laid with cells horizontal. 2. Wire: Fabricate from 1/4-inch diameter, hot-dip galvanized steel wire. Partition Top Anchors: 0.097-inch-thick metal plate with 3/8-inch-diameter metal rod 6 inches long welded to plate and with closed-end plastic tube fitted over rod that allows rod to move in and out of tube. Fabricate from hot-dip galvanized after fabrication. Adjustable Masonry-Veneer Anchors 1. General: Provide anchors that allow vertical adjustment but resist tension and/or wood compression forces perpendicular to plane of wall, for attachment over sheathing to metal studs, and as follows: a. Structural Performance Characteristics: Capable of withstanding a 1 00-lbf load in both tension and compression without deforming or developing play in excess of 0.05 inch. 2. Contractor's Option: Unless otherwise indicated, provide any of the following types of anchors: 3. Seismic Masonry-Veneer Anchors: Units consisting of a metal anchor section and a connector section designed to engage a continuous wire embedded in the veneer mortar joint. a. Products: 1) Dayton Superior Corporation, Dur-0-Wal Division; D/A 213S. 2) Hohmann & Barnard, Inc.; DW-10-X-Seismiclip. 3) Wire-Bond; RJ-711 with Wire-Bond clip. CONCRETE UNIT MASONRY CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 4. Polymer-Coated, Steel Drill Screws for Steel Studs: ASTM C954 except manufactured with hex washer head and neoprene washer, No. 10 diameter by length required to penetrate steel stud flange with not less than 3 exposed threads, and with organic polymer coating with salt-spray resistance to red rust of more than 800 hours per ASTM B117. a. Products: 1) ITW Buildex; Teks Maxiseal with Climaseal finish. 2) Textron Inc., Textron Fastening Systems; Elco Dril-Flex with Stalgard finish. 2.8 MISCELLANEOUS ANCHORS A. Anchor Bolts: Headed or L-shaped steel bolts complying with ASTM A307, Grade A (ASTM F568, Property Class 4.6); with ASTM A563 hex nuts and, where indicated, flat washers; hot-dip galvanized to comply with ASTM A 153, Class C; of dimensions indicated. B. Single-Wythe CMU Flashing System: System of CMU cell flashing pans and interlocking CMU web covers made from high-density polyethylene incorporating chemical stabilizers that prevent UV degradation. Cell flashing pans have integral weep spouts that are designed to be built into mortar bed joints and weep collected moisture to the exterior of CMU waHs and that extend into the cell to prevent clogging with mortar. · C. Door Frame Anchors: As required for gates to be installed in CMU assemblies. D. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates. 2.9 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D1056, Grade 2Al; compressible up to 35 percent; of width and thickness indicated; formulated from m:oprene or urethane. B. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber compound, eomplying with ASTM D2000, Designation M2AA-805 or PVC, complying with ASTM D2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. C. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with ASTM D226, Type I (No. 15 asphalt felt). 2.10 MASONRYCLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. CONCRETE UNIT MASONRY 042000-7 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 2.11 A. B. C. D. E. 2.12 A. MORTAR AND GROUT MIXES General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Limit cementitious materials in mortar to Portland cement, mortar cement, and lime. 3. Limit cementitious materials in mortar for exterior and reinforced masonry to Portland cement, mortar cement, and lime. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. Mortar for Unit Masonry: Comply with UBC Standard 21-15, Property Specification. Provide the following types of mortar for applications stated unless another type is indicated or needed to provide required compressive strength ofmasomy. 1. For masonry below grade or in contact with earth, use Type M. 2. For reinforced masonry, use TypeS. Grout for Unit Masonry: Comply with UBC Standard 21-19. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 21-C in the California Building Code for dimensions of grout spaces and pour height. 2. Provide grout with a slump of 8 to 11 inches as measured according to ASTM C143/C143M. Epoxy Pointing Mortar: Mix epoxy pointing mortar to comply with mortar manufacturer's written instructions. SOURCE QUALITY CONTROL The Owner will employ and pay a qualified independent testing agency to perform the following testing for source quality control. Retesting of materials failing to meet specified requirements will be done at no additional cost to the Owner. 1. Concrete Masonry Unit Tests: For each type of concrete masonry unit indicated, units will be tested for strength, absorption and moisture content per ASTM C140. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of unit masonry. 1. Verify that foundations are within tolerances specified. 2. Verify that reinforcing dowels are properly placed. B. Before installation, examine rough-in and built-in construction for piping systems to verify actual locations of piping connections. 042000-8 CONCRETE UNIT MASONRY CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 c. 3.2 A. B. c. D. E. F. 3.3 A. B. Proceed with installation only after unsatisfactory conditions have been corrected. INSTALLATION, GENERAL Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. Build chases and recesses to accommodate items specified in this and other Sections. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. 1. Mix units from several pallets or cubes as they are placed. Comply with construction tolerances in ACI 530.11ASCE 6/TMS 602 and with the folllowing: 1. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 118 inch in 10 feet, 1/4 inch in 20 feet, or 112 inch maximum. 2. For vertical alignment of exposed head joints, do not vary from plumb by more than 114 inch in 10 feet, or 1/2 inch maximum. 3. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 118 inch in 10 feet, 114 inch in 20 feet, or 1/2 inch maximum. 4. For exposed bed joints, do not vary from thickness indicated by more than plus or minus 118 inch, with a maximum thidc11ess limited to 112 inch. Do not vary from bed-joint thickness of adjacent courses by more than 1/8 inch. 5. For exposed head joints, do not vary from thickness indicated by more than plus or minus 118 inch. Do not vary from adjacent bed-joint and head-joint thicknesses by more than 118 inch. 6. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. LAYING MASONRY WALLS Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, and offsets. A void using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. CONCRETE UNIT MASONRY 042000-9 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 C. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. D. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. E. Fill cores in hollow concrete masonry units with grout 24 inches under bearing plates, beams, lintels, posts, and similar items, unless otherwise indicated. F. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and rod mortar or grout into core. G. Build non-load-bearing interior partitions full height of story to underside of solid floor or roof structure above and as follows: 1. Install compressible filler in joint between top of partition and underside of structure above. 2. Wedge non-load-bearing partitions against structure above with small pieces of tile, slate or metal. Fill joint with mortar after dead-load deflection of structure above approaches final position. 3.4 MORTAR BEDDING AND JOINTING A. Lay hollow concrete masonry units as follows: 1. With face shells fully bedded in mortar and with head joints of depth equal to bed joints. 2. With webs fully bedded in mortar in all courses of piers, columns, and pilasters. 3. With webs fully bedded in mortar in grouted masonry, including starting course on footings. 4. With entire units, including areas under cells, fully bedded in mortar at starting course on footings where cells are not grouted. B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated. D. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes (other than paint), unless otherwise indicated. 3.5 MASONRY JOINT REINFORCEMENT A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. 1. Space reinforcement not more than 16 inches oc. 2. Space reinforcement not more than 8 inches oc in parapet walls. 3. Provide reinforcement not more than 8 inches above and below wall openings and extending 12 inches beyond openings. 042000-10 CONCRETE UNIT MASONRY CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14-449-01 a. Reinforcement above is in addition to continuous reinforcement. B. Interrupt joint reinforcement at control and expansion joints, unless otherwise indicate:d. C. Provide continuity at wall intersections by using prefabricated T -shaped units. D. Provide continuity at comers by using prefabricated L-shaped units. 3.6 ANCHORING MASONRY TO STRUCTURAL MEMBERS 3.7 3.8 A. Anchor masonry to structural members where masonry abuts or faces structural members to comply with the following: A. B. c. A. B. c. 1. Provide an open space not less than 112 inch in width between masonry and structural member, unless otherwise indicated. Keep open space free of mortar and other rigid materials. 2. Anchor masonry to structural members with anchors embedded in masonry joints and attached to structure. 3. Space anchors as indicated, but not more than 24 inches oc vertically and 36 inches oc horizontally. CONTROL AND EXPANSION JOINTS General: Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in- plane wall or partition movement. Form control joints in concrete masonry using one of the following methods: 1. Fit bond-breaker strips into hollow contour in ends of concrete masonry units on one side of control joint. Fill resultant core with grout and rake out joints in exposed faces for application of sealant. 2. Install preformed control-joint gaskets designed to fit standard sash block. 3. Install interlocking units designed for control joints. Install bond-breaker strips at joint. Keep head joints free and clear of mortar or rake out joint for application of sealant. Provide horizontal, pressure-relieving joints by either leaving an air space or h1serting a compressible filler of width required for installing sealant and backer rod specified in Section 07920 Joint Sealants, but not less than 3/8 inch. 1. Locate horizontal, pressure-relieving joints beneath shelf angles supporting masonry. FLASHING, WEEP HOLES AND VENTS General: Install embedded flashing and weep holes in masonry shelf angles, lintels, ledges, other obstructions to the downward flow of water in the wall and where indicated. Prepare masonry surfaces so they are smooth and free from projections that could! puncture flashing. Place through-wall flashing on sloping bed of mortar and cover mortar. Seal penetrations in flashing with adhesive, sealant or tape as recommended by flashing manufacturer before covering with mortar. Install flashing as follows: CONCRETE UNIT MASONRY 042000-11 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 D. 3.9 A. B. c. 3.10 A. B. c. 3.11 A. 1. Interlock end joints of ribbed sheet-metal flashing by overlapping ribs not less than 1-112 inches or as recommended by slashing manufacturer, and seal lap with elastomeric sealant complying with requirements of Section 07920 Joint Sealants for application indicated. 2. Extend sheet-metal flashing 112 inch beyond face of masonry at exterior to form a drop. 3. Cut off flashing flush with face of wall after masonry wall construction is completed. Install reglets and nailers for flashing and other related construction nwehre shown to be built into masonry. DOOR FRAME ANCHOR INSTALLATION Install wire anchors for metal butt-type frames following practices recommended by Concrete Masonry Association and manufacturer's written recommendations. Install door frame anchors in masonry construction using bond beam blocks at jambs or cut sides of blocks open to allow concrete to fill voids in steel frame when grouting frame. Grout frames in place as masonry is installed. REINFORCED UNIT MASONRY INSTALLATION Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other temporary loads that may be placed on them during construction. Placing Reinforcement: Comply with requirements in Section 2104.5 in the Uniform Building Code. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in Section 2104.6 in the California Building Code for cleanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 60 inches. FIELD QUALITY CONTROL Inspectors: Owner will engage qualified independent inspectors to perform inspections and prepare reports. Allow inspectors access to scaffolding and work areas, as needed to perform inspections. 1. Place grout only after inspectors have verified compliance of grout spaces and grades, sizes, and locations of reinforcement. 042000-12 CONCRETE UNIT MASONRY CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 B. c. D. E. 3.12 A. B. c. D. E. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections indicated below and prepare test reports: 1. Payment for these services will be made by Owner. 2. Retesting of materials failing to comply with specified requirements shall be done at Contractor's expense. Testing Frequency: One set of tests for each 1000 sq. ft. of wall area or portion thereof. Concrete Masonry Unit Test: For each type of unit provided, per ASTM C140. Prism Test: For each type of construction provided, per UBC Standard 21-17 at 7 days and at 28 days. REPAIRING, POINTING, AND CLEANING Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including comers, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. Construction Waste Management: Manage construction waste in accordance with provisions of Division 1 Section 'Construction Waste Management'. Submit documentation for Credit MR 2.1 and Credit MR 2.2 to satisfy the requirements of that Section. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. Final Cleaning: After mortar is thoroughly set nnd cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic serape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 6. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. CONCRETE UNIT MASONRY 042000-13 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 3.13 A. B. MASONRY WASTE DISPOSAL Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION 042000 042000-14 CONCRETE UNIT MASONRY CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 055000-METAL FABRICATIONS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Shop fabricated ferrous metal items, galvanized and prime painted. B. Fabricated steel items including the following: 1. Rough hardware. 2. Chimney beams 3. Fireplace Screen 4. Support angles for fireplace screen. 5. Miscellaneous framing, supports and trim. 6. Shelf and ledger angles. 7. Steel weld plates and angles for casting into concrete not specified in other Sections. C. Products furnished, but not installed, under this Section include the following: 1. Anchor bolts, steel pipe sleeves, and wedge-type inserts indicated to be cast into concrete or built into unit masonry. 1.3 DEFINITIONS A. Steel Sheet Thicknesses: Thickness dimensions, including those referenced in ANSI A250.8, are minimums as defined in referenced ASTM standards for both uncoated steel sheet and the uncoated base metal of metallic-coated steel sheets. Metal thicknesses indicated below correspond to former gage thicknesses: 1. 20 Gage: 0.032-inch-(0.8-mm-). 2. 18 Gage: 0.042-inch-(1.0-mm-). 3. 16 Gage: 0.053-inch-(1.3-mm-). 4. 14 Gage: 0.067-inch-(1.7-mm-). 5. 12 Gage: 0.093-inch-(2.3-mm-). 1.4 SCHEDULING AND SEQUENCING A. Ensure timely fabrication of items to be embedded or enclosed by other work. B. Furnish information and assistance required for locating embedded items and be responsible for proper locations. METAL FABRICATIONS 055000-1 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.5 ACTION SUBMITTALS A. Shop Drawings: Show a large scale construction of various parts, methods of joining, thickness of metals, profiles of surfaces, reinforcing, anchorage, and structural supports. Include information regarding concealed and exposed joints, welds, and fastenings. Where welded connectors and concrete inserts are required to receive work, show size and locations required. B. Samples: Provide (3) 6" x 6" samples of perforated metal for fireplace screen as specified in drawings. 1.6 INFORMATIONAL SUBMITTALS A. ICC-ES Reports: Submit ICC-ES reports for expansion bolts, demonstrating acceptability of expansion bolts to authorities having jurisdiction over the Work. 1. 7 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to the following: I. A WS D 1.1, "Structural Welding Code--Steel." 2. A WS Dl.3, "Structural Welding Code--Sheet Steel." B. Design Criteria: 1. Work shall be designed to support normally imposed loads and conform to AISC requirements. 2. Built-up parts shall not exhibit warp. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle packaged materials in original containers with seals unbroken and labels intact until time of use. B. Discharge materials carefully and store on clean concrete surface or raised platform in safe, dry area. PART 2-PRODUCTS 2.1 SUSTAINABILITY MATERIAL REQUIREMENTS, GENERAL A. Recycled Content: Provide products made from steel sheet with average recycled content such that postconsumer recycled content plus one-half of pre-consumer recycled content is not less than 25 percent. B. Local/Regional Materials: Give preference to manufacturer's whose facilities are within a 500 mile radius of the project site. Also give preference to materials that are harvested, extracted, mined, quarried, etc. within a 500 mile radius of the project site. METAL FABRICATIONS 055000-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-DecembElr 02, 2015 C. VOC Content: Adhesives, sealants, paints, welding, and coatings applied on-site on the interior of the building and products used on the interior of the building shall comply with VOC limits as specified. 1. Use materials that have the lowest possible VOC content in units of giL when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2.2 MATERIALS A. Steel Materials: 1. Structural Steel Shapes: ASTM A36/A36M, conforming to AISC specifications. 2. Architectural and Miscellaneous Steel Items: ASTM A283/ A283M. 3. Steel Sheets: ASTM A36/A36M. 4. . Steel Pipe: ASTM A53/A53M, Grade A, Schedule 40. 5. Steel Bars: ASTM A36/A36M. 6. Steel Tubing: ASTM A500/A500, Grade A. 7. Steel Plate: ASTM A36/A36M. 8. Galvanized Steel: ASTM A653/A653M, with minimum G90 (Z275) coating unless noted otherwise. 2.3 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction, made flat, free from warps or twists, and of required thickness and bearing area. Drill plates to receive anchor bolts and for grouting as required. 2.4 MISCELLANEOUS FRAMING, SUPPORTS AND TRIM A. Miscellaneous Framing and Supports: Provide steel framing and supports for applications indicated which are not a part of structural steel framework, as required to complete work. 1. Fabricate units to sizes, shapes, and profiles indicated and required to receive adjacent other construction retained by framing and supports. Fabricate from structural steel shapes, plates, and steel bars of welded construction using mitered joints for field connection. Cut, drill, and tap units to receive hardware, hangers, and similar items. 2. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise indicated, space anchors 24-inches (61 em) oc and provide minimum anchor units in the form of steel straps 1-1/4" wide x 1/4" x 8" long (31.8 mm x 6.4 mm x 203 mm). B. Miscellaneous Steel Trim: Provide shapes and sizes indicated for profiles shown. Unless otherwise indicated, fabricate units from structural steel shapes, plates, and steel bars, with continuously welded joints and smooth exposed edges. Use concealed field splices wherever possible. Provide cutouts, fittings, and anchorages as required for coordination for assembly and installation with other work. METAL FABRICATIONS 055000-3 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 2.5 A. B. 2.6 A. B. C. D. SHELF AND LEDGER ANGLES Fabricate shelf and ledger angles from steel angles of sizes indicated and for attachment to concrete framing. Provide slotted holes to receive 3/4-inch (19.1 mm) bolts, spaced not more than 6-inches (152 mm) from ends and not more. than 24-inches (0.61 m) oc, unless otherwise indicated. Furnish wedge-type concrete inserts, complete with fasteners, for attachment of shelf angles to cast-in-place concrete. SPECIALTY FABRICATED PRODUCTS Preparation: 1. Coordinate with other work supporting or adjoining miscellaneous metal and verify requirements for cutting out, fitting, and attaching. 2. Verify sizes, designs, and locations of items; do so at site whenever construction progress permits. General Requirements: 1. Fabricate items from materials noted and make true to profiles shown. Obtain the Architect's approval of proposed variations. 2. Miter comers and angles of frames and moldings unless otherwise noted. 3. Perform cutting, shearing, drilling, punching, threading, tapping as required for items or their adjacent work. 4. Drill or punch holes; do not use cutting torch. 5. Ensure shearing and punching leaves true lines and surfaces. 6. Items to be Galvanized: Fabricate in accordance with recommended practices of ASTM A385/A385M and A123/A123M unless specifically noted otherwise. 7. Fabricate exterior items for assembly and installation on site without field welding of joint. 8. Ensure metal thickness and assembly details provide ample strength and stiffness. 9. Size sleeves for approximately 1/4-inch clearance all around. Fastening: 1. Provide fasteners and anchor assemblies required for complete fabrication, field assembly, and erection. 2. Conceal fastenings wherever practicable. 3. Size internally threaded diameters to accommodate galvanized threaded bolts where galvanizing is required. 4. Permanent connections in Ferrous Metal Items: Employ welding wherever practicable; avoid bolts and screws. Welding: 1. Use electric shielded-arc process according to A WS D 1.1. 2. Maintain shape and profile of item welded. 3. Prevent heat blisters, run-throughs, and surface distortions. 4. Welds Normally Exposed to View in Finished Work: Make uniform and grind smooth. METAL FABRICATIONS 055000-4 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-Decembe,r 02, 2015 2.7 5. Exposed Welds: Remove burrs, flux, welding oxide, air spots and disc:oloration; grind smooth, polish, or otherwise finish to match material welded. E. Bolted and Screwed Connections: A. B. C. 1. Use bolts for field connections only, and then only as noted. Counters:lnk heads; finish smooth and flush. 2. Provide washers under heads and nuts bearing on wood. 3. Draw nuts tight and prevent loosening of permanent connections by nicking threads. 4. Use beveled washers where bearing is on sloped surfaces. 5. Where necessary to use screws for permanent connections in ferrous metal, use flat head type, countersink, fill screw slots, and finish smooth and flush. 6. Evenly space exposed heads. PRIMER FINISHES Preparations of Surfaces: 1. Thoroughly clean ungalvanized ferrous-metal surfaces of mill scale, rust, dirt, grease, oil, and other foreign matter from ferrous metal prior to galvanizing, hot phosphate treatment or painting. a. Use solvent or mechanical cleaning methods that comply with SSPC recommendations. 2. Where hand-cleaning methods are not adequate, and unless specified otherwise, clean in accordance with SSPC-SP 1, SSPC-SP 2, or SSPC-SP 7 as required. 3. Completely eliminate burrs, rough spots and pitting from normally exposed ferrous metal items. 4. AESS Surface Preparation: Blast-clean ungalvanized steel surfaces as recommended by coating manufacturer and according to SSPC-SP 6 minimum in preparation for galvanizing. Galvanizing: 1. Galvanize items after fabrication in largest sections practicable unless otherwise permitted or recommended by ASTM A384/A384M and A385/A385M. 2. Where galvanizing is removed by welding or other assembly procedures, touch up abraded areas with molten zinc or zinc-rich paint. 3. Where ferrous metal item is noted to be galvanized, perform galvanizing in accordance with following standards as applicable to item, using a minimum of 2.0 ounces per square foot: a. Hardware Items Including Fasteners: ASTM A153/A153M. b. Items Both under 1/8-inch Thickness and Fabricated from Rolled, Pressed, and Forged Shapes, Plates, Bars, and Strips: ASTM Al23/A123M. c. Other Fabricated Items: ASTM A123/A123M. Finish Schedule: Unless noted otherwise in Materials or Standard Catalog Products Articles. 1. Ferrous Metal, Interior Items: a. Concealed: Clean, chemically etch, and shop-apply one prime-coat. b. Exposed and AESS: Clean, treat with hot phosphate, chemically etch, and shop-apply one prime-coat. 2. Ferrous Metal, Exterior Items: METAL FABRICATIONS 055000-5 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 a. Concealed: Clean and hot-dip galvanize in accordance with galvanizing standards. b.. Exposed and AESS: Clean, then hot-dip galvanize in accordance with galvanizing standards, chemically etch, and shop-apply one prime-coat. 3. Special Ferrous Metal Items as Noted Below: Clean and hot-dip galvanize in accordance with galvanizing standards. Do not prime coat. 4. Items Noted as Chrome-Plated: Same as US26D finish. 5. Hardware Including Fasteners (Bolts, Nuts, Washers, Etc.): a. Finish to match items fastened. b. Where galvanizing is required, hot-dip galvanize according to ASTM Al53/A153M. 2.8 ACCESSORIES A. General: Provide Type 304 stainless steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B633, Class Fe/Zn 5, where built into exterior walls. Select fasteners for type, grade and class required. B. Typical Unfinished Bolts, Nuts, and Washers: Low carbon steel standard fasteners, externally and internally threaded, ASTM A307 Grade A; malleable washers. C. Expansion Bolts: FS FF-S-325, Group II, Type 4. D. Expansion Anchors: Anchor bolt and sleeve assembly with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E488/E488M, conducted by a qualified independent testing agency. E. Washers: ANSI B18.22.1; flat round washers. F. Anchor Bolts: ASTM F1554, Grade 36. G. Grout: Non-shrink, non-metallic grout, factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C1107/C1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications. H. Concrete Fill: Comply with requirements in Section 033000 for normal-weight, air- entrained, ready-mix concrete with a minimum 28-day compressive strength of 3000 psi, unless otherwise indicated. I. Primer: Zinc-chromate type. J. Zinc for Galvanizing: ASTM B6. K. Welding Electrodes: E-70XX. 2.9 SOURCE QUALITY CONTROL A. Test and Inspections: The Owner will engage a testing laboratory to inspect welds per CBC Chapter 17. METAL FABRICATIONS 055000-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 PART 3-EXECUTION 3.1 3.2 A. B. A. B. c. D. INSPECTION Examine areas to receive work and verify that setting conditions and dimensions are correct to receive items. Do not start installation until unsatisfactory conditions have been corrected. INSTALLATION Install work plumb, true, rigid, and neatly trimmed out. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location,· alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. Fit exposed connections accurately together to form hairline joints. Weld conne1:tions that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. Field Welding: Comply with the following requirements: I. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. E. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag bolts, wood screws, and other connectors. F. Provide temporary bracing or anchors in form work for items that are to be built into concrete, masonry, or similar construction. G. Do not tighten fastener through fmish alone without spacer washers. H. Provide concrete inserts or predrilled expansion bolts in fastening items into concrete. I. Protect dissimilar metals from contact with each other or with other materials causing corrosion. J. Fasten work tightly to prevent rattle or vibration except where expansion-contraction tolerances are required. METAL FABRICATIONS 055000-7 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 K. Use non-shrink grout mixed in accordance with manufacturer's direction for setting frames, plates, sills, bolts and similar items. L. Set items shown or required to be installed in sleeves with quick setting anchor cement unless otherwise noted. M. Protect metal from damage to surface, profile and shape. 3.3 SETTING LOOSE PLATES A. Clean concrete and masonry bearing surfaces of any bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of bearing plates. B. Set loose leveling and bearing plates on wedges, or other adjustable devices. After the bearing members have been positioned and plumbed, tighten the anchor bolts. 1. Do not remove wedges or shims, but if protruding, cut off flush with the edge of the bearing plate before packing with grout. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.4 ADJUSTING A. Touch-Up Painting of Steel Items: Immediately after erection, clean field welds, bolted connections, abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touch-up of field painted surfaces. 1. Apply by brush or spray to provide a minimum dry film thickness of 3.0 mils (0.076 mm). 3.5 CLEANING A. For galvanized surfaces clean welds, bolted connections and abraded areas and apply galvanizing repair paint to comply with ASTM A 780/ A 780M. B. Remove protective devices only when items will be safe from other construction operations or removal is required to permit related work. C. Clean prime-coated items as required for finish painting. D. Construction Waste Management: Manage construction waste in accordance with provisions of Section 01524 Construction Waste Management. METAL FABRICATIONS 055000-8 END OF SECTION 055000 CITY OF CARLSBAD -Carlsbadl Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 074113-METAL ROOF PANELS PART 1 -GENERAL 1.1 A. 1.2 A. B. 1.3 A. B. 1.4 A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SECTION INCLUDES Factory-formed and field-assembled concealed-fastener, lap-seam metal roof panels. Underlayments installed under roof panels. RELATED SECTIONS Section 076000 -Flashing and Sheet Metal: Gutters and downspouts; flashings and other sheet metal work not part of metal roof panel assemblies. Section 079200 -Joint Sealants: Field-applied sealants not otherwise specified in this Section. SYSTEM DESCRIPTION Design Criteria: Design metal roofing system to withstand loads as required by California Building Code. 1. Design system to provide movement of components without buckling, failure of joint seals, undue stress on fasteners or other detrimental effects, when subject to 100-year seasonal temperature r.:mges. 2. Design system to accommodate tolerances of structure, provided irregularities do not exceed industry recognized standards and clearances are maintained. 3. Provide for positive drainage of water entering or occurring within preformed metal roofing system. 4. Fire Resistance: Conform to California Building Code requirements for Underwriters Laboratory (UL) Roof Fire Hazard classification: Class A Roof system. 1.5 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of metal roof panel and accessory. B. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below. 1. Metal Roof Panels: 12-by 12-inches (300 by 300 mm) of profile and finish indicated. METAL ROOF PANELS SECTION 07 4113-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver components, sheets, metal roof panels, and other manufactured items so as not to be damaged or deformed. Package metal roof panels for protection during transportation and handling. B. Unload, store, and erect metal roof panels in a manner to prevent bending, warping, twisting, and surface damage. C. Stack metal roof panels on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal roof panels to ensure dryness. Do not store metal roof panels in contact with other materials that might cause staining, denting, or other surface damage. D. Protect strippable protective covering on metal roof panels from exposure to sunlight and high humidity, except to extent necessary for period of metal roof panel installation. 1.7 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit assembly of metal roof panels to be performed according to manufacturers' written instructions. B. Established Dimensions: Where field measurements cannot be made without delaying the Work, either establish framing and opening dimensions and proceed with fabricating metal roof panels without field measurements, or allow for field-trimming of panels. Coordinate roof construction to ensure that actual building dimensions, locations of structural members, and openings correspond to established dimensions. PART 2-PRODUCTS 2.1 2.2 A. A. SUSTAINABILITY MATERIAL REQUIREMENTS, GENERAL Recycled Content: Use materials and products that contain the maximum amount of recycled content allowed that retains material integrity. PANEL MATERIALS Preformed metal roofing system complete with anchoring assembly, and accessory components. 1. Panel Finish: Smooth. 2. Type: Manufacturer's standard thin profile standing seam 22 gage shop finished zinc coated steel conforming to ASTM A653 G90 galvanized with approximate 1" high seams approximately 12" on center, with integral or separate seam cap. B. Basis-of-Design Product: The design for the metal roof panels is based on the manufacturer identified below. Subject to compliance with requirements, provide the named product or a comparable product by one of the following: 1. Basis-of-Design: Morin, SCR. 2. Centria ADP lOOB. METAL ROOF PANELS SECTION 07 4113-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-Decembelr 02, 2015 C. Coil coat metal; comply with following finishes as designed by NAAMM "METAL Finishes Manual" and referenced standards. 1. Two coat coil applied, baked-on full-strength (70% resin) fluorocarbon coating system (polyvinylidene fluoride, PVF2), applied by manufacturer's approved applicator. 2. Coating system shall provide nominal 1.5 mil min. dry film thickness, consisting of primer and color coat. 3. Color shall be selected by the Architect from the Manufacturer's standard and premium metallics color range; Architect's Option: color to meet "cool roof' and "Energy Star" requirements. 4. Unexposed surfaces for coated G90 galvanized shall be baked-on polyester coating with .20 -.30 dry film thickness (TDF). D. Integral Flashing and Sheet Metal: Minimum 22 gage galvanized steel, minimum G90 galvanized coating, ASTM A924 and A653, same finish as roof panels. E. Closures, Sealants, and Gaskets: Manufacturer's standard type suitable for use in conjunction with installation of metal roofing. 1. Non-staining; non-corrosive; non-shrinking and non-sagging; ultra-violet and ozone resistant for exterior applications. 2. Color of exposed sealants and gaskets to match roofing. F. Fasteners: Manufacturer's standard hot dip galvanized fasteners with not less than G90 galvanized coating. 1. Exposed fasteners are not allowed. All fasteners shall be hidden and lappedl over. 2. Concealed Anchor Clips: Clips must be 16 gauge, (G-90 galvanized steel or stainless steel) clip with projecting legs for additional panel alignment and provision for unlimited thermal movement in each direction along the longitudinal dimension. Clip must maintain a clearance of a minimum of 3/8" between panel and substrate for proper ventilation to help prevent condensation on underside of panel and eliminate the contact of panel fastener head to panel. 3. Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws with hex washer head. 4. Blind Fasteners: High-strength galvanized or stainless-steel rivets. G. Standing Seam Panels: 1. Width: 12". 2. Panel length: Continuous without joints and shall be fully watertight. 3. Panel ends shall be panned at ridge, headwall, and hip conditions where applicable. H. Zinc-Coated (Galvanized) Steel Sheet: ASTM A653/A653M, G90 (Z275) coating designation; structural quality. 2.3 ACCESSORIES A. Roofing Accessories: 1. Fasteners: Concealed fasteners: Corrosion resistant steel screws designed to meet structural loading requirements. The normal minimum screw size shall be Rawl #12 Deck Screw. METAL ROOF PANELS SECTION 07 4113-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 B. c. 2.4 A. B. c. 2. Closures: Factory pre-cut closed cell foam meeting ASTM D3575, cross-linked closed cell polyolefin foam, enclosed in metal channel matching panels when used at hip and ridge. 3. Subgirts shall be fabricated from minimum 16 gage zinc coated steel conforming to ASTM A653 SQ Grade 37 with G90 coating. Roof Panel Accessories: Provide components required for a complete metal roof panel assembly including trim, ridge closures, clips, flashings, closure strips, and similar items. Match material and finish of metal roof panels, unless otherwise indicated. 1. Closures: Provide closures at eaves and ridges, fabricated of same metal as metal roof panels. 2. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. 3. Closure Strips: Closed-cell, expanded, cellular, rubber or crosslinked, polyolefin- foam or closed-cell laminated polyethylene; minimum l-inch-(25-mm-) thick, flexible closure strips; cut or pre-molded to match metal roof panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. Flashing and Trim: Formed from 0.0179-inch-(0.45-mm-) thick, zinc-coated (galvanized) steel sheet. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal roof panels. See Section 076000. F ABRlCA TION General: Fabricate and finish metal roof panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of panel. Sheet Metal Accessories: Fabricate flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of item indicated. 1. Form exposed sheet metal accessories that are without excessive oil canning, buckling, and tool marks and that are true to line and levels indicated, with exposed edges folded back to form hems. 2. Seams: Fabricate nonmoving seams in accessories with flat-lock seams. Tin edges to be seamed, form seams, and solder. 3. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 4. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, non-corrosive metal recommended by metal roof panel manufacturer. Supply cleats of size recommended by SMACNA's "Architectural Sheet Metal Manual" or metal roof panel manufacturer for application but not less than thickness of metal being secured. METAL ROOF PANELS SECTION 074113-4 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-Decembe~r 02, 2015 2.5 A. B. FINISHES Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying specified finish. High-Performance Organic Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 1. Fluoropolymer Two-Coat System: Manufacturer's standard two-coat, thermocured system consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight; complying with physical properties and coating performance requirements of AAMA2605. a. Color: As selected by the Architect from manufacturer's standard colors including those with high CRI. C. Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of0.5 mil (0.013 mm). D. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3-EXECUTION 3.1 A. B. 3.2 A. B. 3.3 A. EXAMINATION Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, metal roof panel supports, and other conditions affecting performance of work. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION Install flashings and other sheet metal to comply with requirements specified in Section 076000. Miscellaneous Framing: Install sub-purlins, eave angles, furring, and other mis,cellaneous roof panel support members and anchorage according to metal roof panel manufacturer's written recommendations. METAL ROOF PANEL INSTALLATION, GENERAL General: Provide metal roof panels of full length from eave to ridge, unless otherwise indicated or restricted by shipping limitations. Anchor metal roof panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Install panels per manufacturer's instructions. 2. Provide metal closures at peaks and rake edges. 3. Locate and space fastenings in uniform vertical and horizontal alignment. METAL ROOF PANELS SECTION 07 4113-5 CITY OF CARLSBAD -Carlsbad Do~e Library Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 B. c. 3.4 A. 3.5 A. B. 4. Locate panel splices over, but not attached to, structural supports. Stagger panel splices and end laps to avoid a four-panel lap splice condition. 5. Lap q1etal flashing over metal roof panels to allow moisture to run over and off the material. Fasteners: Use stainless-steel fasteners for surfaces exposed to the exterior and galvanized steel fasteners for surfaces exposed to the interior. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by metal roof panel manufacturer. FIELD-ASSEMBLED METAL ROOF PANEL INSTALLATION Lap-Seam Metal Roof Panels: Fasten metal roof panels to supports with fasteners at each lapped joint at location and spacing recommended by manufacturer. 1. Arrange and nest side-lap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. 2. Provide metal-backed washers under heads of exposed fasteners bearing on weather side of metal roof panels. 3. Locate and space exposed fasteners in uniform vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of washer. 4. Install screw fasteners with power tools having controlled torque adjusted to compress washer tightly without damage to washer, screw threads, or panels. Install serews in predrilled holes. 5. At panel splices, nest panels with minimum 6-inch (150-mm) end lap fastened together by interlocking clamping plates. ACCESSORY INSTALLATION General: Install accessories with positive anchorage to building and weathertight mounting and provide for thermal expansion. Coordinate installation with flashings and other components. 1. Install components required for a complete metal roof panel assembly including trim, ridge closures, flashings, closure strips, and similar items. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. 1. Install exposed flashing and trim that is without excessive oil canning, buckling, and tool marks and that is true to line and levels indicated, with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather-resistant performance. METAL ROOF PANELS SECTION 07 4113-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.6 A. B. CLEANING On completion of metal roof panel installation, clean finished surfaces as recommended by metal roof panel manufacturer. Maintain in a clean condition during construction. Construction Waste Management: Manage construction waste in accordance with provisions of Section 01524 Construction Waste Management. END OF SECTION 074113 METAL ROOF PANELS SECTION 074113-7 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. · Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 076000-FLASHING AND SHEET METAL PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Metal flashings of the following types: 1. Metal flashing and counter flashings. 2. Exposed metal trim/fascia units. 3. Reglets. 4. Copings. 5. Equipment support flashings. B. Miscellaneous sheet metal accessories. 1.3 DEFINITIONS A. Steel Sheet Thicknesses: Thickness dimensions, are minimums as defined in referenced ASTM standards for metallic-coated (galvanized) steel sheets. Metal thicknesses indicated below correspond to former gauge thicknesses: 1. 20 Gauge: 0.040-inch (1.02-mm). 2. 22 Gauge: 0.034-inch (0.85-mm). 3. 24 Gauge: 0.028-inch (0.71-mm). 4. 26 Gauge: 0.022-inch (0.55-mm). 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: Describe material profiles, jointing pattern, jointing details, fastening methods, interface with other work and installation details. 1. Material. 2. Thickness of material. 3. Weight. 4. Finish. 1.5 QUALITY ASSURANCE A. Conform to profiles and sizes shown on drawings, and comply with "Architectural Sheet Metal Manual" by SMACNA, for each general category of work required. FLASHING AND SHEET METAL 076000-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 B. Applicator: Applicator who has complete sheet metal flashing and trim work similar in material, design, and extent to that indicated for this project and with a record of successful in-service performance and with 5 years minimum experience. C. Samples: Submit samples that demonstrate aesthetic effects and set quality standards for fabrication and installation. Minimum size approximately 8-inches long, including supporting construction cleats, seams, attachments, and accessories. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal flashing and trim materials and fabrications during transportation and handling. B. Unload, store, and install sheet metal flashing materials and fabrications in a manner to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with a suitable weathertight and ventilated covering. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage PART 2-PRODUCTS 2.1 A. 2.2 A. B. c. D. SUSTAINABILITY MATERIAL REQUIREMENTS, GENERAL Recycled Content: Provide products made from steel sheet with average recycled content such that postconsumer recycled content plus one-half of pre-consumer recycled content is not less than the following: 1. Sheet Metal Flashings: Minimum 30 percent post-consumer recycled content. PERFORMANCE REQUIREMENTS General: Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failing, rattling, leaking, and fastener disengagement. Fabricate and install flashings and copings capable of resisting forces for the appropriate wind zone, per Factory Mutual's Loss Prevention Data Sheet 1-49. Temperature Range: 120 deg F ambient; 180 deg F, material surface. Thermal Movements: Provide sheet metal flashing and trim that allow for thermal movements resulting from the maximum range of ambient and surface temperatures provided above by preventing buckling, opening of joints, hole elongation, overstressing of components, failure of sealant joints, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of sheet metal and trim thermal movements. Base engineering calculations on surface temperatures of materials due to both solar heat gain and nighttime sky heat loss. FLASHING AND SHEET METAL 076000-2 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2.3 MATERIALS A. Zinc-Coated (Galvanized) Steel Sheet: ASTM A653/A653M, G90 (Z275) coating designation; structural quality, mill phosphatized where indicated for field painting. 1. Do not apply an acrylic passivator coating to galvanized sheet metal schedule to be painted, or remove this coating mechanically before delivery to the project site. 2. Prime all surfaces of bonderized metal. 3. Finish: Standard (dull) mill finish; painted unless noted otherwise on Drawings. 4. Paint: Paint sheet galvanized sheet metal that is not coil-coated. B. Bedding Compound: Rubber-asphalt type. C. Plastic Cement: Asphaltic base cement. D. Solder: 1. For Zinc-Coated (Galvanized) Steel Sheet: ASTM B32, Grade Sn50, 50 percent tin and 50 percent lead or Grade Sn60, 60 percent tin and 40 percent lead. E. Sealing Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealing tape with release-paper backing. Provide elastic, non-sag, nontoxic, non-staining tape. F. Sealant: Type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight; see Section 079200. G. Flux: FS 0-F-506. H. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. I. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. J. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM Dll87/Dll87M. K. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. c. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. 2. Fasteners for Zinc-Coated (Galvanized) Steel Sheet: Hot-dip galvanized steel according to ASTM Al53/A153M or ASTM F2329 or Series 300 stainless steel. FLASHING AND SHEET METAL 076000-3 CITY OF CARLSBAD -Carlsbad Dove library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14.449-01 2.4 A. B. 2.5 A. B. c. D. E. F. MANUFACTURED SHEET METAL FLASHING AND TRIM Reglets: Units of type, material, and profile indicated, formed to provide secure interlocking of separate reglet and counterflashing pieces, and compatible with flashing indicated. 1. Surface-Mounted Type: Provide with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers and with channel for sealant at top edge. 2. Concrete Type: Provide temporary closure tape to keep reglet free of concrete materials, special fasteners for attaching reglet to concrete forms, and guides to ensure alignment of reglet section ends. 3. Stucco Type: Provide with upturned fastening flange and extension leg of length to match thickness of applied finish materials. 4. Flexible Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where Drawings show reglet without metal counterflashing. 5. Counterflashing Wind-Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing lower edge. Drawbands: Stainless steel. FABRICATION General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. Shop-fabricate items where practicable. Obtain field measurements for accurate fit before shop fabrication. Fabricate sheet metal with flat-lock seams; solder with type solder and flux recommended by manufacturer, except seal aluminum seams with sealant and, where required for strength, rivet seams and joints. Fabricate sheet metal flashing and trim in thickness and weight needed to comply with performance requirements, but not less than that specified for each application of metal. Fabricate corners, transitions, and terminations as a single unit; extend a minimum of 4- inches and a maximum of 8-inches in any direction. Fabricate cleats and attachment devices from the same material as the accessory being anchored or from a compatible, non-corrosive metal. The thickness of these cleats and attachment devices should be as recommended by SMACNA's 'Architectural Sheet Metal Manual' and Factory Mutual's Loss Prevention Data Sheet 1-49 for the given applkation, but not less than the thickness of the metal being secured. Sealed Joints: Form non-expansion but movable joints in metal to accommodate elastomeric sealant to comply with SMACNA recommendations. FLASHING AND SHEET METAL 076000-4 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 G. Coat backside of fabricated sheet metal with 15-mil sulfur-free bituminous coating, SSPC- Paint 12, where required to separate metals from corrosive substrates, including cementitious materials, wood or other absorbent materials; or provide other permanent separation. H. Provide for thermal expansion of running sheet metal work by overlaps of expansion joints in fabricated work. Where required for watertight construction, provide hooked flanges filled with polyisobutylene mastic for l-inch embedment of flanges. I. Space expansion joints at intervals of not more than 50-feet. Conceal expansion provisions where possible. J. Roof-Penetration Flashing: Fabricate from the following material: 1. Galvanized Steel: 0.0276-inch (0.7 mm) thick. 2.6 LOW-SLOPE ROOF SHEET METAL FABRICATIONS A. Roof Edge Flashing (Gravel Stop) and Fascia Caps: Fabricate in minimum 96-inch-(2400- mm-) long, but not exceeding 10-foot-(3-m-) long, sections. Furnish with 6-inch-(150- mm·) wide joint cover plates. 1. Galvanized Steel: 0.028 inch (0.71 mm) B. Copings: Fabricate in minimum 96-inch-(2400-mm-) long, but not exceeding 10-foot- (3-m-) long, sections. Fabricate l-inch drive joints at the coping joints of same thickness as copings. Furnish with continuous cleats to support edge of external leg and drill elongated holes for fasteners on interior leg. Miter comers, seal, and solder or weld watertight. 1. Vertical Face of Copings: Bottom edge formed outward 114-tol/2-inch, hemmed to form a drip. 2. Coping Profile: As indicated on Drawings. 3. Galvanized Steel: 0.040 inch (1.02 mm). 2.7 MISCELLANEOUS SHEET METAL FABRICATIONS A. Equipment Support Flashing: Fabricate from galvanized steel 0.0276-inch (0.7 mm) thick. 2.8 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions under which sheet metal flashing and trim are to be installed and verify that work may properly commence. Do not proceed with installation until unsatisfactory conditions have been corrected. Beginning of installation means acceptance of existing conditions. FLASHING AND SHEET METAL 076000-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 3.2 3.3 B. A. B. A. B. Ensure that adjacent work by other trades has been completed as required and as shown on the Drawings. PREPARATION Allow wet substrates to dry thoroughly. Clean debris from all substrates. INSTALLATION General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous ite:ms as required to complete sheet metal flashing and trim system. 1. Torch cutting of sheet metal flashing and trim is not permitted. Anchor work in place with non-corrosive fasteners, adhesives, setting compounds, tapes and other materials and devices as recommended by manufacturer of each material or system. C. Install self-adhesive flashing prior to or in conjunction with sheet metal items, as shown on Drawings. D. Provide for thermal expansion and building movements. Comply with recommendations of "Architectural Sheet Metal Manual" by SMACNA. E. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. F. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. G. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. H. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by fabricator or manufacturers of dissimilar metals. I. Composition Stripping: Cover flanges (edges) of work set on bituminous substrate with 5 courses of glass fiber fabric (ASTM D1668/D1668M) set in and covered with asphaltic roofing cement. J. Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1-1/4-inches (32 mm) for nails and not less than 3/4-inch (19 mm) for wood screws. 1. Galvanized or Prepainted, Metallic-Coated Steel: Use stainless-steel fasteners. FLASHING AND SHEET METAL 076000-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.4 2. Use concealed fasteners wherever possible. Exposed fasteners should have bonded neoprene washers or should be sealed. K. Seal moving joints in metal work with butyl joint sealants, complying with requirements specified in Section 079200 as required for watertight construction. 1. Where sealant-filled joints are used, embed hooked flanges of joint members not less than l-inch (25 mm) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate, between 40 and 70 deg F ( 4 and 21 deg C), set joint members for 50 percent movement either way. 2. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant-type joints at temperatures below 40 deg F ( 4 deg C). L. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre-tin edges of sheets to be soldered to a width of 1-1/2-inches (38 mm) except where pre-tinned surface would show in finished Work. A. B. C. D. 1. Do not use open-flame torches for soldering. Heat surfaces to receive solder and flow solder into joints. Fill joints completely. Completely remove flux and spatter from exposed surfaces. 2. Clean metal surfaces of soldering flux and other substances that could cause corrosion. ROOF FLASHING INSTALLATION General: Install sheet metal roof flashing and trim to comply with performance requirements and SMACNA's "Architectural Sheet Metal Manual". Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with claps, joints, and seams that will be watertight. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4-inches (100 mm) over base flashing. Lap counterflashing joints a minimum of 4-inches (100 mm) and bed with elastomeric sealant. Copings: Anchor to resist uplift and outward forces according to recommendations in SMACNA's "Architectural Sheet Metal Manual" and as indicated. 1. Interlock exterior bottom edge of coping with continuous cleat anchored to substrate at 16-INCH (400-mm) centers. 2. Anchor interior leg of coping with washers and screw fasteners through slotted holes at 24-INCH (600-mm) centers. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation of roofing and other items penetrating roof. 1. Seal with elastomeric sealant and clamp flashing to pipes penetrating roof. Use stainless steel drawband and tighten. 2. Install premanufactured membrane flashing a minimum of 8 inches up vent piping and over base roof membrane, being careful not to block vent piping with flashing. Seal flashing to base roof membrane where required by roofing manufacturer. 3. Seal top of membrane flashing with elastomeric sealant and clamp flashing to pipes with stainless steel drawband. FLASHING AND SHEET METAL 076000-7 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14LI49-0l 3.5 A. 3.6 A. 3.7 A. B. c. MISCELLANEOUS FLASHING INSTALLATION Equipment Support Flashing: Coordinate installation of equipment support flashing with installation of roofing and equipment. Weld or seal flashing with elastomeric sealant to equipment support member. ADJUSTING Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. CLEANING Clean and neutralize flux materials. Clean off excess solder and sealants. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain in a clean condition during construction. Construction Waste Management: Manage construction waste in accordance with provisions of Section 01524 Construction Waste Management. END OF SECTION 076000 FLASHING AND SHEET METAL 076000-8 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 079200 -JOINT SEALANTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Exterior Joints in Vertical Surfaces and Horizontal Non-traffic Surfaces: 1. At flashing and sheet metal. 2. Construction joints in cast-in-place concrete. B. Joint sealant primers and accessories. 1.3 RELATED SECTIONS A. Section 076000-Flashing and Sheet Metal. 1.2 ACTION SUBMITTALS A. Product Data: Manufacturer's technical data for each product required, including instructions for joint preparation and sealant application. Include certification by joint sealant manufacturer that sealants, primers, and cleaners comply with local regulations controlling the use of volatile organic compounds (VOC). Include tested physical and performance properties. Include data sheets for substrate cleaners and substrate primers recommended by sealant manufacturer for specific substrate surface conditions. B. Samples for Verification: For each type and color of joint sealant required, provide Samples with joint sealants in 1/2-inch-(13-mm-) wide joints formed between two 6-inch- (150-mm-) long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. 1. Submit 2 copies of manufacturer's standard color chart with physical samples of each color. Submit information on availability of custom colored sealants. C. Joint Sealant Schedule: Include the following information: 1. Joint sealant application and specific joint locations to receive sealants. 2. Joint sealant manufacturer and product name. 3. Joint sealant formulation and color. 1.3 INFORMATIONAL SUBMITTALS A. Submit manufacturer's letter of certification that products comply with specified requirements and are suitable for the uses intended. B. Product Test Reports: JOINT SEALANTS 079200-1 CITY OF CARlSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1. Certified test results of elastomeric sealants showing compliance with sp~:cified requirements. Include results of aged performances including hardness, stain- resistance, adhesion and cohesion under cyclic movement, low temperature flexibility, modulus of elasticity at 100-percent strain, effects of heat and aging, and effects of accelerated weathering. 2. Preconstruction field test results indicating which products and joint preparation methods demonstrated acceptable adhesion to joint substrates. C. Qualification Data: For Installer. 1.4 CLOSEOUT SUBMITTALS A. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for installation of elastomeric sealants required for this Project. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency based on testing current sealant formulations within a 36-month period preceding the Work. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C1021 to conduct the testing indicated, as documented according to ASTME548. 2. Test elastomeric joint sealants for compliance with requirements specifi1~d by reference to ASTM C920, and where applicable, to other standard test methods. D. Sealant manufacturer shall confirm in writing that all materials contacting the sealants, including joint backings, gaskets, spacers, and joint substrates, are compatible with the sealant to be installed. Schedule sufficient time to test these materials for compatibility with the sealant, as necessary. Compatibility tests shall be performed to the sealant manufacturer's standards. 1. Determine if priming and/or other preparation techniques are required. 2. Determine compatibility of exterior joint sealant with stone material to be used. Verify that joint sealant oils do not migrate onto stone face causing visual banding while wet or dry. Manufacturer shall perform staining tests of sealant systems in accordance with ASTM C510 and ASTM D2203 methods for each joint substrate condition in the work. 3. Testing for adhesion is not required if sealant manufacturer has performed previous testing of proposed sealants for adhesion to and compatibility with required joints substrates. E. Sealant manufacturer shall confirm in writing the appropriate joint preparation and priming techniques required to obtain rapid, acceptable adhesion of the joint sealants to tht:! joint substrates. JOINT SEALANTS 079200-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 F. Preeonstruction Field Testing: Prior to installation of joint sealants, field-test adhesion to all joint substrates and surface types. Field adhesion testing shall be completed and results shall be reviewed and approved by sealant manufacturer and installer before commencing sealant installation. 1. Install joint sealants in 5-foot joint lengths. Allow to cure before testing. Test adhesion by pulling sealant out of joint according to "Method A, Field-Applied Sealant Joint Hand Pull Tab", in Appendix Xl in ASTM Cll93. For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 2. Perform field tests for each type of elastomeric sealant and joint substrate. 3. Report whether or not sealant in joint connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. 4. Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrate during testing. G. Pre-Installation Meeting: Review joint application procedures, compatibility tests, adhesion tests, and warranty requirements in a meeting involving installer, manufacturer or manufacturer's representative, building owner or manager, consultant, and contractor. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multi-component materials intact and legible. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.7 SITE CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside the limits permitted by joint sealant manufacturer. 2. Below 40 deg F ( 4.4 deg C). 3. When joint substrates are wet or retaining moisture. B. Joint Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than allowed by joint sealant manufacturer for application indicated. C. Joint Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 1.8 WARRANTY A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomeric joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. JOINT SEALANTS 079200-3 CITY OF CARlSBAD -Carlsbad Dove library library Fireplace + Courtyard Renovations Group 4 Architecture Research +Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1. Warranty Period: Two years from date of Substantial Completion. B. Exterior Sealants: Furnish a written warranty against leaks or other defects of materials, fabrication, and installation. Defects include but are not limited to changes in the structural, physical or chemical properties of the sealant materials that impair function or require abnormal maintenance, changes in surface finish, color or texture, failure in adhesion, weather resistance or durability, failure to prevent entry of water, or failure to comply with specified requirements. 1. This warranty shall not cover formation of cracks or defects in substrate materials adjacent to the seal, joint movement in excess of movement rating of sealcmt, or physical damage caused by others. 2. Repair or replace defective materials, fabrication, and installation during warranty period without expense to Owner, including removal and replacement of other items as required. 3. This warranty shall be in addition to and not a limitation of other rights the Owner may have against the Contractor under the Contract Documents. 4. Warranty Period: Ten years from date of Substantial Completion. C. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. D. Failure of the materials, fabrication, and installation include leakage, hardening, cracking, crumbling, melting, shrinkage or running of the sealant or caulking, or the stainlng of adjacent materials. E. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following: 1. Movement of the structure resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression caused by structural settlement or errors attributable to design or construction. 2. Disintegration of joint substrates from natural causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2-PRODUCTS 2.1 A. MANUFACTURERS Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles. JOINT SEALANTS 079200-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 2.2 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. B. Provide joint sealants for interior applications that establish and maintain airtight and water- resistant continuous joint seals without staining or deteriorating joint substrates. 2.3 MATERIALS A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer, based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. C. Provide selections made by Architect from manufacturer's full range of standard colors for products of type indicated. 2.4 EXTERIOR JOINT SEALANTS A. Exterior Polyurethane Weatherproofing and Control Joint Sealant: ASTM C920, Type S, Grade NS, Class 25, Use NT, M, G, A, and 0; single component, chemical curing, non-·staining, non-bleeding, non-sagging type; color as selected; use in exterior vertical surfaces such as, but not limited to: 1. Expansion and control joints of precast panels and tilt-up concrete panels. 2. Joints between architectural concrete units. 3. Control and expansion joints in unit masonry. 4. Butt joints between metal panels. 5. Joints between different materials listed above. 6. Acceptable Sealants: a. Pecora Corporation; Dynatroll. b. Sika Corporation, Inc.; Sikaflex la. c. BASF (Sonne borne); NP 1. d. Tremco; Dymonic FC. B. Reglets and Flashings Polyurethane Sealant: ASTM C920, polyurethane-based sealant; TypeS, Grade NS, Class 100/50, and Use T, NT, G, and M; single component elastomeric. 1. Acceptable Sealants: a. Sika Corporation, Inc.; SikaFlex-15LM. b. Tremco, Inc.; Vulkem 921. 2.5 JOINT SEALANT BACKING A. General: Provide sealant backings and accessory materials, including primers, of material and type that are non-staining; are compatible with joint substrates, sealants, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. JOINT SEALANTS 079200-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14.<1~49-01 2.6 B. A. Foam Joint Fillers: Non-gassing, preformed, compressible, resilient, non-staining, non- waxing, non-extruding strips of flexible plastic foam of one of materials indicated below, as recommended by manufacturer for compatibility with their sealant; of size, shape, and density to control sealant depth, prevent three-sided adhesion, provide a surface against which to tool, and otherwise contribute to producing optimum sealant performance: 1. Cylindrical Sealant Backings: ASTM C1330, Type C (closed-cell material with a surface skin) or Type B (bicellular material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing op1timum sealant performance and as recommended by sealant manufacturer. 2. Elastomeric Tubing Sealant Backings: Flexible cellular rubber tubing complying with ASTM D1056, nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 deg F (minus 32 deg C). Provide products with low compression set and of size and shape to provide a secondary seal, to control sealant depth, and to otherwise contribute to optimum sealant performance. MISCELLANEOUS MATERIALS Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from pre-construction joint sealant- substrate tests and field tests. Certify that primer will not permanently stain adjacent joint surfaces. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming in any way joint substrates and adjacent nonporous surfaces, and formulated to promote optimum adhesion of sealants with joint substrates. C. Masking Tape: Non-staining, nonabsorbent material compatible with joint sealan1ts and surfaces adjacent to joints, to mask off adjacent joint surfaces where sealant is not permanently intended to be applied. D. Bondbreaker Tape: Polyethylene pressure sensitive ddhesive tape, to be used in areas where backer rod cannot fit and where three-sided adhesion is to be avoided. PART 3-EXECUTION 3.1 A. B. c. EXAMINATION Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint sealant performance. Verify that joint sizes and surfaces are free of defects and acceptable for installation of joint sealants. Verify joint dimensions and shapes to ensure they are within the sealant manufacturer's guidelines. Resolve any variances prior to installation. Do not proceed with sealant installation until the unsatisfactory conditions have been corrected. JOINT SEALANTS 079200-6 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.2 A. B. PREPARATION Thoroughly clean the areas that the new sealant will contact using a de-greasing solvent not harmful to the environment using the two-rag wipe technique. IP A (isopropyl alcohol) is not a degreasing solvent. The new sealant should have a minimum contact area of 114". Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. 3. Remove laitance and form-release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. b. Glass. c. Porcelain enamel. d. Glazed ceramic tile. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 JOINT PRIMING A. Prime joint substrates where indicated or where recommended by joint sealant manufacturer based on pre-construction joint sealant-substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's recommendations. B. Confine primers to areas of joint sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Allow primer to dry. Do not prime areas that cannot be sealed the same day. JOINT SEALANTS 079200-7 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 3.4 INSTALLATION OF SEALANT BACKINGS A. Install joint fillers of type indicated to provide support of sealants during application and at position required to produce the cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends ofjoint fillers. 2. Do not stretch, twist, puncture, or tear joint fillers. 3. Remove absorbent joint fillers that have become wet prior to ~ealant application and replace with dry material. 3.5 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's printed installation instructions applicable to products and applications indicated, except where more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM Cll93 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Perform acoustical sealant application work in accordance with ASTM C919. D. Installation of Sealants: Install sealants by proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely ·filling recesses provided for each joint configuration, and providing uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. Install sealants at the same time sealant backings are installed. E. Install joint backing to maintain the following joint ratios, but in no case less than 1/4 inch (6 mm): 1. Joints up to 112 inch wide: 1:1 width to depth ratio. 2. Joints Greater than 1/2 inch wide: 2:1 width to depth ratio; maximum 112 inch joint depth. 3. Sub-caulk joints that are deep, or joints without suitable backstop, to proper depth. 4. Protect side walls of joint (to depth of caulking) with bond breaker tape. 5. Install with adhesive on 2 faces in contact with sides of joints. F. Tooling of Non-sag Sealants: Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure SA in ASTM Cll93, unless otherwise indicated. 4. Provide flush joint configuration where indicated per Figure SB in ASTM C1193. JOINT SEALANTS 079200-8 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.6 A. B. c. 3.7 A. B. CLEANING Clean off excess sealants and sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in whichjoints occur. Leave finished work in a neat, clean condition with no evidence of spillovers onto adjacent surfaces. Construction Waste Management: Manage construction waste in accordance with provisions of Section 01524 Construction Waste Management. PROTECTION Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so that and installations with repaired areas are indistinguishable from original work. END OF SECTION 079200 JOINT SEALANTS 079200-9 CITY OF CARlSBAD -Carlsbad Dove library library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 JOINT SEALANTS 079200-10 This Page Intentionally Left Blank CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02,2015 SECTION 092400 -CEMENT PLASTERING PART 1-GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 1.5 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. A. B. A. A. B. A. B. SECTION INCLUDES Metal furring and lathing. Portland cement plaster system with integral color. RELATED SECTIONS Section 09900 -Painting. SUBMITTALS Product Data: For each type of product indicated. Samples for Verification: For each type offactory-prepared, integral color finish coat indicated; (3) 12 by 12 inches (305 by 305 mm), and prepared on rigid backing. QUALITY ASSURANCE Perform Work in accordance with PCA Plaster (Stucco) Manual. Mockups: Before plastering, install mockups of at least 100 sq. ft. (9 sq. m) in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. See Section 01454. 2. Install mockups for each type of texture and finish indicated. 3. Build mockups in the location and of the size indicated or, if not indicated, as directed by Architect. 4. Notify Architect seven days in advance of dates and times when mockups will be constructed. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 6. Obtain Architect's approval of mockups before starting cement plaster application. 7. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 8. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. CEMENT PLASTERING SECTION 092400-1 CITY OF CARLSBAD -Carlsbad Dove library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 C. Pre-installation Conference: · Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. 1.7 PROJECT CONDITIONS A. Exterior Plasterwork: 1. Apply and cure plaster to prevent plaster drying out during curing period. Use procedures required by climatic conditions, including moist curing, providing coverings, and providing barriers to deflect sunlight and wind. 2. Apply plaster when ambient temperature is greater than 40 deg F ( 4.4 deg C). 3. Protect plaster coats from freezing for not less than 48 hours after set of plaster coat has occurred. B. Factory-Prepared Finishes: Comply with manufacturer's written recommendations for environmental conditions for applying finishes. PART 2-PRODUCTS 2.1 PLASTER BASE MATERIALS A. Base-Coat Cements: Type as indicated below: 1. Portland cement, ASTM Cl50, Type I or II. 2. Masonry cement, ASTM C91, Type N. B. Lime: ASTM C206, Type S or special hydrated lime for masonry purposes, ASTM C 207, TypeS. C. Sand Aggregate for Base Coats: Natural or manufactured sand, in accordance with ASTMC897. D. Alkali-Resistant Fiber Reinforcement: ASTM C1116 Type III 4.1.3, 100% virgin homopolymer micro-fibers; 112-to 3/4-inch long, free of contaminants, to be added to stucco scratch coat. 1. Approved Manufacturers: a. Fibercast 500 (formerly Harbourite), manufactured by SI Concrete Systems, (423) 892-8080 www.fibermesh.com. b. Grace Micro Fiber manufactured by Grace Constr. Products (877) 423- 6491 www.graceconstruction.com. c. Stucco-Bond manufactured by Porta Corp. (800) 245-0306 www.fortacorp.com. E. Acrylic Additive: Water based acrylic resin admixture. SECTION 09220-2 PORTLAND CEMENT PLASTER CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Projec:t No. 14449-01 Bid Set-December 02, 2015 F. Bonding Agent: ASTM C932, resinous emulsion which will provide bond for gypsum or Portland cement, plaster, concrete, masonry, old or new surfaces. G. Dash-Coat Material: 2 parts portland cement to 3 parts fine sand, mixed with water to a mushy-paste consistency. H. Water: Clean, fresh, potable and free of mineral or organic matter that can affect plaster. 2.2 PLASTER FINISH MATERIALS A. Cement: As specified for plaster base coat, white color. B. Lime: As specified for plaster base coat. C. Color Pigment: Mineral oxide type, color as selected; factory mixed by La Habra or King Stucco. D. Acrylic-Based Finish Coatings: Factory-mixed acrylic-emulsion coating systems, formulated with colorfast mineral pigments and fine aggregates; anti-bacterial, anti- fungal, and with ultraviolet screening agents, for use over Portland cement plaster base coats. Include manufacturer's recommended primers and sealing topcoats for acrylic-based finishes. E. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster. 2.3 LATHING AND CONTROL JOINT MATERIALS A. Lath: ASTM C847, minimum 3.41b/sq yd self-furred galvanized steel diamond mesh metal lath. 1. Galvanize metal lath in compliance with ASTM A653/A653M, G60 (Z180), hot-dip galvanized zinc coating. 2. Partition Framing and Vertical Furring: Install flat diamond-mesh lath. 3. Flat-Ceiling and Horizontal Framing: Install3/8-inch (9.5-mm) rib lath. 4. Curved-Ceiling Framing: Install welded-wire lath. 5. On Solid Surfaces, Not Otherwise Furred: Install self-furring, diamond-mesh lath. B. Casing Bead: Formed sheet steel; minimum 25 gage thick; depth governed by plaster thickness; maximum possible lengths; expanded metal flanges, with square edges. C. Control Joint Accessories: 1. Type 1 Control Joint: Keene XJ15-3, one-piece, 25 gage galvanized steel, expanded 2-inch solid sheet metal flanges each side. 2. Type 2 Control Joint: Superior SDE078-1 OOZ, two-piece, 25 gage galvanized steel, 2-inch solid sheet metal flanges each side. 3. Reveal: Fry, PCS-75-100, one-piece extruded aluminum, clear anodized finish. CEMENT PLASTERING Provide manufacturer's prefabricated watertight corners and transitions, and splice plates. SECTION 092400-3 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 D. Expanded Metal Strip Lath: ASTM C847 with ASTMA653/A653M, G60 (Zl80), hot-dip galvanized zinc coating. E. Corner Mesh Reinforcement: Fabricated from metal lath with ASTM A653/A653M, G60 (Zl80), hot-dip galvanized zinc coating. F. Anchorage Methods: Screws or other approved metal supports, of type and size to suit application, galvanized to rigidly secure lath and associated metal accessories in place. 2.4 ACCESSORIES A. General: Comply with ASTM C1063 and coordinate depth of trim and accessories with thicknesses and number of plaster coats required. 1. Foundation Weep Screed: Fabricated from hot-dip galvanized steel sheet, ASTM A653/A653M, G60 (Z180) zinc coating. 2. CornerAid: Stockton Wire Products, Wire-CA; galvanized, welded wire exterior corner reinforcement. 3. External-Comer Reinforcement: Fabricated from metal lath with ASTM A653/A653M, G60 (Zl80), hot-dip galvanized zinc coating. B. Fasteners: Wadded self-furring nails. C. Acoustical Sealant for Exposed and Concealed Joints: Nonsag, paintable, nonstaining, latex sealant complying with ASTM C834 that effectively re:duces airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTME90. 2.5 CEMENT PLASTER MIXES A. General: Comply with ASTM C926 for applications indicated. 1. Fiber Content: Add fiber to base-coat mixes after ingredients have mixed at least two minutes. Comply with fiber manufacturer's written instructions for fiber quantities in mixes, but do not exceed 1 lb of fiber/cu. ft. (16 kg of fiber/cu. m) of cementitious materials. Reduce aggregate quantities accordingly to maintain workability. B. Base Coat and Brown Coat: One part plastic cement, 3-1/2 to 4 parts aggregate, 0.5% by weight plastic cement synthetic fibers, and 112 part (maximum) potable water. C. Factory-Prepared Finish-Coat Mixes: For ready-mixed finish-coat plasters aerylic- based finish coatings, comply with manufacturer's written instructions. D. Mix only as much plaster as can be used prior to initial set. E. Add color pigments to finish coat in accordance with manufacturer's instructions. Ensure uniformity of mix and coloration. F. Mix materials dry, to uniform color and consistency, before adding water. SECTION 09220-4 PORTLAND CEMENT PLASTER CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Archi~ecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 G. H. I. 2.6 A. Protect mixtures from freezing, frost, contamination, and evaporation. Do not re-temper mixes after initial set has occurred. Do not use all plastic cement mixes. FINISH General: Provide finishes described in 'Plaster Textures' by the Plaster Industry Bureau. 1. Finish Texture: Steel troweled smooth finish to match existing concrete. PART 3 -EXECUTION 3.1 A. B. C. 3.2 A. B. c. D. E. F. 3.3 A. EXAMINATION Examine areas and substrates, with Installer present, and including welded hollow- metal frames, cast-in anchors, and structural framing, for compliance with requirements and other conditions affecting performance. Ensure that the installation of the windows and sheet metal flashings, including the associated self-adhesive flashings is completed prior to cement plaster installation. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION Protect adjacent work from soiling, spattering, moisture deterioration, and other harmful effects caused by plastering. Clean and remove surface projections, and apply bonding agent. , Verify support framing is tied together at specified spacing with 16 gage wire. Verify lath is flat, secured to substrate, and joint and surface perimeter accessories are in place. Verify control joints are provided every 144 sf; distance betweenjoints not to exceed 18-feet. Space control joints evenly per drawings. 1. Cement plaster panels shall not exceed a side-to-side ratio greater than 2-1/2: 1. Verify control joints have been installed at locations where the plasterwork area changes dimensions to delineate rectangular-shaped panels and to relieve stress that occurs at the comers formed by the dimension change. FRAMING AND SHEATHING Provide framing member or solid blocking at both flanges of control joint and reveal locations. CEMENT PLASTERING SECTION 092400-5 CITY OF CARLSBAD -Carlsbad Dove library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 B. 3.4 A. B. C. D. E. F. 3.5 A. B. c. D. E. F. G. H. 3.6 A. B. Install exterior sheathing as indicated on Drawings. INSTALLATION OF METAL LATH Install metal lath in accordance with ASTM C1063. Apply metal lath taut, with long dimension perpendicular to supports. Lap ends of lath one mesh increment minimum in accordance with ASTM C933. Where end laps occur between supports provide additional framing support in order to anchor lath to structure, and secure with tie wire. Lap sides of lath one mesh increment minimum. Cut lath at all control joint and expansion joint locations. Fully back the two sheets of lath at these location; ensure control joints are located over studs or sheet metal backer plates. Attach metal lath to metal supports using 18-gage tie wire at maximum 6 inches oc. INSTALLATION OF ACCESSORIES General: Anchor cement plaster accessories through the sheathing to the stud supports using appropriate screws. Place 6" x 18" strip lath diagonally at comers of lathed openings and 12" around penetrations such as lighting fixtures. Secure rigidly in place. Continuously reinforce internal angles with comer mesh, except where the metal lath returns 3 inches from comer to from the angle reinforcement; fasten at perimeter edges only. Place external angle with mesh at comers; fasten at outer edges only. Place strip mesh diagonally at comers of lathed openings. Secure rigidly in place. Place casing beads at terminations of plaster finish. Stop ends 1/4 inch away from top of wall. Caulk with silicone sealant. Install control joints at locations indicated. Reinforce interior angles and flat joints with joint tape and embedding material recommended by manufacturer. PLASTER APPLICATION Apply plaster in accordance with ASTM C926 and manufacturer's instructions. Mechanically mix cementitious and aggregate materials for plasters to comply with recommendations of plaster manufacturer. SECTION 09220-6 PORTLAND CEMENT PIASTER CITY OF CARLSBAD-Carlsbad Dove library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3.7 3.8 3.9 C. Apply scratch coat to a nominal thickness of 3/8 inch, brown coat to a nominal thickness of 3/8 inch, and a finish coat to a nominal thickness of 1/8 inch over metal lath. D. E. F. G. H. A. A. A. Continuously moist-cure scratch and brown coats for minimum period of 48 hours. Apply brown coat immediately following initial set of scratch coat. After curing, dampen base coat prior to applying finish coat. Apply finish coat and steel trowel to a smooth and consistent finish. A void excessive working of surface. Delay troweling as long as possible to avoid drawing excess fines to surface. Moist cure finish coat for minimum period of 48 hours. TOLERANCES Finished Tolerances: 1/8 inch maximum in 10'-0" from a true plane. CUTTING AND PATCHING Cut, patch, replace, and repair plaster as necessary to accommodate other work and to restore cracks, dents, and imperfections. Repair or replace work to eliminate blisters, buckles, crazing and check cracking, dry outs, efflorescence, sweat outs, and similar defects and where bond to substrate has failed. CLEANING AND PROTECTION Construction Waste Management: Manage construction waste in accordance with provisions of Division 1 Section 'Construction Waste Management'. Submit documentation for Credit MR 2.1 and MR 2.2 to satisfy the requirements of that Section. B. Remove temporary protection and enclosure of other work. Promptly remove plaster from doorframes, windows, and other surfaces not indicated to be plastered. Repair floors, walls, and other surfaces stained, marred, or otherwise damaged during plastering. END OF SECTION 092400 CEMENT PLASTERING SECTION 092400-7 CITY OF CARLSBAD -Carlsbad Dove library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-Decembe,r 02, 2015 SECTION 099000 -PAINTING AND COATING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Surface preparation, painting, and finishing of exposed interior and exterior items and surfaces. B. Surface preparation, priming, and finish coats specified in this Section are in addition to shop-priming and surface treatment specified under other Sections. C. Painting exposed surfaces whether or not colors are designated in schedules, except where a surface or material is specifically indicated not to be painted or is to remain natural. Where an item or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. If color or finish is not designated, the Architect will select from standard colors or finishes available. D. Painting of architecturally exposed concrete. E. Painting includes field-painting exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and electrical equipment. F. Painting is not required on pre finished items, finished metal surfaces, concealed surfaces, operating parts, and labels. Galvanized metal finishes are not considered to be pn:-painted. G. Labels: Do not paint over Underwriters Laboratories, Factory Mutual or other code- required labels or equipment name, identification, performance rating, or nomenclature plates. H. Magnetic paint primer. 1.3 RELATED SECTIONS A. Section 05121-Structural Steel: Finishing and preparation requirements for AESS. B. Section 09960 -High-Performance Coatings: Finish painting for exterior primed steel items. PAINTING SECTION 099000-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.4 DEFINITIONS A. VOC Ranges: Ranges listed are as prescribed by Master Painters Institute (MPI), Architectural Painting Specification Manual as follows: 1. VOC Range E3: Lowest; <51 g/1. 2. VOC Range E2: Next lowest; 51-200 g/1. 3. VOC Range El: Highest allowable; 201-350 g/1. 4. VOC Range EO: Outside range. B. General: Standard coating terms defined in ASTM D16 apply to this section. 1. Low Gloss refers to a 'velvet-like' finish with a gloss maximum of 10 when measured with a 60-degree meter. 2. Eggshell refers to a low-sheen finish with a gloss range between 5 and 20 when measured with a 60-degree meter. 3. Satin refers to a low-sheen finish with a gloss range between 15 and 35 when measured with a 60-degree meter. 4. Semi-gloss refers to a satin-like finish with a gloss range between 20 and 35 when measured with a 60-degree meter. 5. Full gloss refers to a high-sheen finish with a gloss range higher than 65 when measured with a 60-degree meter. 1.5 SUBMITTALS A. Product Data: For each paint system specified. 1. Material List: Provide an inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and coating material proposed for use. 2. Manufacturer's Information: Provide manufacturer's technical information, including label analysis and instructions for handling, storing and applying each coating material proposed for use. 3. Certification by the manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOCs). B. Samples for Verification Purposes: Submit samples for review of color and texture; provide list of material and application for each coat of each finish sample. 1. Color Selection Process: a. Architect will select up to 6 colors for 8xl 0 samples. Samples may be color prints from the manufacturer. b. Architect will select 3 samples for large size (24 x 24) samples of the color on the same material as the actual finished product (gypsum, metal panel, plaster, etc.) with the appropriate texture. c. Or the Architect may reject all colors submitted and choose 6 additional colors for submittal. Architect will review samples and may reject all samples if they do not match the colors that were previously submitted. 2. Brush-Outs: Submit samples of each color and material with texture to simulate actual conditions, on hardboard. a. Submit 8" by 10" samples of wood finishes on actual wood surfaces; label and identify each as to location and application. SECTION 099000-2 PAINTING CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3. Field Samples: Duplicate painted finishes of approved samples on actual wall surfaces and components for approval prior to commencing work. a. Size: Minimum 100 sf located where approved. b. Components: One full component as directed. c. Simulate finished lighting conditions for review. 1.6 QUALITY ASSURANCE A. Single-Source Responsibility: Provide primers and undercoat paint produced by the same manufacturer as the finish coats. B. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution prior to commencing work. 1. See Section 01454. 2. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b. Other Items: Architect will designate items or areas required. 3. Components: One full component as directed. 4. Simulate finished lighting conditions for review. 5. Install mock-up using means and methods identical to those that are going to be employed during full production. 6. Allow coating to cure in accordance with manufacturer's written instructions. 7. Perform adhesion test on existing paint to remain using X-cut method per ASTM D3359. Ratings 4A and SA acceptable. 8. Final approval of color selections will be based on m6ckups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. 9. Approval of mockups does not constitute approval of deviations from thie Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 10. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 11. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the job site in the manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions . . _PAINTING SECTION 099000-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 7. Color name and number. B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage in a clean condition, free of foreign materials and residue. C. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application. 1.8 PROJECT CONDITIONS A. Apply water-based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 deg F (10 deg C) and 90 deg F (32 deg C). B. Apply solvent-thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 deg F (7 deg C) and 95 deg F (35 deg C). C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. D. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by the manufacturer during application and drying periods. 1.9 EXTRA MA TERlALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 5 percent, but not less than 1 gal. (3.8 L) of each material and color applied. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with requirements, manufacturers offering exterior paint products that may be incorporated into the Work include, but are not limited to, the following: 1. Benjamin Moore. 2. Frazee. 3. ICI Paint Stores, Inc. 4. Kelly-Moore. 5. Sherwin-Williams. SECTION 099000-4 PAINTING CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 B. Acceptable Manufacturers: Subject to compliance with requirements, manufacturers offering interior 0-VOC paint products that may be incorporated into the Work include, but are not limited to, the following: 1. Benjamin Moore; EcoSpec. 2. Frazee; Envirokote. 3. ICI Paint Stores, Inc.; Life Master. 4. Kelly-Moore; Enviro-Cote. 5. Sherwin-Williams "Harmony" 0 VOC. 2.2 PAINT MATERIALS, GENERAL A. Local/Regional Materials: Give preference to manufacturer's whose facilities are within a 500 mile radius of the project site. Also give preference to materials that are harvested, extracted, mined, quarried, etc. within a 500 mile radius of the project site. B. Material Compatibility: Provide block fillers, primers, finish coat materials, and related materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by the manufacturer based on testing and field experience. C. Material Quality: Provide the manufacturer's best-quality trade sale paint material of the various coating types specified. Paint material containers not displaying manufacturer's product identification will not be acceptable. D. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish the manufacturer's material data and certificates of performance for proposed substitutions. 2.3 PRIMERS A. Primers: Provide the manufacturer's recommended factory-formulated primers that are compatible with the substrate and finish coats indicated. I. VOC Content: E Range ofE2-E3. B. Concrete Primers: Factory-formulated alkali-resistant acrylic-latex primer. C. Ferrous Metal Primers: Factory-formulated rust-inhibitive alkyd-based metal primer. Use quick drying type at interior applications. D. Galvanized Metal Primers: Factory-formulated galvanized metal primer. 2.4 UNDERCOAT MATERIALS A. Undercoat Materials: Provide the manufacturer's recommended factory-formulated undercoat materials that are compatible with the substrate and finish coats indicated. 1. VOC Content: E Range ofE3. B. Interior Enamel Undercoat: Ready-mixed enamel. PAINTING SECTION 099000-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 2.5 EXTERIOR FINISH PAINT MATERIAL A. Finish Paint: Provide the manufacturer's recommended factory-formulated finish-coat materialls that are compatible with the substrate and undercoats indicated. 1. VOC Content: E Range ofE2-E3. B. Exterior Acrylic Emulsion: Quick-drying, flat, acrylic paint. C. Gloss Alkyd Enamel on Exterior Ferrous Metal: Weather-resistant, high-gloss enamel. D. Lusterless Alkyd Enamel on Prime-coated, Ferrous Metal: Flat, alkyd-based enamel. PART 3-EXECUTION 3.1 A. B. c. D. E. 3.2 A. B. EXAMINATION Examine substrates and conditions under which painting will be performed for compliance with paint application requirements. Surfaces receiving paint must be thoroughly dry before paint is applied. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characte:ristics of finish materials to ensure use of compatible primers. Notify the Architect about anticipated problems using the materials specified over substrates primed by others. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Plaster: 12 percent. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1. Beginning coating application constitutes acceptance of substrates and conditions. PREPARATION, GENERAL General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted, or provide surface- applied protection prior to surface preparation and painting. Remove these items, if necessary, to completely paint the items and adjacent surfaces. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease prior to cleaning. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. SECTION 099000-6 PAINTING CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 C. Provide barrier coats over incompatible primers or remove and reprime. Notify Architect in writing about anticipated problems using the specified finish-coat material with substrates primed by others. D. Follow proper procedures, methods, guidelines, and regulations for paint preparation related to lead paint sanding. Wear goggles, NIOSH-approved respirators, rubber gloves, and appropriate clothing. E. Clean building exterior using pressurized hot water. 1. Clean heavily soiled areas with fiber brush and water. 2. Equip pressure washer with fan tip nozzle of 250 degree minimum. 3. Do not permit water temperature to exceed 180 degrees F. 4. Do not permit water pressure to exceed 1,200 psi. F. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's printed directions. G. Exposed Equipment: Verify installations are complete before initiating preparation of surfaces of exposed mechanical and electrical piping, conduit, ductwork, and equipment for field-painting. H. Touch up bare areas and shop-applied prime coats that have been damaged. Wire-brush, clean with solvents recommended by the paint manufacturer, and touch up with the same primer as the shop coat. I. Factory-Primed and Enamel Substrates: Wipe clean and dry. J. Following completion of painting operations in each space or area, have items reinstalled by workers skilled in the trades involved. 3.3 SURFACE PREPARATION A. Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. B. Plaster: 1. Allow new plaster to cure thoroughly (30 days minimum) prior to applying paint. Moisture content shall be 8 percent or less, as measured with a moisture meter, at time of paint application. 2. Patch cracks, holes and defects with patching plaster. Remove all powder and dust by washing with clear water. 3. Spot prime patches and stains. C. Steel Substrates: Clean ungalvanized ferrous metal surfaces that have not been shop- coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with recommendations of the Steel Structures Painting Council (SSPC) and written instructions of paint manufacturer. PAINTING SECTIOI'<l 099000-7 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 D. E. 3.4 A. B. c. D. 3.5 A. B. C. D. E. 1. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. 2. Touch up bare areas and shop-applied prime coats that have been damages. Wire- brush, clean with solvents recommended by paint manufacturer, and touch up with the same primer as the shop coat. Galvanized-Metal Substrates: Clean galvanized surfaces with nonpetroleum-based solvents so that the surface is free of oil and surface contaminants. Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. Apply primers to metal surfaces in the field under any of the following circumstances: 1. Where it can be established that shop primer was applied more than 30 days (7 days for some primers, verify with metal shop) before delivery to the site. 2. If shop-applied primer is contaminated during transport or storage. 3. If salts are deposited from marine fog, road salts, construction dusts, etc. during storage. MATERIALS PREPARATION Carefully mix and prepare paint materials according to manufacturer's directions. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. Stir material before application to produce a mixture of uniform density; stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. Use only thinners approved by the paint manufacturer and only within recommended limits. APPLICATION General: Apply paint according to manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. Paint colors, surface treatments, and finishes are indicated in the schedules. Provide finish coats that are compatible with primers used. The number of coats and the film thickness required are the same regardless of the application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. Sand between applications where sanding is required to produce a smooth even surface according to the manufacturer's directions. SECTION 099000-8 PAINTING CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 F. Apply additional coats if undercoats, stains, or other conditions show through final coat of paint until paint film is of uniform finish, color, and appearance. Give special attention to ensure that surfaces, including edges, comers, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces. G. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. H. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. I. Do not paint fire-treated plywood backboards to be used for telephone or electrical equipment unless permitted by authorities having jurisdiction. J. Finish exterior doors on tops, bottoms, and side edges same as exterior faces. K. Omit primer on metal surfaces that have been shop-primed and touch-up painted. L. Apply traffic paint for striping and other markings with mechanical equipment to produce uniform straight edges. Apply at manufacturer's recommended rates for a 15-mil (0.38- mm) minimum wet film thickness. M. Magnetic Primer: Apply minimum 2 coats of primer to surfaces designated to receive magnetic application. Apply with roller in an up and down motion to achieve the smoothest possible application. 3.6 SCHEDULING PAINTING A. Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. B. Allow sufficient time between successive coats to permit proper drying. Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and where application of another coat of paint does 'not cause the undercoat to lift or lose adhesion. 3.7 APPLICATIONPROCEDURES A. Apply paints and coatings by brush, roller, spray, or other applicators according to the manufacturer's directions. B. Brushes: Use brushes best suited for the material applied. C. Rollers: Use rollers of carpet, velvet back, or high-pile sheep's wool as recommended by the manufacturer for the material and texture required. D. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required. PAINTING SECTION 099000-9 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 E. Minimum Coating Thickness: Apply materials no thinner than the manufacturer's recommended spreading rate. Provide the total dry film thickness of the entire system as recommended by the manufacturer. F. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime-coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no bum-through or other defects due to insufficient sealing. G. Block Fillers: Apply block fillers to concrete at a rate to ensure complete coverage with pores filled. H. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling such as laps, irregularity in texture, skid marks, or other surface imperfections. I. Complelted Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with specified requirements. 3.8 CLEANING A. Construction Waste Management: Manage construction waste in accordance with provtswns of Division 1 Section 'Construction Waste Management'. Submit documentation for Credit MR 2.1 and MR 2.2 to satisfy the requirements of that Section. B. Cleanup: At the end of each work day, remove empty cans, rags, rubbish, and other discarded paint materials from the site. C. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint by washing and scraping. Be careful not to scratch or damage adjacent finished surfaces. 3.9 PROTECTION A. Protect work of other trades, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as acceptable to Arc hi teet. B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. C. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.10 PAINT SYSTEMS SCHEDULES A. Schedule: Only major areas are scheduled. Treat miscellaneous and similar items and areas within room or space with similar system. SECTION 099000-1 0 PAINTING CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courlyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-Decembe,r 02, 2015 B. Number of Coats: Where number of coats are specified, it is only as a minimum requirement. Apply additional coats, at no additional cost to Owner, if ne•;essary to completely hide base material, produce uniform color, and provide satisfactory finish result. C. Systems Specifications: These specifications are a guide and are meant to establish procedure and quality. Confer with Architect to determine exact finish desired. D. Acceptance of Final Colors: Do not apply final coats of paint for either exterior and interior systems until colors have been accepted by Architect. 3.1 EXTERIOR FINISH SCHEDULE A. References used in this schedule are based on systems described in the Paiinting and Decorating Contractors of America, Master Painters Institute, Architectural Painting Specification Manual (MPI). B. AESS Steel: See Section 09960. C. Steel -Unprimed: 1. W.B. Light Industrial Coating (over waterborne primer): MPI EXT 5.1C a. Prime Coat: Rust Inhibitive Primer. b. Intermediate Coat: W.B. Light Industrial Coating. c. Topcoat: W.B. Light Industrial Coating (semi-gloss). D. Steel-Galvanized (Not Chromate Passivated): 1. Latex over Waterborne Primer: MPI EXT 5.3H a. Prime Coat: Waterborne primer. b. Intermediate Coat: Exterior latex matching topcoat. c. Topcoat: Exterior latex (semi-gloss). E. Plaster: 1. Latex Paint over Alkali-Resistant Primer System: MPI EXT 9.1C. a. Prime Coat: As recommended by manufacturer of topcoat. b. Intermediate Coat: As recommended by manufacturer, matching topcoat. c. Topcoat: Elastomeric. END OF SECTION 099000 PAINTING SECTION 099000-11 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 099300-STAINING AND TRANSPARENT FINISHING PART 1 -GENERAL 1.1 1.2 1.3 1.4 A. A. A. A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SECTION INCLUDES Surface preparation and application of wood stains and clear wood finishes to new interior wood carpentry work, restaining of existing wood trim and panel finishes. RELATED SECTIONS Section 099000 -Painting: Painted exterior and interior surfaces. ACTION SUBMITTALS Product Data: For each type of stain indicated. 1. Material List: An inclusive list of required stain materials. Indicate each material and cross-reference the specific stain system and application. Identify each wood stain material by manufacturer's catalog number and general classification. 2. Cross-reference to finish system and locations of application areas. Use same designations indicated on Drawings and in schedules. 3. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each wood stain. 4. Printout of MPI's current "MPI Approved Products List" for each product category specified in Part 2, with the product proposed for use highlighted. B. Samples for Verification: For each color and stain material to be applied, with texture to simulate actual conditions, on representative Samples of actual substrates. 1. Use representative colors when preparing Samples for review. Resubmit until required color and texture are achieved. 2. Provide list of materials and applications for each coat of each Sample. Label each Sample for location and application. 3. Submit Samples on the following substrates for Architect's review of color and texture only: a. Stained Wood: Provide 8-by 10-inch (200-by 250-mm) samples of each stained wood finish to be used on representative surfaces. 4. Transparent and Stained Finishes: Prepare samples on species and quality of wood to be used in the Work. Re-submit as requested until acceptable sheen, color, and texture are achieved. Label and identify each sample as to location and application. 1.5 INFORMATIONAL SUBMITTALS A. QuaHfication Data: For Applicator. STAINING AND TRANSPARENT FINISHING 099300-1 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 1.6 CLOSEOUT SUBMITTALS A. Provide stain and clear finish cards fully labeled with manufacturer of each staining system applied on the project. Provide the following with each system: 1. Manufacturer name. 2. Manufacturer's stain or clear finish product. 3. Primer name and number. 4. Color name and number, 5. Gloss level. 6. Location(s) where used. 1. 7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra stain materials from the same production run as the materials applied and in quantities described below. Package with protective covering for storage and identi~y with labels describing contents. Deliver extra materials to Owner. 1. Quantity: Furnish Owner with extra stain materials in quantities indicated below: a. Semitransparent Stain: 5 gal. (18.75 L) of each color applied. b. Clear Wood Finish: 5 gal. (18.75L). 1.8 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in its "MPI Approved Products List." B. Applicator Qualifications: A firm or individual experienced in applying wood stains similar in material, design, and extent to those indicated for this Project, whose work has resulted in applications with a record of successful in-service performance. C. Source Limitations: Obtain primers, stains, and other finishes through one source from a single manufacturer. D. Mockups: Apply benchmark samples of each finish system indicated and each color selected to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each type of finish system and substrate. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b. Other Items: Architect will designate items or areas required. 2. Final approval of stain color selections will be based on benchmark samples. a. If preliminary stain color selections are not approved, apply additional benchmark samples of additional stain colors selected by Architect at no added cost to Owner. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in manufacturer's original, unopened containers bearing manufacturer's name and label and the following information: STAINING AND TRANSPARENT FINISHING 099300-2 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Archi1tecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 1. Product name or title of material. 2. Product description (generic classification). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. Handling instructions and precautions. 9. VOC content. B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F (7 deg C). Maintain storage containers in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. 1.10 SITE CONDITIONS A. Temperature Limitations: Apply stains only when temperatures of surfaces to be stained and the surrounding air are between 45 deg F (7 deg C) and 90 deg F (32 deg C) for oil- based stain, or between 50 deg F (10 deg C) and 90 deg F (32 deg C) for latex-based stain. B. Weather Limitations: Do not apply stain in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; when temperatures are less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. 1. Allow wet surfaces to dry thoroughly and attain temperature and conditions specified before starting or continuing with coating operation. PART 2-PRODUCTS 2.1 A. 2.2 A. MANUFACTURERS Acceptable Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Benjamin Moore & Co. 2. Cabot Incorporated, Samuel. 3. Coronado Paint Company. 4. Sherwin-Williams Co. MATERIALS, GENERAL Material Compatibility: 1. Provide materials for use within each finish system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a finish system, provide products recommended in writing by manufacturers of topcoat for use in finish system and on substrate indicated. STAINING AND TRANSPARENT FINISHING 099300-3 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 B. Stain Colors: Match Architect's samples. 2.3 EXTERIOR WOOD STAIN MATERIALS, GENERAL 2.4 2.5 2.6 2.7 A. Stain-Material Quality: Provide manufacturer's best-quality stain material of the various stain types specified that are factory formulated and recommended by manufacturer for application indicated. Stain-material containers not displaying manufacturer's product identification will not be acceptable. WOOD FILLERS A. Wood Filler Paste: MPI #91. 1. VOC Content: E Range ofE3. PRIMERS AND SEALERS A. Exterior Alkyd Wood Primer: MPI #5. 1. VOC Content: E Range ofE3. B. Exterior Latex Wood Primer: MPI #6. 1. VOC Content: E Range ofE3. c. Alkyd Sanding Sealer: MPI #102. 1. VOC Content: E Range ofE3. D. Lacquer Sanding Sealer: MPI #84. 1. VOC Content: E Range ofE3. STAINS A. Exterior Semitransparent Stain (Solvent Based): MPI #13. 1. VOC Content: E Range ofE2. B. Exterior, Solid-Color Latex Stain: MPI #16. 1. VOC Content: E Range ofE3. POLYURETHANE FINISHES A. Two-Component Aliphatic Polyurethane (Clear): MPI #78. 1. VOC Content: E Range of E3. PART 3 -EXECUTION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Maximum Moisture Content of Wood Substrates: 15 percent when measured with an electronic moisture meter. 2. VerifY compatibility with and suitability of substrates, including compatibility with existing finishes. STAINING AND TRANSPARENT FINISHING 099300-4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Archi~ecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 3. Begin finish application only after unsatisfactory conditions have been corrected and surfaces are dry. 4. Beginning application of finish system constitutes Contractor's acceptance of substrate and conditions. B. Coordination of Work: Review other Sections in which coatings are provided to ensure compatibility of the total system for various substrates. 3.2 PREPARATION 3.3 A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. c. D. E. A. Remove plates, machined surfaces, and similar items already in place that are not to be finished. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and finishing. 1. After completing finishing operations, reinstall items that were removed; use workers skilled in the trades involved. Remove surface-applied protection if any. Clean and prepare surfaces to be finished according to manufacturer's written instructions for each particular substrate condition and as specified. 1. Remove surface dirt, oil, or grease by washing with a detergent solution; rinse thoroughly with clean water and allow to dry. Remove grade stamps and pencil marks by sanding lightly. Remove loose wood fibers by brushing. 2. Remove mildew by scrubbing with a commercial wash formulated for mildew removal and as recommended by stain manufacturer. 3. Countersink steel nails, if used, and fill with putty tinted to final color to eliminate rust leach stains. Apply wood filler paste to open-grain woods, as defined in "MPI Architectural Painting Specification Manual," to produce smooth, glasslike finish. Mixing: Mix and prepare stains according to manufacturer's written instructions. Stir stain thoroughly before applying and frequently during application to maintain color consistency. 1. Maintain containers used in mixing and application in a clean condition, free of foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and then strain material before using. APPLICATION Apply finishes according to manufacturer's written instructions. 1. Use applicators and techniques suited for finish and substrate indicated. 2. Finish surfaces behind movable equipment and furniture same as similar exposed surfaces. STAINING AND TRANSPARENT FINISHING 099300-5 CITY OF CARLSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14-'1~49-01 B. Apply finishes to produce surface films without cloudiness, holidays, lap marks, brush marks, runs, ropiness, or other surface imperfections. C. Minimum Spreading Rate: Apply stain at manufacturer's recommended spreading rate to ensure proper penetration. Use applicators and techniques best suited for substrate and type of stain material being applied. 1. Do not apply stain on surfaces that are not sufficiently dry when recommended by stain manufacturer. Ensure that each coat is dry and hard before applying succeeding coat. D. Apply stain evenly with brush. Thoroughly stain edges and ends of boards. Brush out excess stain that collects in butts of boards. Avoid staining in direct sunlight. 1. Brushes: Use brushes best suited for type of material applied. Use brushes of appropriate size for surface being stained. 2. Drying Time: Allow a minimum of 24 hours between coats unless directed otherwise by manufacturer. 3.4 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded materials from Project site. 1. After completing staining, clean window glass and other surfaces. Remove spattered stain by proper methods without scratching or damaging adjacent finished surfaces. B. Construction Waste Management: Manage construction waste in accordance with provisions of Section 01524 Construction Waste Management. 3.5 PROTECTION A. Protect work of other trades, whether being stained or not, against damage from staining. Correct damage by cleaning, repairing or replacing, and re-staining as approved by Architect. B. Provide "Wet Paint" signs to protect newly stained finishes. After completing staining operations, remove temporary protective wrappings provided by others to protect their work. 1. After work of other trades is complete, touch up and restore damaged or defaced stained surfaces. Comply with procedures specified in PDCA Pl. 3.6 EXTERIOR WOOD-FINISH-SYSTEM SCHEDULE A. Exposed Wood and Column Substrates: 1. Solid-Color, Solvent-Based Stain System: MPI EXT 6.1 C. a. Prime Coat: Exterior alkyd wood primer. b. Two Stain Coats: Exterior solid-color stain (solvent based). 2. Clear, Two-Component Polyurethane Over Stain System: MPI EXT 6.1E. a. Stain Coat: Exterior semitransparent stain (solvent based). b. Two Finish Coats: Two-component aliphatic polyurethane (clear). STAINING AND TRANSPARENT FINISHING 099300-6 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architt::ldure Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 END OF SECTION 099300 STAINING AND TRANSPARENT FINISHING 099300-7 CITY OF CARlSBAD -Carlsbad Dove Library Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 14449-01 This Page Intentionally Left Blank STAINING AND TRANSPARENT FINISHING 099300-8 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Bid Set-December 02, 2015 SECTION 129300 -SITE FURNISHINGS PART 1-GENERAL 1.1 PROVISIONS: The requirements of the General Conditions, Supplementary Conditions, and Division 1, General Requirements apply to the work of this section. 1.2 DESCRIPTION: A. Work Included: Furnish all materials and labor necessary to construct or install items indicated on the drawings and/or herein specified, including all unloading, placement, installation coordination, footings, anchorages, frames and accessories required to provide complete, safe and usable furnishings, recreational equipment and park equipment to the satisfaction of the Owner. (see plans for manufacturers) 1. Concrete seat wall with wood planking -per detail 2. Metal Planter B. Related Work Described Elsewhere: 1. Cast-In-Place Concrete 033000 2. Division 1 General Requirements 1.3 SUBMITTALS: A. Submit manufacturer's product data, specifications, and installation instructions and shop details for factory fabricated items. B. Submit samples of selected colors and finishes for all concrete items and as called for below. C. Submit 24"x24" mockup of wood planking for seat wall assembled and finished per detail. 1.4 DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, and handle furnishings to prevent damage and deterioration. B. Stack assembled items off the ground. 1.5 PROJECT CONDITIONS: A. Provide sleeves, anchors, inserts, bolts, clips, and other items furnished under this Section and built in with work of other trades. SITE FURNISHINGS SECTION 129300 -Page 1 of 4 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Group 4 Architecture Research + Planning, Inc. Bid Set-December 02, 2015 Group 4 Project No. 144.49-01 B. No work shall be installed until finish, color samples and shop drawings for the work have been reviewed and approved in writing by the Owner, and final grading and surfacing is completed. PART 2-PRODUCTS 2.1 MANUFACTURERED ITEMS: A. The following items shall be as specified on the Drawings: 1. Metal Planter 2.2 NON-MANUF ACTURERED ITEMS: B. The following items shall be as specified on the Drawings: 1. Concrete seat wall with wood planking -per detail PART 3-EXECUTION 3.1 EXAMINATION: A. VerifY that conditions are satisfactory for installation of each items of site elements. If unsatisfactory conditions exist, do not begin installation until such conditions have been corrected. 3.2 PREPARATION: A. Locate and layout all furniture, accessories and equipment items. Obtain the Owner's written approval of the layout prior to installation. 3.3 INSTALLATION OF MANUFACTURED AND CUSTOM FABRICATED ITEMS A. Assemble and install site and street furnishings in accordance with approved shop drawings and manufacturer's printed instructions. B. Perform fitting required for installation. Set the work accurately in location, alignment, and elevation free of rack, measured from established lines and levels. Assembled furnishings shall be firm, rigid, free of rattle, and provide maximum protection against tampering and vandalism. END OF SECTION 129300 Exhibit "B" Dove Library Fireplace and Courtyard Plans Please refer to rolled plans CITY Of CARLSBAD-Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 SECTION 101400-LIBRARY SITE SIGNAGE Part I -GENERAL 1.01 Summary Exhibit "C" December 11, 2015 A. Scope of work includes: Site signage including monument and wayfinding signs, and the Library building ID sign. 1. Provide Price Quotes. Quotes shall be inclusive of all requirements of this specification and general terms and conditions of the building construction contract. Include all taxes, storage, delivery, install and other requirements. 1.02 References A. American Welding Society (A WS); A WS Dl.l "Structural Welding Code, Steel", and AWS Dl.2 "Structural Welding Code, Aluminum". B. National Association of Architectural Metal Manufacturers (NAAMM): "Metal Finishes Manual". C. City of Carlsbad Signage Ordinance 1.03 Submittals A. Schedule: Within 7 calendar days of contract award the Contractor shall submit a detailed Gantt chart schedule showing all task durations and milestones from contract inception through warranty period. Contractor shall identify on the schedule shop drawing and sample reviews with time for revision and resubmission. Schedule shall also include dates and durations for: • Deadline for designer supplied digital artwork. • Dates for Engineering and Building Department approval. • Dates for Fire Department approval. • Installation of sign supports that need to be installed prior to building contractor Installation of architectural finishes • Installation of code related signs needed for building departments temporary and final c,ertificates of occupancy • Installation of signs that go on completed architectural finishes B. Structural Design and Engineering: Details in the Drawings indicate a general design approach for sign structures but do not necessarily include the specific fabrication details required :Cor the complete structural integrity of the signs, nor do they necessarily consider preferred shop practices of individual contractors. Specific fabrication details shall be provided by the Contractor, who shall ensure that all signs withstand any and all static, dynamic and/or erection loads that act upon them, including all such loads associated with handling, erecting, and servicing. Include calculations with engineering drawings, signed by a licensed Engineer currently registered in the State of California. C. Engineering and Building Department Approval. Contractor shall be responsible for the engineering and internal construction of all signs, incorporating all reasonable safety factors. Freestanding signs shall have their structural supports designed and stamped by a licensed Site Signage Page 1 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 Engineer currently registered in the State of California. Any sign requiring engineering needs to be approved by building department. Contractor must obtain favorable review prior to installing signage. Shop drawings shall bear engineers stamp and signature. Time for building department review and resubmittal shall be included in the Contractor's schedule. Sign types which require engineering include but are not limited to: 1. Sign type DWF Site Wayfinding sign. D. Shop Drawings: Submit drawings showing elevations, details of fabrication and erection, including all materials, shapes, dimensions, finishes, design loads, anchorage, and method of connections. Shop drawings shall be drawn to scale. Show half-size sections and elevations of all members. Include full-size copy layout with dimensions of letter spacing and height. 1. Contractor shall submit electronic PDF for review. Include typical footing I foundation design. Include language regarding submittal to building department. 2. Furnish wiring diagrams for illuminated sign units. E. Samples: Submit 4 sets of samples of each lettering type, finish, color and exposed material to be used in the Work. Label samples to indicate product, characteristics and locations in the Work. Sample submittal and Designer's acceptance shall be for color, pattern and texture only. Compliance with all other requirements is the exclusive responsibility of the Contractor. See list below for primary samples required: Translucent white acrylic push through letterform Channel lit letterform Painted aluminum letterform Ipe wood slat, sealed. 4 sets of 4"x4" all paint samples applied to typical aluminum substrate. G. Prototypes: Submit one full-size complete prototype each for the following Sign Types: Type DMI-Minimum 24" long, illuminated segment of monument sign assembly including push through letterforms, LED lighting, dimming capability, painted aluminum enclosure. Type DM1/DM2 -Minimum 12" x 12" Ipe wood slat assembly. F. Product Data: Submit data for wood treatment product specified in section 2.04, E. H. SUSTAINABILITY: 1. Products used on site shall meet California VOC limits. 1.04 Quality Assurance Site Signage Page 2 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 A. In-progress Fabrication Review: Designer shall review specified signs during the fabrication process at fabricator's shop iflocated locally to Designer. If fabricator is not geographically accessible, fabricator shall provide appropriate in progress documentation in the form of photographs and/or video. B. Pre-installation Conference: Prior to commencing installation of the Work and at the Contractor's direction, meet at the project site to review the material selections, the field samples, installation procedures and coordination with other trades. Meeting shall include the Contractor, Installer, Designer, manufacturer's representatives, and any trade that requires coordination with the Work. Record meeting minutes in writing any oral instructions, and whether Contractor and Installer agree that the proposed installations are likely to perform as required. C. Regulatory Requirements: Comply with applicable requirements of the laws, codes, ordinances and regulations ofFederal, State and Municipal authorities having jurisdiction. Obtain necessary approvals from all such authorities. The most stringent of applicable codes shall be used for the project. D. ADA Compliance: The sign design is based upon the interpretation of the applicable regulations and Group 4 Architecture, Research + Planning disclaims any implied warranty of regulation compliance. E. Trade Names: Do not display manufacturer's name, trade name, trade marks or similar markings on exterior or visible surfaces. F. UL Compliance: Provide lighting fixtures and electrical components which are UL-labeled and listed. G. Sign Quantity Count: Sign Fabricator shall be responsible for determining the final quantity count of all signs, as indicated on the Copy Schedule and Drawings, prior to fabrication. Quantities shown on the Sign Schedule are preliminary sign count estimates, to be used for preliminary budget estimates only. Contractor to verifY signage quantities. 1.05 Delivery, Storage and Handling A. General: Deliver and store materials in manufacturer's original packaging labeled with manufacturer's name, product description and other information required for identification. Store materials in protected dry location of ground in accordance with manufacturer's instructions. Protect materials from damage, warpage and deterioration. Inspect items upon delivery for damage. Minor damage may be repaired provide the finished items are equal in all respects to new work and acceptable to the Designer, otherwise remove and replace damaged items as directed. 1.06 Project/Site Conditions A. Existing Conditions: Coordinate with the work of adjacent trades so as to prevent damage, interference or delay. Obtain templates, drawings, or other information as necessary for coordination, proper alignment and connection to such other work. 1.07 Warranty Site Signage Page 3 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 A. Signage Warranty: Submit five-year written warranty, signed by the Contractor and Installer, agreeing to repair or replace architectural signage Work which has failed as a result of defects in materials or workmanship. Upon notification of such deflects, within the warranty period, make necessary repairs or replacement at the convenience of the Owner. B. Finishes Warranty: Submit five-year written warranty, signed by the Contractor and Installer, warranting that the architectural signage finishes will not develop excessive fading or excessive non-uniformity of color or shade and will not crack, peel, pit or corrode or otherwise fail as a result in defects or workmanship, within the following defined limits .. Upon notification of such defects, within the warranty period, make necessary repairs or replacement at the convenience of the Owner. 1. "Excessive Fading": A change in appearance which is perceptible and objectionable as determined by the Designer when visually compared with the original color range standards. 2. "Excessive Non-Uniformity": Non-uniform fading during the period of the guarantee to the extent that adjacent panels have a color difference greater than the original acceptable range of color. 3. "Will Not Pit or Otherwise Corrode": No pitting or other type of corrosion discernible from a distance of 10'-0", resulting from the natural elements in the atmosphere at the project site. C. Replacement or Repairs: The Owner shall have the right to continue use of the defective part until such time that the part is replaced or repaired without loss or inconvenience to the Owner. Warranties shall also state that the replaced or repaired part shall have a warranty period equal to the remaining warranty period for the replaced or repaired part plus an additional one year. 1.08 Maintenance A. Maintenance Instruction: Furnish maintenance manual to instruct the Owner's personnel in procedures to be followed in cleaning and maintaining the signage. Provide manufacturer's brochures describing the actual materials used in the Work, including metal alloys and finishes. 1. Include a list of cleaning materials appropriate for continued cleaning of signs. Include written instructions for proper maintenance, service access, replacement procedures, etc .. Include recommended methods for removal of residual adhesives from wall surfaces and glazing after removal of adhesive mounted signs. B. Extra Materials: Deliver to the Owner in manufacturer's original packaging and store at the project site where directed. 1. Furnish one quart of each finish paint color for touch-up purposes. Site Signage Page 4 ofl2 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 Part 2 -PRODUCTS 2.01 Aesthetic Requirements December 11, 2015 A. Copy shaH be straight with letters properly spaced with typefaces accurately reproduced with square comers and even curves, letters and symbols uniform, and edges straight and true. B. Finishes shall be smooth and with no visible imperfections. 2.02 Typographic Requirements A. Type used shall be specified in the contract documents, on the design drawings. B. Lettering shown on the drawings is intended as a guideline for layouts, type size and copy to be provided on individual signs, and is based on scale calculations of the message length within given and estimated sign areas. Notations contained within parenthesis ( ) in the copy schedule of signs are instructions for logos or symbols that are to be included on the sign, as shown on the design drawings. Refer to the copy schedule of signs for copy, quantities, description of signs and reference to sign locations. C. Spelling and punctuation shall be correct. Should an error in spelling or punctuation be found, or the spelling appears questionable, notify the Designer. D. Align letter forms to maintain a baseline parallel to the sign format. Maintain margins as indicated in sign layouts. 2.03 Sign Materials A. Metal: 1. General: For the fabrication of exposed metal work, use only materials which are smooth and free of surface blemishes including pitting, roughness, seam marks, roller marks and trade names. Do not use materials which have stains and discoloration. 2. Aluminum I Cabinet I Extrusion Manufacturer: SignComp or similar. 3. Aluminum: Provide Aluminum Association Alloy 60637T5 or 6061 T6 or as recommended to suit required service and finish. 4. Aluminum Extrusions: Provide the specific alloy and temper recommended by aluminum producer or finisher for type of use and finish indicated, and with not less than the strength and durability properties specified in ASTM B 221 for 6063-TS. 5. Stainless Steel Plate, Sheet and Strip: Provide AISI Type 302, complying with the requirements of ASTM A 167. 6. Fasteners, Hardware and Devices: Stock proprietary fastening devices of approved standard manufacture such as cadmium plated screws, bolts and washers, and stainless steel hinges. Site Signage Page 5 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 7. Welding Electrodes and Filler Metal: Provide the alloy and type required for strength, workability, compatibility and color match after grinding smooth and finishing the fabricated product. A. Wood: I. Ipe Lumber: Provide solid Ipe lumber with Grade A finish that has been air-dried to a moisture content of 12%. Provide slat sizes as indicated in design drawings. C. Concrete: I. Concrete foundations for signage shall be designed and stamped by a licensed engineer registered in the State of California. 2. Sign Fabricator to coordinate all concrete work with Contractor. E. Miscellaneous Materials: 1. Provide adhesive, sealant, and other necessary materials as best suited for the purpose. 2.04 Finishing Materials A. Polyurethane Coatings: Provide the following, or other products as acceptable to Designer. 1. Acrylic Polyurethane Enamel: two-component, acrylic modified, aliphatic polyurethane enamel having UV inhibitors and engineered for application to signage components. Gloss sheen of90+/-five units at 60 degrees. Flat sheet of 10+/-five units at 60 degrees. Matthews Paint Co. "Series 40 Matthews Acrylic Polyurethane" C. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, surface imperfections will not be acceptable. D. Transparent (Clear) Finishes: Use multiple coats to produce glass-smooth surface finish or even luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or other surface imperfections. 1. Provide satin finish for final coats, unless otherwise indicated. E. Wood Treatment: treat Ipe lumber evenly on all sides with transparent oil finish specifieally formulated for exotic hardwoods. Follow manufacturer's instructions for effective application. Provide the following acceptable manufacturers or equal: i. Ipe Oil Hardwood Deck Finish ii. Penofin's Marine Oil 2.06 Finishes Site Signage Page 6 of12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove library Group 4 Architecture Research + Planning, Inc. Group 4 Projec:t No. 14449-01 A. General December 11, 2015 1. Colors and Surface Textures: For exposed sign materials which require selection of materials with integral or applied colors, surface textures of other characteristics related to appearance, provide color matches indicated, or if not otherwise indicated, as selected by Designer from manufacturer's standard. 2. Metal Finishes: See article "Shop Application of Sign Finishes", for finish requirements. Comply with NAAMM "Metal Finishes Manual" for finish designations and application recommendations. a. Protect mechanical finishes on exposed surfaces from damage by application of strippable temporary protective covering prior to shipment. 3. Painted Finishes: Surfaces under painted fmish to be smooth, clean and free of dust, grease, fingerprints or other foreign matter. If necessary to obtain true color application, surface to be "primed" with white before final color is applied. Artwork to be accurately reproduced with all edges straight and true and all finishes smooth and with no visible imperfections. 2.07 Fabrication of Signs and Supports A. General: Provide custom manufactured sign assembled components completely fabricated and finished at factory before delivery to site. Construct to accurate detail and dimensions as shown and as reviewed on shop drawings. Fit and assemble the work at shop to the greatest extent possible, and mark the components as required to facilitate assembly during installation. 1. Exposed Fasteners: Exposed fasteners on finished faces will not be allowed, unless specifically indicated. When exposed fasteners are used, finish the fastener to match the color and texture of surrounding materials. 2. Seamless Construction: All sign surfaces and edges to be seamless unless specifically indicated. B. Illumination: Provide manufacturers standard lighting provisions using only UL approved electrical components at 120 volts. Provide disconnect switch and make provision for servicing lamps and other components. The minimum brightness ratio between the illuminated letter and the sign face shall be 30 to 1, assuming an ambient lighting level of 10 foot candles. The maximum variation in brightness between any two points on the copy shall be 5 percent. 1. LED Lighting: Provide GE Tetra LED Series lighting or equal. Lamps shall meet all applicable Federal and State requirements. 2. All illuminated signage shall be dimmable. Provide dimming module compatible with LED lighting system. Provide manual dimmer discreetly located on sign. C. Metal Signs and Supports: Fabricate exposed surfaces uniformly flat and smooth, without distortion, pitting or other blemishes. Form exposed metal edges to a smooth radius. Permanently bond the laminated metal components and honeycomb core with adhesive or Site Signage Page 7 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 sealant in accordance with product manufacturer's recommendations. Grind exposed welds and rough areas to make flush with adjacent smooth surfaces. 1. Welding: Make welds continuous. Comply with American Welding Society, Aluminum Association, and Copper Development Association standards for the type of metal. 2. Fasteners: Use exposed fasteners only where indicated. Perform drilling and tapping at shop. 3. Dissimilar Materials: Where metal surfaces will be in contact with dissimilar materials, coat the surfaces with epoxy paint or provide other means of dielectric separation as recommended by manufacturer to prevent galvanic corrosion. 2.08 Shop Application of Sign Finishes A. Sign Graphics: Provide the letters, numerals, symbols, and other graphic markings, using the finish materials indicated. Apply the graphics neatly, uniformly proportioned and space:d, and accurate within dimensions indicated. Prepare the substrate surfaces and apply finish materials in accordance with manufacturer's instructions. B. Polyurethane Finishes: Clean the surfaces as required for proper adhesion of coatings. Use 3M Company "Scotch Brite" pads with cleanser and water, and/or chemically treat as recommended by paint manufacturer to remove deleterious film or residue. 1. Primer: Provide in strict accordance with paint manufacturer's recommendations as required for proper adhesive and application of finish. 2. Acrylic Polyurethane Enamel: Apply in 2.0 mils (0.050mm) dry film thickness as recommended by manufacturer. Color and sheen to match Designer's selection. 3. Clear Matte Finish: Provide pre-trea+.ment, primer, and matte finish coatings in accordance with manufacturer's recommendations. Apply 1.5 to 2.0 mils (0.0375 to 0.050mm) dry film thickness. C. Application of Ink and Paints: "Paint" as used herein means all coating systems, materials, including primers, emulsions, enamels, stains, sealers, and fillers. 1. General: Apply paint in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. No paints that will fade, discolor or delaminate as a result of ultraviolet light or heat shall be used. 2. Apply additional coats when undercoats, stains or other conditions show through final coat of paint, until paint film is of uniform finish, color and appearance. Give special attention to insure that surfaces including edges, comers, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 1. Sand lightly between each succe~ding enamel or varnish coat. 4. Scheduling Painting: Apply first-coat material to surfaces that have been cleaned, pre- treated or otherwise prepared for painting as soon as practical after preparation and before subsequent surface deterioration. Site Signage Page 8 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 5. Allow sufficient time between successive coatings to permit proper drying. Do notre- coat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. 2.09 Sign Finish Schedule A. Colors: See Contact Documents Color Legend or specifications on design drawings. B. Digital Artwork: All digital artwork files prepared by the Graphic Designer for the Contractor's use shall be in a single layer. Any and all manipulations of the files required for subsequent use by the Contractor, such as spreads and traps for screen negatives, or conversion to outline or EPS, shall be the responsibility of same unless explicitly agreed otherwise by the Graphic Designer. Part 3 -EXECUTION 3.01 Examination A. Verification of Conditions: Installer must examine areas, surfaces and conditions under which the work is to be installed. Notify the Architect in writing of conditions detrimental to the proper and timely completion of the work; i.e. existing mechanical, electrical or plumbing elements, or any visual or physical conflicts. Starting work implies acceptable surfaces and conditions. · B. Verification of Sign Locations: Installer must visit site to review exact placement of all signs, with Contractor or designated representative. 3.02 Installation of Signs A. Signage Fabricator shall have experienced and certified signage installers with a minimum of 5 years experience installing signage and regularly engaged in installing signage work of the same type required for this project. Installer certification is required to install signs which include but not limited to electrical work, welding, and crane truck operation. Installers shall be skilled tradesmen who are thoroughly experienced with the materials and equipment to be used in the Work. Installation shall be supervised by a field supervisor with minimum 10 years experience. B. General: Complete installation shall be in accordance with manufacturer's printed instructions and accepted shop drawings, to produce Work complying with the Contract Documents. C. Erection of Signs: Set and attach the Work accurately in location where shown on schedule of signs and/or sign location plans, attaching signs to substrates in accordance with manufacturer's instructions unless otherwise indicated. Alignment and elevation plumb, level and true, as measured from established reference points; except beams which are not level. Signs attached to the face of a beam should be aligned with the bottom of the beam, to insure that the sign( s) will be in visual alignment. Penetration of attachment anchors into any structurall element shall be coordinated with Architect to prevent structural damage. Fit components accurately together to form tight joints and secure connections. Where free Site Signage Page 9 of 12 SECTION 1 01400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 standing signs are mounted on concrete bases, installer is to drill in expansive anchor bolts with sufficient bearing and uplift capacity to meet the design wind requirements. Letters and signs shall be structurally designed as required to resist 30 psfwind loads and thermal movements without distortions or excessive deflections. D. Coordination: The Contractor shall fully coordinate his work with and cooperate with the General Contractor and his subcontractors as to schedule and location of the Work. 3.03 Cutting and Patching A. The Contractor will furnish all labor, implements, tools, scaffolding, rigging, hoisting and other items required to carry out the work, in the most approved and up-to-date safe and sound manner, all to the highest quality standard; and shall do the necessary incidental cutting of woodwork, brick, stone, masonry, plaster, cement, iron, metal or any other material for the installation of the work, and will do all patching in connection therewith; but cutting is to be avoided where possible. The Contractor shall do all necessary cutting, fitting and patching of its own work that may be required to make the several parts come together properly, and fit the work to receive or be received by work of other contractors, or reasonably implied by the drawings and specifications. The Contractor shall not endanger any work by cutting, digging or otherwise. The Contractor shall be responsible for all cutting of its work. In case sleeves or hangers are not replaced in time, or are improperly placed, the Contractor shall be responsible for forming or drilling openings in the work where required and for any patching or corrective work necessary. B. All cutting shall be done promptly and all repairs shall be made as necessary to leave the entire work in good condition, including all cutting, fitting and drilling of masonry, concrete, metal, wood, plaster, and other materials as specified or required for proper assembly, fabrication, installation and completion of all work under the Contract, and including any patching as may be necessary. a. Structural members shall not be cut except by written authority of the Architect. Work done contrary to such authority is at the Contractor's risk and subject to replacement at his own expense. C. Permission to patch any areas or items of work shall not constitute a waiver of the Architect's right to require complete removal and replacement of said areas or items of work, if, in the Engineer's opinion, said patching does not satisfactorily restore quality and appearance of same. 3.04 Installation ofPanel Signs A. Wall mounted Units: Attach panel sign to wall surfaces using methods indicated below. 1. Silicone Adhesive Mounting: Use standard liquid silicone adhesive with a methanol cure recommended by sign manufacturer to attach sign units to irregular, brick, porous or vinyl-covered surfaces. Use standard liquid silicone adhesive with an acetic acid cure recommended by sign manufacturer to attach sign units to smooth, painted or glass surfaces. Use double-sided VHB tape where recommended by sign manufacturer to hold sign in place until adhesive has fully cured. This method to be used for units mounted on barricades also. Site Signage Page 10 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 December 11, 2015 2. Pin Mounting: A minimum of four threaded studs. Studs shall be minimum 3/16" round by 1" long or longer as required by wall substrate. Pins shall be of adequate length to securely fasten to wood or metal backing. Pin mounting to foam materials is not permitted. Pins will be welded to back with no distortions or discoloration to sign face. Use epoxy adhesive where required and temporarily support signs with foam tape or other mechanical means that does not damage surrounding surfaces, until adhesive has cured. 3. Mechanical Mounting: Securely attach signs to the supporting structure with permanent, concealed vandal resistant fasteners in accordance with manufacturer's installation instructions. 4. Cleat Mounting: Provide concealed cleats of thickness indicated on detail drawings, with pre-drilled and countersunk holes, at locations indicated and where other mounting methods are not practical. Attach cleats with fasteners and anchors suitable for secure attachment to substrate. Attach panel sign units to cleats by method specified above for application to smooth surfaces, an<;l shown in detail drawings. 5. Concrete Footing: Provide reinforced concrete footings where required, with plan dimensions as shown and depth as specified by Engineer. Use sonotube type form work for post and panel signs at all landscape locations; core drill and set post(s) in epoxy grout at all hardscape locations. 6. Exterior wall mounting: Seal any wall penetration with caulking. Follow EIFs manufacturing guidelines for sealing penetrations. C. Suspended Units: Use manufacturer's standard brackets, fittings and hardware for mounting signs which project at right angles from walls and ceilings. Attach brackets and fittings securely to ceilings or walls per Contractor approved engineered submittal using fasteners and anchoring devices and that comply with manufacturer's directions. Engineer and install supports above finished ceilings, coordinate with General Contractor, lighting, fire sprinklers, mechanical and communication equipment in vicinity of sign. 3.05 Adjusting A. Neatly repair minor blemishes or marring on finished surfaces so that repairs are imperceptible. Completely replace components having permanent non-removable scratches, stains, bubbles or other defacement. 3.07 Cleaning A. Upon completion of the Work, remove unused materials, debris, containers and equipment from the project site. Remove protective coverings and clean the exposed surfaces of the Work to remove the dirt, stains, and other substances, by methods as recommended by manufacturer. Site Signage Page 11 of 12 SECTION 101400 CITY OF CARLSBAD -Carlsbad Dove Library Group 4 Architecture Research + Planning, Inc. Group 4 Project No. 14449-01 3.08 Protection December 11, 2015 A. Protect the Work during the construction period so that it will be without any indication or use of damage. Leave the Work clean and free from defects at time of Owner's acceptance. END OF SECTION 101400 Site Signage Page 12 of 12 SECTION 1 01400 Dove Library Monument Plans Please refer to rolled plans Exhibit "D" Dove Library Signage Plans Please refer to rolled plans Exhibit "E" Dove Library Exterior Paint Specifications Exhibit "F" PART I GENERAL 1.1 Scope of Work A. The Dove Library Exterior Painting scope of work includes painting the entire exterior of the two story facility which contains 64,000 sq. ft. of floor space including the library, auditorium and art gallery. The exterior is a rough Mediterranean stucco finish. Painting Contractor is responsible for attending the mandatory prebid meeting and conducting their own review of the facility to understand the extent of the work as described herein prior to submitting their bid. B. The Painting Contractor shall thoroughly examine these specifications, site of work and conditions under which work will be performed before submitting a proposal. Submittal of a bid or proposal by the Painting Contractor shall constitute acknowledgment and acceptance of this specification. 1) Surfaces that cannot be prepared or painted as specified shall be brought to the attention of the owner/owners representative. Notification of any such concern must be presented in writing. 2) Start of work, without such notification, will be considered acceptance by the Painting Contractor of surfaces involved. 3) The Painting Contractor shall replace unsatisfactory work caused by improper or defective surfaces as directed by the owner/owners representative at no additional cost. 1.2 Quality Assurance/Workmanship A. The Painting Contractor will comply with all applicable laws, codes and regulations. B. All work to be performed by experienced skillful painting contractor to assure finished work of first class quality and durability. C. All Paints and Coatings shall be mixed and applied in strict accordance with manufacturer's printed instructions. D. All materials shall be applied evenly with proper film thickness and free of runs, sags, skips, voids, holidays and other defects. E. All primers and finish coats shall be applied at manufacturer's recommended spread rates to receive required dry film thickness. F. All work shall be done under favorable weather conditions. Do not apply coatings during rain, fog, mist, excessively windy weather or when humidity is in excess of recommended limits. Do not paint when rain is expected within 24 hours. G. Surfaces subject to moisture exposure are to be tested with a moisture meter prior to paint system applications. Acceptable moisture readings are < 14 units on the scale for wood or stucco. H. Test new concrete for pH level. If 30 days cure time cannot be achieved Sherwin-Williams Loxon Exterior Acrylic Masonry Primer (A24) or City approved equivalent can be applied if pH levels are 13 or less. I. Provide continuous dust control as required to protect all surrounding areas. J. Coordinate with the owner/owner's representative before using noisy equipment such as compressors, generators, etc. 1.3 Delivery, Storage and Handling A. Deliver materials to the job site in new, original and unopened containers, bearing manufacturers label with product name and number, spread rates, dry time, re-coat time, clean up instructions, mixing instructions and color designations. B. Arrangements shall be made prior to commencement of job for onsite storage of required paint materials, supplies and equipment, if feasible. At completion of each workday all materials shall be stored in the assigned area or removed from the jobsite if no storage is allowed. C. Store all paint products in a well-ventilated area where temperatures will not exceed the recommended 90 degrees Fahrenheit. D. The Painting Contractor is responsible for protecting all persons, animals, surrounding vegetation and surfaces not to be painted from exposure to specified paint systems. E. The Painting Contractor is responsible for removing, containing and disposing of all contaminated waste in accordance with federal, state and city laws and city ordinances. PART II PRODUCTS 2-1 Materials A. Please specify products manufactured or distributed by The Sherwin Williams Paint Company or equivalent. 2.2 Colors A. The selected color for this project is Benjamin Moore's Wind's Breath B. 1) Final color selections must be approved based on digital imaging to have colors matched to any paint chips provided with the image and not to the colors represented on the image. 2) Certain colors (i.e., dark colors) may require additional top coats beyond what is specified and bid to achieve the desired finish. 2.3 Mixing and Tinting A. Primers and paint finishes requiring tinting are to be delivered to the jobsite ready mixed and are to be applied in strict accordance with the manufacturer's application instructions. PART Ill EXECUTION 3.1 Examination A. Examine surfaces scheduled to receive specified paint systems for conditions that will adversely affect execution, performance or quality of work and which cannot be put into acceptable conditions through preparatory work as included in 3.2. Notify the owner/owner's representative in writing of any defects or conditions, which prevent a satisfactory installation. 3.2 Surface Preparation A. Clean all surfaces to be painted free of all surface contaminates including chalky surfaces to provide a sound surface prior to paint system application. 3.3 Finish Schedule A. All exterior Stucco/Concrete Walls of entire 64,000sf facility (library, auditorium and art gallery) 2 coats: Loxon XP, or equivalent, min 12.8-16 DFT spray and backroll first coat, spray second coat. B. Metal Flashings of entire facility exterior Spot Prime: Procryl Universal Primer, or equivalent, min 2-4 DFT 1-2 coats: Super Paint Exterior Flat, or equivalent, min 1.4 DFT C. Metal Handrails/ Stair Stringers/ Utility Doors/ Fences/ Gates/ Trash Enclosure Doors/ Light Fixtures On Building/ Window & Door Frames of entire facility exterior Spot Prime: Procryl Universal Primer, or equivalent, min 2-4 DFT 2 coats: Pro Industrial Acrylic Coating, or equivalent, min 2.8 DFT PART IV WORK INCLUDED (Entire facility including library, auditorium and art gallery) • STUCCO/CONCRETE WALLS • METAL ROOF FLASHINGS • METAL HANDRAILS & STRINGERS • METAL UTILITY DOORS/ METAL FENCES & GATES • METAL TRASH ENCLOSURE DOORS • METAL LIGHTS ON BUILDING/ METAL WINDOW & DOOR FRAMES COPPER SUBSTRATES ARE EXCLUDED FROM SCOPE OF WORK Copper substrates should be protected during painting activities. CONCRETE, STUCCO, PLASTER & CONCRETE BLOCK (S-W 12) Previously Coated Surfaces Clean and dull all glossy surfaces of old paint film prior to repainting. Thoroughly wash with an abrasive cleaner for a one-step process or wash thoroughly and dull by sanding. Spot prime any bare areas with an appropriate primer. Repair all damaged stucco with appropriate patch. (S-W 5c) Hand Tool Cleaning Remove all unstable existing paint film and other surface contaminants by wirebrushing, chipping, scraping and/or sanding. Vacuum or blow down to remove any remaining dust or loose particles from surface. (S-W 21) Waterblast Remove all oil, grease, dirt and other contaminants by waterblasting at a minimum 2,100psi. Use caution not to deface or harm intended substrate. If required, a cleaner or degreaser may be used in conjunction with waterblast. Follow with a clear water rinse to assure removal of cleaning/degreasing agent. Efflorescence Removal Remove efflorescence using H & C Cleaner & Etcher at 2-1 Water ratio, or equivalent. Follow with clear water rinse,repeat process if necessary, until all soluble salts have been removed. Use caution to protect adjacent surfaces and vegetation from run-off and/or phosphoric acid. METAL Sspc-Sp1 (S-W 13) Solvent Cleaning Remove all oil, grease, dirt, dust, and other soluble contaminants using solvents, or cleaning compounds in conjunction with wiping, dipping, steam cleaning or degreasing. Sspc-Sp2 (S-W 14) Hand Tool Cleaning Remove loose rust, mill scale and paint by wirebrushing, chipping, scraping and sanding. Before hand tool cleaning, remove visible oil, grease, soluble welding residues, and salts by the methods outlined in "SSPC-SPl Solvent Cleanin&. End of Section Exhibit "G" Dove Library. Landscape and Recycled Water Plans Please refer to rolled plans / CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "H" Schmidt Design Group, Inc. SDG Project No.: 1 5-·1 08 Bid Set-January 28, 2015 SECTION 015639-TEMPORARY TREE AND PLANT PROTECTION PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. B. Related Requirements: 1. Section 311000 "Site Clearing" for removing existing trees and shrubs. 1.3 DEFINITIONS A. Caliper (DBH): Diameter breast height; diameter of a trunk as measured by a diameter tape or the average of the smallest and largest diameters at a height 54 inches above the ground line. B. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. C. Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. D. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to temporary tree and plant protection including, but not limited to, the following: a. Tree-service firm's personnel, and equipment needed to make progress and avoid delays. b. Arborist's responsibilities. c. Quality-control program. d. Coordination of Work and equipment movement with the locations of protection zones. e. Trenching by hand or with air spade within protection zones. f. Field quality control. TEMPORARY TREE AND PLANT PROTECTION 015639-1 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "H" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2015 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: 1. Include plans, elevations, sections, and locations of protection-zone fencing and signage, showing relation of equipment-movement routes and material storage locations with protection zones. 2. Detail fabrication and assembly of protection-zone fencing and signage. 3. Indicate extent of trenching by hand or with air spade within protection zones. C. Samples: For each type of the following: 1. Organic Mulch: 1-pint volume of organic mulch; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. 2. Protection-Zone Fencing: Assembled Samples of manufacturer's standard size made from full-size components. 3. Protection-Zone Signage: Full-size Samples of each size and text, ready for installation. D. Tree Pruning Schedule: Written schedule detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. 1. Species and size of tree. 2. Location on site plan. Include unique identifier for each. 3. Reason for pruning. 4. Description of pruning to be performed. 5. Description of maintenance following pruning. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For arborist and tree service firm. B. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. C. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. D. Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities. 1. Use sufficiently detailed photographs or video recordings. 2. Include plans and notations to indicate specific wounds and damage conditions of each tree or other plants designated to remain. E. Quality-control program. TEMPORARY TREE AND PLANT PROTECTION 015639-2 CITY OF CARLSBAD--Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "H" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2015 1.7 QUALITY ASSURANCE A. Arborist Qualifications: Certified Arborist as certified by ISA. B. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed temporary tree and plant protection work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of the Work. C. Quality-Control Program: Prepare a written program to systematically demonstrate the ability of personnel to properly follow procedures and handle materials and equipment during the Work without damaging trees and plantings. Include dimensioned diagrams for placement of protection zone fencing and signage, the arborist's and tree-service firm's responsibilities, instructions given to workers on the use and care of protection zones, and enforcement of requirements for protection zones. 1.8 FIELD CONDITIONS A. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Moving or parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART 2-PRODUCTS 2.1 A. B. MATERIALS Backfill Soil: Planting soil of suitable moisture content and granular texture for placing around tree; free of stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. 1. Planting Soil: Planting soil per plans and as specified in Section 329115 "Soil Preparation (Performance Specification)." Organic Mulch: Free from deleterious materials and suitable as a top dressing for trees and shrubs, consisting of one of the following: 1. Type: Ground or shredded bark. 2. Size Range: 3 inches maximum, 1/2 inch minimum. TEMPORARY TREE AND PLANT PROTECTION 015639-3 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Exhibit "H" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2015 3. Color: Natural. C. Protection-Zone Fencing: Fencing fixed in position and meeting the following requirements: Previously used materials may be used when approved by Architect. 1. Plastic Protection-Zone Fencing: Plastic construction fencing constructed of high-density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and weighing a minimum of 0.4 lb/ft.; remaining flexible from minus 60 to plus 200 deg F; inert to most chemicals and acids; minimum tensile yield strength of 2000 psi and ultimate tensile strength of 2680 psi; secured with plastic bands or galvanized-steel or stainless-steel wire ties; and supported by tubular or T -shape galvanized-steel posts spaced not more than 96 inches apart. a. Height: 48 inches. b. Color: High-visibility orange, nonfading. PART 3-EXECUTION 3.1 A. B. 3.2 A. B. C. 3.3 A. EXAMINATION Erosion and Sedimentation Control: Examine the site to verify that temporary erosion-and sedimentation-control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. Prepare written report, endorsed by arborist, listing conditions detrimental to tree and plant protection. PREPARATION Locate and clearly identify trees, shrubs, and other vegetation to remain. Flag each tree trunk at 54 inches above the ground. Protect tree root systems from damage caused by runoff .or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. Tree-Protection Zones: Mulch areas inside tree-protection zones and other areas indicated. Do not exceed indicated thickness of mulch. 1. Apply 2-inch uniform thickness of organic mulch unless otherwise indicated. Do not place mulch within 6 inches of tree trunks. PROTECTION ZONES Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people and animals from easily entering protected areas except by entrance gates. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections TEMPORARY TREE AND PLANT PROTECTION 015639-4 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "H" Schmidt Design Group, Inc. SDG Project No.: 15-108 Bid Set-January 28, 2015 B. c. where fencing is located adjacent to pedestrian walkways or m close proximity to street intersections, drives, or other vehicular circulation. Maintain protection zones free of weeds and trash. Maintain protection-zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. 1. Temporary access is permitted subject to preapproval in writing by arborist if a root buffer effective against soil compaction is constructed as directed by arborist. Maintain root buffer so long as access is permitted. 3.4 EXCAVATION 3.5 A. B. C. A. Trenching within Protection Zones: Where utility trenches are required within protection zones, excavate under or around tree roots by hand or with air spade, or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities less than 2" in diameter. Cut roots as required for root pruning. If excavating by hand, use narrow-tine spading forks to comb soil and expose roots. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction and as required for root prunmg. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. ROOT PRUNING Prune tree roots that are affected by temporary and permanent construction. Prune roots as follows: I. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2. Cut Ends: Do not paint cut root ends. 3. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 4. Cover exposed roots with burlap and water regularly. 5. Backfill as soon as possible. B. Root Pruning at Edge of Protection Zone: Prune tree roots 12 inches inside of the protection zone by cleanly cutting all roots to the depth of the required excavation. TEMPORARY TREE AND PLANT PROTECTION 015639-5 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "H" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2015 3.6 3.7 C. Root Pruning within Protection Zone: Clear and excavate by hand or with air spade to the depth of the required excavation to minimize damage to tree root systems. If excavating by hand, use narrow-tine spading forks to comb soil to expose roots. Cleanly cut roots as close to excavation as possible. A. B. C. D. E. F. A. B. c. CROWN PRUNING Prune branches that are affected by temporary and permanent construction. Prune branches as directed by arborist and only after receiving written approval from the Owner's Representative. 1. Prune to remove only broken, dying, or dead branches unless otherwise indicated. Do not prune for shape unless otherwise indicated. 2. Do not remove or reduce living branches to compensate for root loss caused by damaging or cutting root system. 3. Pruning Standards: Prune trees according to ANSI A300 (Part 1). Unless otherwise directed by arborist and acceptable to Architect, do not cut tree leaders. Cut branches with sharp pruning instruments; do not break or chop. Do not paint or apply sealants to wounds. Provide subsequent maintenance pruning during Contract period as recommended by arborist. Chip removed branches and dispose of off-site. REGRADING Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. Lowering Grade within Protection Zone: Where new fmish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist unless otherwise indicated. 1. Root Pruning: Prune tree roots exposed by lowering the grade. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots as required for root pruning. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. D. Minor Fill within Protection Zone: Where existing grade is 2 inches or less below elevation of finish grade, fill with backfill soil. Place backfill soil in a single uncompacted layer and hand grade to required finish elevations. 3.8 A. FIELD QUALITY CONTROL Inspections: Engage a qualified arborist to direct plant-protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. TEMPORARY TREE AND PLANT PROTECTION 015639-6 CITY OF CARLSBAD·-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "H" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2015 3.9 REPAIR AND REPLACEMENT A. General: Repair or replace trees, shrubs, and other vegetation indicated to remain or to be relocated that are damaged by construction operations, in a manner approved by Architect. 1. Submit details of proposed pruning and repairs. 2. Perform repairs of damaged trunks, branches, and roots within 24 hours according to arborist's written instructions. 3. Replace trees and other plants that cannot be repaired and restored to full-growth status, as determined by Architect. B. Trees: Remove and replace trees indicated to remain that are more than 66 percent dead or in an unhealthy condition before the end of the corrections period or are damaged during construction operations that Architect determines are incapable of restoring to normal growth pattern. c. 1. Large Trees: Provide one new tree of 72" box size minimum for each tree being replaced. Landscape Architect shall approve replacement specimen tree prior to purchase and installation. a. Species: As selected by Architect. 2. Plant and maintain new trees as specified in Section 329300 "Plants." D. Excess Mulch: Rake mulched area within protection zones, being careful not to injure roots. Rake to loosen and remove mulch that exceeds a 3-inch uniform thickness to remain. E. Soil Aeration: Where directed by Architect, aerate surface soil compacted during construction. Aerate 10 feet beyond drip line and no closer than 36 inches to tree trunk. Drill2-inch-diameter holes a minimum of 12 inches deep at 24 inches o.c. Backfill holes with an equal mix of augered soil and sand. 3.10 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove excess excavated material, displaced trees, trash, and debris and legally dispose ofthem off Owner's property. END OF SECTION 015639 TEMPORARY TREE AND PLANT PROTECTION 015639-7 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "I" Schmidt Design Group, Inc. SDG Project No.: 15-·1 08 Bid Set-January 28, 2016 SECTION 311000 -SITE CLEARING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. 4. Stripping and stockpiling topsoil. 5. Stripping and stockpiling rock. 6. Removing above-and below-grade site improvements. 7. Disconnecting, capping or sealing, and abandoning site utilities in place. 8. Temporary erosion and sedimentation control. B. Related Requirements: 1. Sec:tion 015000 "Temporary Facilities and Controls" for temporary erosion-and sedimentation-control measures. C. Related Requirements: 1. Section 01500 "Temporary Facilities and Controls" for temporary erosion- and sedimentation-control measures. 1.3 DEFINITIONS A. Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. B. Surface Soil: Soil that is present at the top layer of the existing soil profile. In undisturbed areas, surface soil is typically called "topsoil," but in disturbed areas such as urban environments, the surface soil can be subsoil. C. Topsoil: Top layer of the soil profile consisting of existing native surface topsoil or existing in- place surface soil; the zone where plant roots grow. D. Topsoil: Top layer of the soil profile consisting of existing native surface topsoil or existing in- place surface soil; the zone where plant roots grow. Its appearance is generally friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of SITE CLEARING 311000-1 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Exhibit "I" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 E. F. G. subsoil, clay lumps, gravel, and other objects larger than 2 inches in diameter; and free of weeds, roots, toxic materials, or other nonsoil materials. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and indicated on Drawings. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 PREINSTALLATION MEETINGS A. 1.5 A. Preinstallation Conference: Conduct conference at Project site. MATERIAL OWNERSHIP Except for materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.6 INFORMATIONAL SUBMITTALS A. Existing Conditions: Documentation of existing trees and plantings, adjoining construction, and site improvements that establishes preconstruction conditions that might be misconstrued as damage caused by site clearing. 1. Use sufficiently detailed photographs or video recordings. 2. Include plans and notations to indicate specific wounds and damage conditions of each tree or other plant designated to remain. B. Record Drawings: Identifying and accurately showing locations of capped utilities and other subsurface structural, electrical, and mechanical conditions. 1. 7 FIELD CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed trafficways if required by Owner or authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing site clearing indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Architect. SITE CLEARING 311000-2 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "I" Schmidt Design Group, Inc. SDG Project No.: 15··1 08 Bid Set-January 28, 2016 C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosiOn-and sedimentation- control and plant-protection measures are in place. E. Tree-and Plant-Protection Zones: Protect according to requirements in Section 015639 "Temporary Tree and Plant Protection." F. Soil Stripping, Handling, and Stockpiling: Perform only when the soil is dry or slightly moist. PART 2 -PRODUCTS 2.1 MATERIALS A. Satisfactory Soil Material: 1. Lightweight Soil and Soil Amendment per the Plans. B. Antirust Coating: Fast-curing, lead-and chromate-free, self-curing, universal modified-alkyd primer complying with SSPC-Paint 20 or SSPC-Paint 29 zinc-rich coating. PART 3-EXECUTION 3.1 3.2 A. PREPARATION Protect and maintain benchmarks and survey control points from disturbance during construction. B. Verify that trees, shrubs, and other vegetation to remain or to be relocated have been flagged and that protection zones have been identified and enclosed according to requirements m Section 015639 "Temporary Tree and Plant Protection." C. Protect existing site improvements to remain from damage during construction. A. B. 1. Restore damaged improvements to their original condition, as acceptable to Owner. TEMPORARY EROSION AND SEDIMENTATION CONTROL Provide temporary erosion-and sedimentation-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion-and sedimentation-control Drawings and requirements of authorities having jurisdiction. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. SITE CLEARING 311000-3 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "I" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 3.3 3.4 3.5 C. Inspect, maintain, and repair erosion-and sedimentation-control measures during construction until permanent vegetation has been established. D. A. B. A. Remove erosion and sedimentation controls, and restore and stabilize areas disturbed during removal. TREE AND PLANT PROTECTION Protect trees and plants remaining on-site according to requirements m Section 015639 "Temporary Tree and Plant Protection." Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations according to requirements in Section 015639 "Temporary Tree and Plant Protection." EXISTING UTILITIES Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing, when requested by Contractor. 1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap utilities indicated to be removed or abandoned in place. 1. Arrange with utility companies to shut off indicated utilities. 2. Owner will arrange to shut off indicated utilities when requested by Contractor. C. Locate, identify, and disconnect utilities indicated to be abandoned in place. D. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others, unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: E. A. 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's written permission. Excavate for and remove underground utilities indicated to be removed. CLEARING AND GRUBBING Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Grind down stumps and remove roots larger than 3 inches in diameter, obstructions, and debris to a depth of 18 inches below exposed subgrade. 3. Use only hand methods for grubbing within protection zones. SITE CLEARING 311000-4 CITY OF CARLSBAD·-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "I" Schmidt Design Group, Inc. SDG Project No.: 1 S-1 08 Bid Set-January 28, 2016 3.6 3.7 4. Chip removed tree branches and dispose of off-site. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. A. B. A. B. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground. SITE IMPROVEMENTS Remove existing above-and below-grade improvements as indicated and necessary to facilitate new construction. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut along line of existing pavement to remain before removing adjacent existing pavement. Saw-cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete to remain with two coats of antirust coating, following coating manufacturer's written instructions. Keep paint off surfaces that will remain exposed. DISPOSAL OF SURPLUS AND WASTE MATERIALS Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials, and transport them to recycling facilities. Do not interfere with other Project work. END OF SECTION 311000 SITE CLEARING 311000-5 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 SECTION 328400 ··PLANTING IRRIGATION PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Piping. 2. Automatic control valves. 3. Transition fittings. 4. Sprinklers. 5. Drip irrigation specialties. 6. Controllers. 7. Boxes for automatic control valves. 1.3 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water-distribution-system pressure. C. Low Voltage: As defmed in NFP A 70 for circuits and equipment operating at less than 50 V or for remote-control, signaling power-limited circuits. 1.4 PERFORMANCE REQUIREMENTS A. Irrigation zone control shall be automatic operation with controller and automatic control valves. B. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent irrigation coverage of areas indicated. C. Minimum Working Pressures: The following are minimum pressure requirements for piping, valves, and specialties unless otherwise indicated: 1. Irrigation Main Piping: 200 psig. 2. Circuit Piping: 150 psig. PLANTING IRRIGATION 328400-1 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Wiring Diagrams: For power, signal, and control wiring. 1.6 INFORMATIONAL SUBMITTALS 1.7 A. Coordination Drawings: Irrigation systems, drawn to scale, on which components are shown and coordinated with each other, using input from Installers of the items involved. Also include adjustments necessary to avoid plantings and obstructions such as signs and light standards. B. c. D. E. A. Qualification Data: For qualified Installer. Zoning Chart: Show each irrigation zone and its control valve. Controller Timing Schedule: Indicate timing settings for each automatic controller zone. Field quality-control reports. CLOSEOUT SUBMITTALS Operation and Maintenance Data: For sprinklers and automatic control valves to include in operation and maintenance manuals. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Spray Sprinklers: Equal to 5% percent of amount installed for each type and size indicated, but no fewer than (5) units. 2. Drip-Tube System Tubing: Equal to 5% percent oftotallength installed for each type and size indicated, but not less than 100 feet. 1.9 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers that include a Professional Class member of the American Society of Irrigation Consultants. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 1.10 DELNERY, STORAGE, AND HANDLING A. Deliver piping with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe-end damage and to prevent entrance of dirt, debris, and moisture. PLANTING IRRIGATION 328400-2 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 1 5-·1 08 · Bid Set-January 28, 2016 B. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 1.11 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Owners representative no fewer than two days in advance of proposed interruption of water service. 2. Do not proceed with interruption of water service without Owners representative's written permission. PART 2 -PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. Comply with requirements in the piping schedule for applications of pipe, tube, and fitting materials, and for joining methods for specific services, service locations, and pipe sizes. B. PE Pipe with Controlled ID: ASTM F 771, PE 3408 compound; SIDR 15. 1. Insert Fittings for PE Pipe: ASTM D 2609, nylon or propylene plastic with barbed ends. Indude bands or other fasteners. C. PE Pipe with Controlled OD: ASTM F 771, PE 3408 compound, SDR 11. 1. PE Butt, Heat-Fusion Fittings: ASTM D 3261. D. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 40. 1. PVC Socket Fittings: ASTM D 2466, Schedules 40 and 80. 2. PVC Threaded Fittings: ASTM D 2464, Schedule 80. 3. PVC Socket Unions: Construction similar to MSS SP-107, except both headpiece and tailpiece shall be PVC with socket ends. 2.2 PIPING JOINING MATERIALS A. Solvent Cements for Joining PVC Piping: ASTM D 2564. Include pnmer according to ASTMF 656. 2.3 AUTOMATIC CONTROL VALVES A. Plastic, Automatic Control Valves: 1. As indicated on plans. PLANTING IRRIGATION 328400-3 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 2.4 TRANSITION FITTINGS A. General Requirements: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. B. Transition Couplings: 1. Description: A WW A C219, metal sleeve-type coupling for underground pressure piping. C. Plastic-to-Metal Transition Fittings: 1. Description: PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent-cement-socket or threaded end. 2.5 SPRINKLERS A. General Requirements: Designed for uniform coverage over entire spray area indicated at available water pressure. B. Plastic, Pop-up Spray Sprinklers: 1. Description: a. Body Material: ABS. b. Nozzle: ABS. c. Retraction Spring: Stainless steel. d. Internal Parts: Corrosion resistant. e. Pattern: Fixed, with flow adjustment. 2. Capacities and Characteristics: a. Nozzle: ABS. b. Flow: Per plans. c. Pop-up Height: Per plans. d. Arc: Per plans. e. Radius: Per plans. f. Inlet: NPS 1/2. 2.6 DRIP IRRIGATION SPECIAL TIES A. Drip Tubes with Direct-Attached Emitters: 1. Tubing: Flexible PE or PVC with plugged end. 2. Emitters: Devices to deliver water at approximately 20 psig. a. Body Material: PE or vinyl, with flow control. b. Mounting: Inserted into tubing at set intervals. 3. Capacities and Characteristics: a. Tubing Size: NPS 1/2. b. Length: As identified on plans. PLANTING IRRlGA TION 328400-4 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: J5 .. J 08 Bid Set-January 28, 2016 c. Emitter Spacing: As identified on plans. d. Emitter Flow: Per plans. B. Application Pressure Regulators: Brass or plastic housing, NPS 314, with corrosion-resistant internal parts; capable of controlling outlet pressure to approximately 20 psig. C. Filter Units: Brass or plastic housing, with corrosion-resistant internal parts; of size and capacity required for devices downstream from unit. D. Air ReliefValves: Brass or plastic housing, with corrosion-resistant internal parts. Per plans. E. Flush Valves: Brass or plastic housing, with corrosion-resistant internal parts. Per plans. 2. 7 CONTROLLERS A. Description: 1. Existing Automatic Controller to remain in place. 2. Battery operated per irrigation plans I legend. PART 3-EXECUTION 3.1 EARTHViTORK A. Excavating, trenching, and backfilling are specified in Section 312000 "Earth Moving." B. ·Install warning tape directly above pressure piping, 12 inches below finished grades, except 6 inches below subgrade under pavement and slabs. C. Provide minimum cover over top of underground piping according to the following: 1. Irrigation Main Piping: Minimum depth as indicated per plans I details. 2. Circuit Piping: Per plans I details. 3. Sleeves: Per plans I details. 3.2 PREPARATION A. Set stakes to identify locations of proposed irrigation system. Obtain Architect's approval before excavation. 3.3 PIPING INSTALLATION A. Location and Arrangement: Drawings indicate location and arrangement of piping systems. Install piping as indicated unless deviations are approved on Coordination Drawings. B. Install piping free of sags and bends. PLANTING IRRIGATION 328400-5 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 C. Install groups of pipes parallel to each other, spaced to permit valve servicing. D. Install fittings for changes in direction and branch connections. E. Install unions adjacent to valves and to fmal connections to other components with NPS 2 or smaller pipe connection. F. Lay piping on solid subbase, uniformly sloped without humps or depressions. G. Install PVC piping in dry weather when temperature is above 40 deg F. Allow joints to cure at least 24 hours at temperatures above 40 deg F before testing. H. Install piping in sleeves under parking lots, roadways, and sidewalks. I. Install sleeves made of Schedule 40 PVC pipe and socket fittings, and solvent-cemented joints. J. Install transition fittings for plastic-to-metal pipe connections according to the following: 1. Underground Piping: a. NPS 1-112 and Smaller: Plastic-to-metal transition fittings. b. NPS 2 and Larger: A WW A transition couplings. 3.4 JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B 1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. D. PE Piping Fastener Joints: Join with insert fittings and bands or fasteners according to piping manufacturer's written instructions. E. PE Piping Heat-Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D 2657. 1. Plain-End PE Pipe and Fittings: Use butt fusion. 2. Plain-End PE Pipe and Socket Fittings: Use socket fusion. F. PVC Piping Solvent-Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: PLANTING IRRIGATION 328400-6 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. PVC Pressure Piping: Join schedule number, ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other-than-schedule-number PVC pipe and soc:ket fittings according to ASTM D 2855. 3. PVC Nonpressure Piping: Join according to ASTM D 2855. 3.5 VALVE llNSTALLATION A. Install control valves in concrete valve boxes with tops flush with grade per details. 3.6 SPRINKLER INSTALLATION A. Install sprinklers after hydrostatic test is completed. B. Install sprinklers at manufacturer's recommended heights. C. Locate part-circle sprinklers to maintain a minimum distance of 4 inches from walls and 2 inches from other boundaries unless otherwise indicated. 3.7 DRIP IRRIGATION SPECIALTY INSTALLATION A. Install drip tubes with direct-attached emitters on ground as detailed. B. Install air relief valves and flush valves in control-valve boxes as detailed. 3.8 AUTOMATIC IRRIGATION-CONTROL SYSTEM INSTALLATION A. Equipment Mounting: Install exterior freestanding battery operated controllers within valve boxes. 1. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. B. Install control cable in same trench as irrigation piping and at least 2 inches below or beside piping. Provide conductors of size not smaller than recommended by controller manufacturer. Install cable in separate sleeve under paved areas. 3.9 CONNECTIONS A. Install piping adjacent to equipment, valves, and devices to allow service and maintenance. B. Connect wiring between controllers and automatic control valves. PLANTING IRRIGATION 328400-7 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 15-108 Bid Set-January 28, 2016 3.10 IDENTIFICATION A. Equipment Nameplates and Signs: Install engraved plastic-laminate equipment nameplates and signs on each automatic controller. 1. Text: In addition to identifying unit, distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. B. . Warning Tapes: Arrange for installation of continuous, underground, detectable warning tapes over underground piping during backfilling of trenches. See Section 312000 "Earth Moving" for warning tapes. 3.11 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B. Tests and Inspections: c. D. 3.12 A. B. C. 3.13 A. 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 2. Operational Test: After electrical circuitry has been energized, operate controllers and automatic control valves to confirm proper system operation. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. Any irrigation product will be considered defective if it does not pass tests and inspections. Prepare test and inspection reports. ADJUSTING Adjust settings of controllers. Adjust automatic control valves to provide flow rate at rated operating pressure required for each sprinkler circuit. Adjust sprinklers and devices, except those intended to be mounted aboveground, so they will be flush with grade in turf areas and adjacent pedestrian hardscape, or not more than 1/2 inch above, finish grade in shrub beds not adjacent to pedestrian hardscape. CLEANING Flush dirt and debris from piping before installing sprinklers and other devices. PLANTING IRRIGATION 328400-8 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "J" Schmidt Design Group, Inc. SDG Project No.: 15-·1 08 Bid Set-January 28, 2016 3.14 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain automatic control valves and controllers. 3.15 PIPING SCHEDULE A. Install components having pressure rating equal to or greater than system operating pressure. B. Piping in control-valve boxes and aboveground may be joined with flanges or unions instead of joints indicated. C. Above ground irrigation main and lateral piping, per plans and as· detailed. D. Underground irrigation main and lateral piping, 2" and smaller, shall be the following: 1. Schedule 40, PVC pipe and socket fittings, and solvent-cemented joints. E. Underground Branches and Offsets at Sprinklers and Devices: Schedule 80, PVC pipe; threaded PVC fittings; and threaded joints. I. Option: Plastic swing-joint assemblies, with offsets for flexible joints, manufactured for this application. END OF SECTION 328400 PLANTING IRRIGATION 328400-9 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 SECTION 329115-SOIL PREPARATION (PERFORMANCE SPECIFICATION) PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings: and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes planting soils specified according to performance requirements of the mixes. B. Related Requirements: 1. Section 311000 "Site Clearing" for topsoil stripping and stockpiling. 2. Section 329300 "Plants" for placing planting soil for plantings. 1.3 DEFINITIONS A. AAPFCO: Association of American Plant Food Control Officials. B. Backfill: The earth used to replace or the act of replacing earth in an excavation. This can be amended or unamended soil as indicated. C. CEC: Cation exchange capacity. D. Compost: The product resulting from the controlled biological decomposition of organic material that has been sanitized through the generation of heat and stabilized to the point that it is beneficial to plant growth. E. Duff Layer: A surface layer of soil, typical of forested areas, that is composed of mostly decayed leaves, twigs, and detritus. F. Imported Soil: Soil that is transported to Project site for use. G. Layered Soil Assembly: A designed series of planting soils, layered on each other, that together produce an environment for plant growth. H. Manufactured Soil: Soil produced by blending soils, sand, stabilized organic soil amendments, and other materials to produce planting soil. I. NAPT: North American Proficiency Testing Program. An SSSA program to assist soil-, plant-, and water-testing laboratories through interlaboratory sample exchanges and statistical evaluation of analytical data. SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115-1 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 J. Organic Matter: The total of organic materials in soil exclusive of undecayed plant and animal tissues, their partial decomposition products, and the soil biomass; also called "humus" or "soil organic matter." K. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified as specified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. L. RCRA Metals: Hazardous metals identified by the EPA under the Resource Conservation and Recovery Act. M. SSSA: Soil Science Society of America. N. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 0. Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. P. Surface Soil: Soil that is present at the top layer of the existing soil profile. In undisturbed areas, surface soil is typically called "topsoil"; but in disturbed areas such as urban environments, the surface soil can be subsoil. Q. USCC: U.S. Composting Council. 1.4 PREINSTALLA TION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include recommendations for application and use. 2. Include test data substantiating that products comply with requirements. 3. Include sieve analyses for aggregate materials. 4. Material Certificates: For each type of imported soil and soil amendment and fertilizer before delivery to the site, according to the following: a. Manufacturer's qualified testing agency's certified analysis of standard products. b. Analysis of fertilizers, by a qualified testing agency, made according to AAPFCO methods for testing and labeling and according to AAPFCO's SUIP #25. c. Analysis of nonstandard materials, by a qualified testing agency, made according to SSSA methods, where applicable. B. Samples: For each bulk-supplied material, 1-quart volume of each in sealed containers labeled with content, source, and date obtained. Each Sample shall be typical ofthe lot of material to be furnished; provide an accurate representation of composition, color, and texture. SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115-2 CITY OF CARLSBAD--Carlsbad Dove Library Fireplace + Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15--1 08 Bid Set-January 28, 2016 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For each testing agency. B. Preconstruction Test Reports: For preconstruction soil analyses specified in "Preconstruction Testing" Article. C. Field quality-control reports. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent, state-operated, or university-operated laboratory; experienced in soil science, soil testing, and plant nutrition; with the experience and capability to conduct the testing indicated; and that specializes in types of tests to be performed. 1. Laboratories: Subject to compliance with requirements, provide testing by the following: a. Wallace Laboratories 1.8 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Engage a qualified testing agency to perform preconstruction soil analyses on existing, on-site soil. 1. Notify Architect seven days in advance of the dates and times when laboratory samples will be taken. B. Preconstruction Soil Analyses: For each unamended soil type, perform testing on soil samples and furnish soil analysis and a written report containing soil-amendment and fertilizer recommendations by a qualified testing agency performing the testing according to "Soil- Sampling Requirements" and "Testing Requirements" articles. 1. Have testing agency identify and label samples and test reports according to sample collection and labeling requirements. 1.9 SOIL-SAMPLING REQUIREMENTS A. General: Extract soil samples according to requirements in this article. B. Sample Collection and Labeling: Have samples taken and labeled by Contractor in presence of owners representative or state-certified, -licensed, or -registered soil scientist under the direction of the testing agency. 1. Number and Location of Samples: Minimum of one representative soil sample from where directed by Architect for soil to be used or amended for landscaping purposes. 2. Procedures and Depth of Samples: According to USDA-NRCS's "Field Book for Describing and Sampling Soils." 3. Division of Samples: Split each sample into two, equal parts. Send half to the testing agency and half to Owner for its records. SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115 - 3 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 4. Labeling: Label each sample with the date, location keyed to a site plan or other location system, visible soil condition, and sampling depth. 1.10 TESTING REQUIREMENTS A. General: Perform tests on soil samples according to requirements in this article. B. Physical Testing: 1. Soil Texture: Soil-particle, size-distribution analysis by one of the following methods according to SSSA's "Methods of Soil Analysis -Part 1-Physical and Mineralogical Methods": a. Sieving Method: Report sand-gradation percentages for very coarse, coarse, medium, fine, and very fine sand; and fragment-gradation (gravel) percentages for fine, medium, and coarse fragments; according to USDA sand and fragment sizes. b. Hydrometer Method: Report percentages of sand, silt, and clay. 2. Bulk Density: Analysis according to core method and clod method of SSSA's "Methods of Soil Analysis -Part 1-Physical and Mineralogical Methods." 3. Total Porosity: Calculate using particle density and bulk density according to SSSA's "Methods of Soil Analysis-Part 1-Physical and Mineralogical Methods." 4. Water Retention: According to SSSA's "Methods of Soil Analysis-Part !-Physical and Mineralogical Methods." 5. Saturated Hydraulic Conductivity: According to SSSA's "Methods of Soil Analysis - Part !-Physical and Mineralogical Methods"; at 85% compaction according to ASTM D 698 (Standard Proctor). C. Chemical Testing: 1. CEC: Analysis by sodium saturation at pH 7 according to SSSA's "Methods of Soil Analysis-Part 3-Chemical Methods." 2. Clay Mineralogy: Analysis and estimated percentage of expandable clay minerals using CEC by ammonium saturation at pH 7 according to SSSA's "Methods of Soil Analysis- Part !-Physical and Mineralogical Methods." 3. Metals Hazardous to Human Health: Test for presence and quantities of RCRA metals including aluminum, arsenic, barium, copper, cadmium, chromium, cobalt, lead, lithium, and vanadium. If RCRA metals are present, include recommendations for corrective action. 4. Phytotoxicity: Test for plant-available concentrations of phytotoxic minerals including aluminum, arsenic, barium, cadmium, chlorides, chromium, cobalt, copper, lead, lithium, mercury, nickel, selenium, silver, sodium, strontium, tin, titanium, vanadium, and zinc. D. Fertility Testing: Soil fertility analysis according to standard laboratory protocol of SSSA NAPT NCR-13, including the following: 1. Percentage of organic matter. 2. CEC, calcium percent of CEC, and magnesium percent of CEC. 3. Soil reaction (acidity/alkalinity pH value). 4. Buffered acidity or alkalinity. SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115-4 CITY OF CARLSBAD·-Carlsbad Dove library Fireplace+ Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 1 S-1 08 Bid Set-January 28, 2016 5. Nitrogen ppm. 6. Phosphorous ppm. 7. Potassium ppm. 8. Manganese ppm. 9. Manganese-availability ppm. 10. Zinc ppm. 11. Zinc availability ppm. 12. Copper ppm. 13. Sodium ppm and sodium absorption ratio. 14. So1uble-salts ppm. 15. Presence and quantities of problem materials including salts and metals cited in the Standard protocol. If such problem materials are present, provide additional recommendations for corrective action. 16. Other deleterious materials, including their characteristics and content of each. E. Organic-Matter Content: Analysis using loss-by-ignition method according to SSSA's "Methods of Soil Analysis-Part 3-Chemical Methods." F. Recommendations: Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated to produce satisfactory planting soil suitable for healthy, viable plants indicated. Include, at a minimum, recommendations for nitrogen, phosphorous, and potassium fertilization, and for micronutrients. 1. Fettilizers and Soil Amendment Rates: State recommendations in weight per 1000 sq. ft. for 6-inchdepth of soil. 2. SoH Reaction: State the recommended liming rates for raising pH or sulfur for lowering pH according to the buffered acidity or buffered alkalinity in weight per 1000 sq. ft. for 6-inchdepth of soil. 1.11 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and compliance with state and Federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion-control measures to prevent erosion or displacement of bulk materials, discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Do not move or handle materials when they are wet or frozen. 4. Accompany each delivery of bulk fertilizers and soil amendments with appropriate certificates. SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115 - 5 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 PART 2 -PRODUCTS 2.1 PLANTING SOILS SPECIFIED ACCORDING TO PERFORMANCE REQUIREMENTS A. Planting-Soil Type: A-1 Potting Soil, or equal. 2.2 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through a No. 8 sieve and a minimum of 75 percent passing through a No. 60 sieve. 2. Class: 0, with a minimum of 95 percent passing through No. 8 sieve and a minimum of 55 percent passing through a No. 60 sieve. 3. Form: Provide lime in form of ground calcitic limestone. B. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent elemental sulfur, with a minimum of99 percent passing through a No.6 sieve and a maximum of 10 percent passing through a No. 40 sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through a No. 50 sieve. E. Sand: Clean, washed, natural or manufactured, free of toxic materials, and according to ASTM C 33/C 33M. 2.3 ORGANIC SOIL AMENDMENTS A. Compost: Well-composted, stable, and weed-free organic matter produced by composting feedstock, and bearing USCC's "Seal of Testing Assurance," and as follows: 1. Feedstock: Limited to leaves. 2. Reaction: pH of 5.5 to 8. 3. Soluble-Salt Concentration: Less than 4 dS/m. 4. Moisture Content: 35 to 55 percent by weight. 5. Organic-Matter Content: 30 to 40 percent of dry weight. 6. Particle Size: Minimum of98 percent passing through a 1/2-inch sieve. 2.4 FERTILIZERS A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast-and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115 - 6 CITY OF CARLSBAD--Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15--1 08 Bid Set-January 28, 2016 1. Composition: 1 lb/1 000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified testing agency. B. Slow-Rel1ease Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified testing agency. PART 3 -EXECUTION 3.1 GENERAL A. Place planting soil and fertilizers according to requirements in other Specification Sections. B. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in planting soil. C. Proceed with placement only after unsatisfactory conditions have been corrected. 3.2 PLACING MANUFACTURED PLANTING SOIL OVER EXPOSED SUB GRADE A. General: Apply manufactured soil on-site in its final, blended condition. Do not apply materials or till if existing soil or subgrade is muddy or excessively wet. B. Application: Spread planting soil to total depth as required to fill the receiving container. Do not spread if soil or subgrade is muddy or excessively wet. 1. Lifts: Apply planting soil in lifts not exceeding 8 inches in loose depth for material compacted by compaction equipment, and not more than 6 inches in loose depth for material compacted by hand-operated tampers. C. Compaction: Compact each lift of planting soil to 75 to 82 percent of maximum Standard Proctor density according to ASTM D 698. D. Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 3.3 BLENDING PLANTING SOIL IN PLACE A. General: Mix amendments with in-place, unamended soil to produce required planting soil. Do not apply materials or till if existing soil or subgrade is frozen, muddy, or excessively wet. SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115 - 7 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 3.4 3.5 B. Preparation: Till unamended, existing soil in planting areas to a minimum depth of 6 inches Remove stones larger than 1-112 inches in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. C. Mixing: Apply soil amendments and fertilizer, if required, evenly on surface, and thoroughly blend them into full depth of unamended, in-place soil to produce planting soil. D. Retain first subparagraph below if liming or sulfur is required. E. F. A. B. c. D. E. A. B. 1. Mix fertilizer with planting soil no more than seven days before planting. Compaction: Compact blended planting soil to 75 to 82 percent of maximum Standard Proctor density according to ASTM D 698 except where a different compaction value is indicated on Drawings. Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. FIELD QUALITY CONTROL Testing Agency: Engage a qualified testing agency to perform tests and inspections. Perform the following tests: 1. Compaction: Test planting-soil compaction after placing each lift and at completion using a densitometer or soil-compaction meter calibrated to a reference test value based on laboratory testing according to ASTM D 698. Space tests at no less than one for each 2000 sq. ft. of in-place soil or part thereof. 2. Performance Testing: For each amended planting-soil type, demonstrating compliance with specified performance requirements. Perform testing according to "Soil-Sampling Requirements" and "Testing Requirements" articles. Soil will be considered defective if it does not pass tests. Prepare test reports. Label each sample and test report with the date, location keyed to a site plan or other location system, visible conditions when and where sample was taken, and sampling depth. PROTECTION Protection Zone: Identify protection zones according to Section 015639 "Temporary Tree and Plant Protection." Protect areas of in-place soil from additional compaction, disturbance, and contamination. Prohibit the following practices within these areas except as required to perform planting operations: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115-8 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace + Courtyard Renovations Exhibit "K" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 3. Vehicle traffic. 4. Foot traffic. 5. Ere:ction of sheds or structures. 6. Impoundment of water. 7. Excavation or other digging unless otherwise indicated. C. If planting soil or subgrade is overcompacted, disturbed, or contaminated by foreign or deleterious materials or liquids, remove the planting soil and contamination; restore the subgrade as directed by Architect and replace contaminated planting soil with new planting soil. 3.6 CLEANTI~G A. Protect rureas adjacent to planting-soil preparation and placement areas from contamination. Keep adjacent paving and construction clean and work area in an orderly condition. B. Remove surplus soil and waste material including excess subsoil, unsuitable materials, trash, and debris and legally dispose of them off Owner's property unless otherwise indicated. END OF SECTION 329115 SOIL PREPARATION (PERFORMANCE SPECIFICATION) 329115-9 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 SECTION 329300 ··PLANTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Plants. 1.3 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Container-Grown Stock: Healthy, vigorous, well-rooted plants grown in a container, with a well-established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. C. Finish Grade: Elevation of finished surface of planting soil. D. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. Some sources classify herbicides separately from pesticides. E. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. F. Planting Area: Areas to be planted. G. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 329115 "Soil Preparation (Performance Specification)" for drawing designations for planting soils. H. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. PLANTS 329300-1 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 I. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stern or trunk. J. Stern Girdling Roots: Roots that encircle the sterns (trunks) of trees below the soil surface. K. Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. 2. Plant Photographs: Include color photographs in digital format of each required species and size of plant material as it will be furnished to Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a minimum of three photographs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. B. Samples for Verification: For each of the following: 1. Trees and Shrubs: Image samples of each variety and size to be used onsite. 2. Organic Mulch: 1-pint volume of each organic mulch required; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. Each Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For landscape Installer. Include list of similar projects completed by Installer demonstrating Installer's capabilities and experience. Include project names, addresses, and year completed, and include names and addresses of owners' contact persons. B. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: 1. Manufacturer's certified analysis of standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. C. Pesticides and Herbicides: Product label and manufacturer's application instructions specific to Project. PLANTS 329300-2 CITY OF CARLSBAD--Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 D. Sample Warranty: For special warranty. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Submit before expiration of required maintenance periods. 1.8 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of plants. 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. 2. Experience: Five years' experience in landscape installation. 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Personnel Certifications: Installer's field supervisor shall have certification in two of the following categories from the Professional Landcare Network: a. Landscape Industry Certified Technician-Exterior. b. Landscape Industry Certified Interior. c. Landscape Industry Certified Horticultural Technician. 5. Pesticide Applicator: State licensed, commercial. B. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requiremt::nts in ANSI Z60.1. 1. Selection of plants purchased under allowances is made by Architect, who tags plants at their place of growth before they are prepared for transplanting. C. Measurements: Measure according to ANSI Z60.1. Do not prune to obtain required sizes. 1. Tre:es and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field-grown stock and corutainer-grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches above the root flare for trees up to 4-inch caliper size, and 12 inches above the root flare for larger sizes. 2. Other Plants: Measure with stems, petioles, and foliage in their normal position. D. Plant Material Observation: Architect may observe plant material either at place of growth or at site before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Architect may also observe trees and shrubs further for size and condition of balls and root systems, pests, disease symptoms, injuries, and latent defects and may reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. PLANTS 329300-3 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 1. Notify Architect of sources of planting materials seven days in advance of delivery to site. 1.9 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion-control measures to prevent erosion or displacement of bulk materials; discharge of soil-bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk materials with appropriate certificates. C. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind bum, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. D. Handle planting stock by root ball. E. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1. Do not remove container-grown stock from containers before time of planting. 2. Water root systems of plants stored on-site deeply and thoroughly with a fine-mist spray. Water as often as necessary to maintain root systems in a moist, but not overly wet condition. 1.10 FIELD CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. PLANTS 329300-4 CITY OF CARLSBAD·-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 1.11 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner. b. Structural failures including plantings falling or blowing over. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Periods: From date of Substantial Completion. a. Trees, Shrubs, Vines, and Ornamental Grasses: 12 months. b. Ground Covers, Biennials, Perennials, and Other Plants: 12 months. 3. Include the following remedial actions as a minimum: a. Immediately remove dead plants and replace unless required to plant in the succeeding planting season. b. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. c. A limit of one replacement of each plant is required except for losses or replacements due to failure to comply with requirements. d. Provide extended warranty for period equal to original warranty period, for replaced plant material. PART 2-PRODUCTS 2.1 A. PLANT 1v1ATERIAL General: Furnish nursery-grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant List, Plant Schedule, or Plant Legend indicated on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. 1. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between two branches or between branch and trunk ("included bark"); crossing trunks; cut-off limbs more than 3/4 inch in· diameter; or with stem girdling roots are unacceptable. 2. CoHected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise indicated. PLANTS 329300-5 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-108 Bid Set-January 28, 2016 2.2 2.3 2.4 B. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Architect, with a proportionate increase in size of roots or balls. C. D. A. A. A. Labeling: Label at least one plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid, variety, or cultivar, if applicable for the plant. If formal arrangements or consecutive order of plants is indicated on Drawings, select stock for uniform height and spread, and number the labels to assure symmetry in planting. FERTILIZERS Planting Tablets: Tightly compressed chip-type, long-lasting, slow-release, commercial-grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1. Size: 1 0-gram tablets. 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus micronutrients. MULCHES Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Type: As indicated on plans. 2. Size Range: 3 inches maximum, 1/2 inch minimum. 3. Color: Natural. WEED-CONTROL BARRIERS Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally encountered chemicals, alkalis, and acids. 2.5 PESTICIDES A. General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre-Emergent Herbicide (Selective and Nonselective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. PLANTS 329300-6 CITY OF CARLSBAD·-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-108 Bid Set-January 28, 2016 C. Post-Emergent Herbicide (Selective and Nonselective): Effective for controlling weed growth that has already germinated. PART 3-EXECUTION 3.1 A. B. c. 3.2 A. B. c. D. 3.3 A. B. EXAMThfA TION Examine areas to receive plants, with Installer present, for compliance with requirements and conditions· affecting installation and performance of the Work. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Verify that plants and vehicles loaded with plants can travel to planting locations with adequate overhead clearance. 3. Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable or which is dusty. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. Install erosion-control measures to prevent er<?sion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. Lay out plants at locations directed by Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. PLANTING AREA ESTABLISHMENT General: Prepare planting area for soil placement and mix planting soil according to Section 3 29115 11 Soil Preparation (Performance Specification). 11 Placing Planting Soil: Place manufactured planting soil over exposed subgrade. PLANTS 329300-7 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-108 Bid Set-January 28, 2016 C. Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 EXCAVATION FOR TREES AND SHRUBS 3.5 A. Planting Pits and Trenches: Excavate circular planting pits. 1. Excavate planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are unacceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. ScarifY sides of planting pit smeared or smoothed during excavation. 2. Excavate approximately two times as wide as ball diameter for container-grown stock. 3. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. 4. If area under the plant was initially dug too deep, add soil to raise it to the correct level and thoroughly tamp the added soil to prevent settling. 5. Maintain angles of repose of adjacent materials to ensure stability. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. 6. Maintain supervision of excavations during working hours. 7. Keep excavations covered or otherwise protected after working hours. 8. If drain tile is indicated on Drawings or required under planting areas, excavate to top of porous backfill over tile. B. Backfill Soil: Subsoil and topsoil removed from excavations may not be used as backfill soil unless otherwise indicated. C. Obstructions: NotifY Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. E. A. B. 1. Hardpan Layer: Drill 6-inch-diameter holes, 24 inches apart, into free-draining strata or to a depth of 10 feet, whichever is less, and backfill with free-draining material. Drainage: NotifY Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. Fill excavations with water and allow to percolate away before positioning trees and shrubs. TREE, SHRUB, AND VINE PLANTING Inspection: At time of planting, verifY that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top-most root emerges from the trunk. After soil removal to expose the root flare, verifY that root ball still meets size requirements. Roots: Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. PLANTS 329300-8 CITY OF CARLSBAD -Carlsbad Dove Library Fireplace + Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 C. Container-Grown Stock: Set each plant plumb and in center of planting pit or trench with root flare 1 inch above adjacent finish grades. 1. Badcfill: Planting soil as indicated on plans. 2. Carefully remove root ball from container without damaging root ball or plant. 3. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 4. Place planting tablets equally distributed around each planting pit when pit is approximately one-half filled. Place tablets beside the root ball about 1 inch from root tips; do not place tablets in bottom of the hole. a. Quantity: As recommended by the manufacturer or (2) per plant min. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. 3.6 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines as directed by Architect only. C. Do not apply pruning paint to wounds. 3.7 PLACING SOIL IN PLANTERS 3.8 A. Place a layer of drainage gravel at least 4 inches thick in bottom of planter. Cover bottom with filter fabric and wrap filter fabric 4 inches up on all sides. Duct tape along the entire top edge of the filter :fabric, to secure the filter fabric against the sides during the soil-filling process. B. Fill plant•~r with planting soil as indicated on plans. Place soil in lightly compacted layers to an elevation of 1-112 inches below top of planter, allowing natural settlement. A. B. c. D. E. F. GROUND COVER AND PLANT PLANTING Set out and space ground cover and plants other than trees, shrubs, and vines per the spacing indicated on the plans, in even rows with triangular spacing. Use planting soil, as indicated on plans, for backfill. Dig holes large enough to allow spreading of roots. For rooted cutting plants supplied in flats, plant each in a manner that minimally disturbs the root system but to a depth not less than two nodes. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. PLANTS 329300-9 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. · SDG Project No.: 15-108 Bid Set-January 28, 2016 G. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.9 A. 3.10 A. B. c. 3.11 A. 3.12 A. 3.13 A. B. PLANTING AREA MULCHING Mulch backfilled surfaces of planting areas and other areas indicated. 1. Organic Mulch in Planting Areas: Apply 3 inch average thickness of organic mulch over whole surface of planting area, and fmish level with adjacent finish grades. Do not place mulch within 3 inches Insert distance of trunks or stems. PLANT MAINTENANCE Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree-stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Fill in, as necessary, soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated pest management practices when possible to minimize use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. PESTICIDE APPLICATION Apply pesticides and other chemical products and biological control agents according to authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. REP AIR AND REPLACEMENT General: Repair or replace existing or new trees and other plants that are damaged by construction operations, in a manner approved by Architect. CLEANING AND PROTECTION During planting, keep adjacent paving and construction clean and work area in an orderly condition. Clean wheels ofvehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and debris and legally dispose of them off Owner's property. PLANTS 329300-10 CITY OF CARLSBAD-Carlsbad Dove Library Fireplace+ Courtyard Renovations Exhibit "L" Schmidt Design Group, Inc. SDG Project No.: 15-1 08 Bid Set-January 28, 2016 C. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. D. E. 3.14 A. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labe:ls, wire, burlap, and other debris from plant material, planting areas, and Project site. At time of Substantial Completion, verify that tree-watering devices are in good working order and leave them in place. Replace improperly functioning devices. PLANT ESTABLISHMENT PERIOD Maintenance Service for Trees and Shrubs: Provide maintenance by skilled employees of landscap€~ Installer. Maintain as required in Plant Establishment Period. Begin maintenance immediately after plants are installed. The Plant Establishment Period will commence upon substantial completion as determined by the Landscape Architect. 1. Maintenance Period: 90 days from date of Substantial Completion. B. Maintenance Service for Ground Cover and Other Plants: Provide maintenance by skilled employees of landscape Installer. Maintain as required in "Plant Maintenance" Article. Begin maintenance immediately after plants are installed. The Plant Establishment Period will commence upon substantial completion as determined by the Landscape Architect. 1. Maintenance Period: 90 days from date of Substantial Completion. END OF SECTION 329300 PLANTS 329300-11