Loading...
HomeMy WebLinkAboutDesign Build Tenant Improvements; 2008-07-09; PKS08-24PKSDOC # 2009-009201 2 RECORDED REQUESTED BY ClTY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 FEB 24,2009 4:41 PM El FFIUIP,L REC.ORDS SAp.1 [:IIEGO C'UCINTLr' F;ECUHDER'S ClFFlCE DAi,/lD L BUTLER, T:UIJNT',' REC.TJRDER FEES: 0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: 2231 800800 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on December 15,2008. 6. The name of the contractor for such work or improvement is Design-Build Tenant Improvements, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: PKS 08-02, La Costa Canyon Park Restroom Renovation. 8. The street address of said property is 3020 Pueblo Street, Carlsbad, California 92008. ClTY OF CARLSBAD Greg Clavier pubic Works Manager VERIFICATION OF ClTY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City o&&&w /d , 200 '? , accepted the above described work as completed and ordered that a Notice of @ompletion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed oL~1hu,tA // . 20B, at Carlsbad. California. Word\Masters\Fons\Notice of Completion (City) CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL, AND TECHNICAL PROVISIONS FOR LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 BID NO. PWS08-24PKS Revised 1 1101 106 Contract No. PKS 08-02 Page 1 of 21 3 Pages TABLE OF CONTENTS Notice Inviting Bids ........................................................................................................................ 6 Contractor's Proposal .................................................................................................................... 10 .......................................................................................................................... Bid Security Form 15 ........................................................................................ Bidder's Bond to Accompany Proposal 16 Guide for Completing the "Designation Of Subcontractors" Form ........................................ 18 Designation of Subcontractor and Amount of Subcontractor's Bid Items ................................... 20 Bidder's Statement of Technical Ability and Experience .............................................................. 21 Bidder's Certificate of Insurance for General Liability. Employers' Liability. Automotive Liability and Workers' Compensation ........................................................................................... 22 Bidder's Statement of Re Debarment .......................................................................................... 23 Bidder's Disclosure of Discipline Record .......................................................................... 24 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid ................................. 26 . : ...... Contract Public Works .................................................................................................................. 27 ............................................................................................................. Labor and Materials Bond 33 ........................................................................................... Faithful PerformanceNVarranty Bond 35 Optional Escrow Agreement for Surety Deposits in Lieu of Retention ......................................... 37 @ Revised I 1101106 Contract No . PKS 08-02 Page 2 of 21 3 Pages GENERAL PROVISIONS Section 1 1-1 1 -2 1-3 1-4 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-1 0 2-1 1 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 6-1 0 Terms. Definitions Abbreviations and Symbols Terms .................................................................................................................... Definitions ............................................................................................................. Abbreviations ........................................................................................................ Units of Measure ................................................................................................... Scope and Control of The Work Award and Execution of Contract ......................................................................... ........................................................................................................... Assignment ......................................................................................................... Subcontracts Contract Bonds ..................................................................................................... Plans and Specifications ....................................................................................... Work to be Done .................................................................................................... Subsurface Data ................................................................................................... Rig ht-of-W ay ......................................................................................................... .............................................................................................................. Surveying Authority of Board and Engineer ........................................................................... Inspection .............................................................................................................. Changes in Work Changes Requested by the Contractor ................................................................ Changes Initiated by the Agency .......................................................................... Extra Work ............................................................................................................ Changed Conditions ............................................................................................. Disputed Work ...................................................................................................... Control of Materials Materials and Workmanship ................................................................................. Materials Transportation. Handling and Storage .................................................. Utilities ................................................................................................................. Location Protection .............................................................................................................. ................................................................................................................ Removal ............................................................................................................. Relocation Delays ................................................................................................................... Cooperation ........................................................................................................... Prosecution. Progress and Acceptance of the Work Construction Schedule and Commencement of Work ......................................... Prosecution of Work ............................................................................................. Suspension of Work .............................................................................................. Default by Contractor ............................................................................................ Termination of Contract ........................................................................................ Delays and Extensions of Time ............................................................................ Time of Completion ............................................................................................... Completion, Acceptance, and Warranty ............................................................... Liquidated Damages ............................................................................................. Use of Improvement During Construction ............................................................ @ Revised HRIIOB Contract No . PKS 08-02 Page 3 of 213 Pages Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-1 0 7-1 1 7-1 2 7-1 3 7-1 4 Section 8 8-1 Section 9 9-1 9-2 9-3 Responsibilities of the Contractor Contractor's Equipment and Facilities .................................................................. ..................................................................................................................... Labor ................................................................................................. Liability lnsurance Workers' Compensation Insurance ...................................................................... .................................................................................................................. Permits The Contractor's Representative .......................................................................... Cooperation and Collateral Work ......................................................................... Project Site Maintenance ...................................................................................... Protection and Restoration of Existing Improvements ......................................... Public Convenience and Safety ............................................................................ Patent Fees or Royalties ....................................................................................... ............................................................................................................ Advertising Laws to be Observed ............................................................................................ Antitrust Claims ..................................................................................................... Facilities for Agency Personnel .................................................................................................................. General Measurement and Payment Measurement of Quantities for Unit Price Work ................................................... Lump Sum Work ................................................................................................... ................................................................................................................ Payment Revised 1 1101R6 Contract No . PKS 08-02 Page 4 of 21 3 Pages SUPPLEMENTAL PROVISIONS TO PART 2. 3 AND 6 OF THE SSPWC *ti Part 2 Construction Materials Section 201 Concrete. Mortar and Related Materials 201 -1 Portland Cement Concrete .................................................................................. 94 20 1 -3 Expansion Joint Filler and Joint Sealants ............................................................. 94 Section 203 Bituminous Materials 203-6 Asphalt Concrete .................................................................................................. 95 Section 207 Pipe ........................................................................ 207-25 Underground Utility Marking Tape 96 Section 21 3 Engineering Fabrics 21 3-3 Erosion Control Specialties .................................................................................. 98 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing ........................................................................................ 99 300-9 Geotextiles for Erosion Control and Water Pollution Control ............................... 99 Section 306 Underground Conduit Construction 306-1 Open Trench Operations ...................................................................................... 101 306-5 Abandonment of Conduits and Structures ........................................................... 101 ...................................................................................... Appendix A Supplemental Provisions 102 Appendix B Special Provisions . Technical Specifications ..................................................... 110 Appendix C Special Provisions . Basic Specifications ........................................................... 129 Appendix D Hazardous Materials Survey ................................................................................. 213 @ Revised 1 1101/06 Contract No . PKS 08-02 Page 5 of 213 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 2:00 PM on April 22, 2008, 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: Renovate restrooms at La Costa Canyon Park. LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 BID N0.08-24PKS INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure - performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $1 00,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the General Services Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Sections 2 & 3, 2006 Edition, and the 2007 Supplements thereto, all hereinafter designated iiSSPWC" as issued by the Southern California Chapter of the American Public Works Association, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. 4- \# Revised 1 1101 106 Contract No. PKS 08-02 Page 6 of 21 3 Pages BID DOCUMENTS e . The documents which comprise the Bidder's proposal and that must be completed and properly -a executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The ~n~ineer's Estimate is $165,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: B General Building. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of =per set. If plans and specifications are to be mailed, the cost for postage should be added. Q) Revised 1 1101106 Contract No. PKS 08-02 Page 7 of 2 13 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, * specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BlDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING A pre-bid meeting and tour of the project site will be held at La Costa Canyon Park (Intersection of Pueblo St. and Rana Ct.) at 9:00 AM on April 9, 2008. This meeting is not mandatory however it will be the only opportunity for bidders to view the locked storage area in the building. Failure to attend this meeting will not relieve bidders from correctly bidding the construction costs. UNIT PRICES AND COMPUTATION OF BlDS 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. %. @ Revised 1 1/01/06 Contract No. PKS 08-02 Page 8 of 21 3 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an a* amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of lnsurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the lnsurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. lnsurance 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 lnsurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. "i Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of ~arls'bad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2008-060, adopted on the 4th day of March, 2008. March 3, 2008 Date em Revised 1 1101 106 Kevin L. Davis, Wputy City Clerk Contract No. PKS 08-02 Page 9 of 21 3 Pages CITY OF CARLSBAD LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares helshe has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. PKS 08-02 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that helshe will take in full payment, therefore, the following unit prices for each item complete, to wit: SCHEDULE "A" RESTROOM RENOVATION Item No. Description - A-I Renovate Restrooms at La Costa Canyon Park at Approximate Quantity Unit and Unit - Price - Total Dollars (Lump Sum) Total amount of bid in words for Schedule "A: ON^ &UW~hetch 'C WO &UW b Feuat WhlUQ f?tbtkW HkUUL D0ul1k3 Total amount of bid in numbers for Schedule "A: $ ~0&46? 4 8 0 The basis of award will be the sum of Schedule "A". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 0. $ haslhave been received and islare included in this proposal. i i OPENED, mESSEL) AND i Revised I l~llO6 Contract No. PKS 08-02 Page 10 of 21 3 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 of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 4b-54 , classification 3 which expires on 1%-31-200% , 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 interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted id*. himlher to enter into this Contract, excepting only those contained in this form of Contract and the -bee< 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 e Iks~ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. fS Revised I IIOIXIB Contract No. PKS 08-02 Page I I of 21 3 Pages Check A License: Contractor's License Detail Page 1 of 2 Skip to: CSLB Home I Content I Footer I Accessibility Search CSLB g* Department cf Consumer Affairs p ,# -. V Contractors State oard '* /t,% ' I/ I 1 1 ,/ ( I $11 I 'I I I I , j ' I,// 1 I I 01 02 Q3 101 05 06 07 COWSWERS COWTMCTQRI APPL!CAHTS JOURNEYMEM PUNIC WORKS BUILDIHG OFflClALS GENERAL INFO CSLB Newsroom Board and Committee Meetings Disaster Information Center CSLB Library Frequently Asked Questions Online Services . Check A License or HIS Registration . Filing a Construction Complaint . Processing Times . Check Application Status Search for a Surety Bond Insurance Company . Search for a Workers' Compensation Company How to Participate 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. . CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure w~ll appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P7071.17, only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Classifications: Bonding: Workers' Compensation: 466554 Extract Date: 04/22/2008 DESIGN-BUILD TENANT IMPROVEMENTS 9685 GRACELAND WAY SAN DIEGO, CA 92129 Business Phone Number: (858) 549-8455 Sole Ownership 12/05/1984 12/31 12008 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION B GENERAL BUILDING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number BD7900600843 in the amount of $12,500 with the bonding company NATIONWIDE MKUAL INSURANCE COJAPANY. Effective Date: 01/01/2007 Contractor's - -- Bond~ng H~story An employee service group holds the workers compensation insurance. Policy Number: 2246 Effective Date: 01/01/2006 Expire Date: None Check A License: Contractor's License Detail Page 2 of 2 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Consumers I Contractors I Applicants I Journeymen I Public Works ( Building Officials I General Info CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright O 2007 State of California IF A SOLE OWNER OR SOLE CONTRACTOR SlGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business q 71 0 ~arro\\ re B& Su (Street and Number) -A City and State q-3 : cn a ' (4) zip Code a\ ab Telephone No. 54q -w55 IF A PARTNERSHIP, SlGN 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. @ Revised 11101106 Contract No. PKS 08-02 Page 12 of 21 3 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted (2) (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State (5) Zip Code Telephone No. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED @ Revised 1 1101106 Contract No. PKS 08-02 Page 13 of 213 Pages List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Revised I lRI/O6 Contract No. PKS 08-02 Page 14 of 21 3 Pages BID SECURITY FORM (Check to Accompany Bid) LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of TEt4 ~*us~M~s Two kkub- F0r(XV kh[q &A 30/i0 0 dollars ($ (0: 2- r 50 ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER u *~elete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised I llOllO6 Contract No. PKS 08-02 Page 15 of 21 3 Pages RELEASE FORM BID BOND SECURITY Cashier's Check PROJECT: Name, Description and Contract No.& & on p4 Ah e 80- _L CONTRACTOR CONTACT PERSON: , - /e~, AcyH*d - 0- CONTRACTOR TELEPHONE NUMBER: SS~-.SYP - 993-5- CONTRACTOR NAME: ~wen7' JHAJD-& CONTRACTOR ADDRESS: 9770 CCPVY~ /eLd&- ,&&ZU,*~ DATE RECEIVED: 4-22 -3 AMOUNT: $ /O,~WZ,W City of Carlsbad Faraday Center Faraday Cashiering 001 08 1 130 1 -3 04/22/2008 75 Tue Apr22,2008 04:57 PM Name : SCRIPPS -MIRAMAR , MISC - MISC FINANCIAL $10,248.30 Tran Nbr : 081 130103 0049 0054 1 ITEM(S): TOTAL: $10,248.30 Check(Chk#418984381) $10,2.48.30 Total Received: $10,248.30 Have a nice day! CASH RECEIPT NO. DATE: RELEASE OF FUNDS SIGNED: PURCHASING OFFICER Bankof America Cashier's Check NO. 41 8984381 ~,; ::' " '." '\,7&j~'~f, Zljd~' " "* " .. ' '. .: t l.3~~~) '\, - ' A " : '\ , Dak , , mn-hm 0862467 WOO3 0019H381 Rem~ner{hbared By) i 1 8 *~~WB~~JD~W~~MW~~~RBICBIBOLL~~~~~I~IID~~~~ fny 3 r- r- To Order **an or CmsMDt* g, ttt* EmkofA-NA. VOID AFER 99 DAYS SM Fmrsco. CA BIDDER'S BOND TO ACCOMPANY PROPOSAL LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Principal, and , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) 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: LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said ilnx * 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 I llOllO6 Contract No. PKS 08-02 Page I6 of 21 3 Pages -4- In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of ,20-. PRINCIPAL: Executed by SURETY this day (name of Principal) of ,20-. By: SURETY: (sign here) (print name here) (name of Surety) (Title and Organization of Signatory) (address of Surety) By: (sign here) (telephone number of Surety) By: (print name here) (signature of Attorney-in-Fact) (title and organization of signatory) (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney a Revised 1 llO~lO6 Contract No. PKS 08-02 Page 17 of 21 3 Pages GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. 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 reiection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 1 1101106 Contract No. PKS 08-02 Page 18 of 21 3 Pages 'd Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. @ Revised 1 1101106 Contract No. PKS 08-02 Page 19 of 21 3 Pages DESIGNATCON OF SUBCONTMCTBR AM19 AMOUNT OF SUBCONTMCTORS BID ITEMS (To Acmmpany Pmposal) U COSTA CAWON PMK WESTRWM RENOVATION CON T NO. PKS 08102 The Bidder certies that it has used the subbib of the foliowing listed suboontractors in preparing this bid kr the Work and that the listed subcontmcb~ will be used to perfom the portions of the Work as designated in this list in amrcIance with appli~able pmvisions of the specEcations and section 4100 et seq. of the Public Contract Code, "Subletting and Subconttacting Fair Practices Act." The Bidder further certifm that no additional subcontmctor &If be allowed to perform any portion of the Work in excess of one-haff of one percent (0.5%) of the Biddeis total bid, or in the case of bids or offers for construdion of streets and highways, including bridges, In excess of one-half of one percent (0.5%) or ten thousand dollars ($28,000), whichever is greater, and that no changes in the subcontractors listed work wifl be made except upon the prior approval of the Agency. Subco~ractofs Subcontractor Name and Page of pages of this Subcontractor Designation form. * Pursuant to section 4104 (aX2XA) California Public Contract Code, redpt of the lnbmabn preceded by an asterisk may be submitted by the Biier up to 24 hours after the deadline for submitting bids contained in the 'Motice inviting Bids.' Q Revised 1 1/01 108 Contract No. PKS 08-02 Page 20 of 21 3 Pages BIDDER'S STATEMENT OF TECHNICAL ABfLITY AND EXPERIENCE (To Accompany Proposal) LA COSTA CWON PARK RESTROOM RENOVATiON CONTRACT NO. PKS 0842 The Bidder is mquired to state what wwork of a sirniiar character to that induded in the proposed Contract hefstre has sucdHy perfomred and give references, with tdephone numbers, which will enable the CDty to judge hisfher mspnsibility, experience and skill. An attachment can be used. @ Revised llrnt,06 Contract No. PKS 08-02 Page 21 of213 Pages RECENT CONSTRUCTION PROJECTS COMPLETED Project Name: REMEC - BUILDING IV JOB #3198 Location: 9404 CHESAPEAKE DRIVE, SAN DIEGO, CA 92123 owner: REMEC DEFENSE AND SPACE contact: RICK MARINO Phone: 8581505-3255 Email: rick.rnarino@remec.com Architect or Engineer: MPE CONSULTING Contact: RANDY MlNNlER Phone: 8581673-4445 Email: randy@rnpeconsuRing.com Construction Manager: JAN phone: 8581549-8455 Description of Project, Scope of Work Performed: NEW OFFICEIINDUSTRIAL BUILD OUT IN FXISTING TILT-UP 32,500+ SF, INCLUDING DEMOLITION OF INTERIORS, DEMISING PARTITIONS 284 LF, INTERIOR PARTITIONS 1,564 LF SUSPENDED CEILING, ELECTRICAL, HVAC, PLUMBING, FIRE SPRINKLERS, GLASSIGLAZING, FLOOR COVERING, CABINETSICASEWORK, CERAMIC TILE & MARBLE, PAINT, & CUSTOM FINISHES Performed Work as: Prime Contractor Sub Contractor Total Value of Construction (including change orders):* $1,258,643.00(one million, two hundred fifty eight thousand, six hundred forty three 001100) Scheduled Completion Date: 22.DEC.2004 Actual Completion Date: 22.~~c.2004 Extension Time Granted (number of Days): NO EXTENTION, COMPLETED ON TIME This document is not a public record. RECENT CONSTRUCTION PROJECTS COMPLETED Project Name: HOTEL DEL CORONADO - 1500 OCEAN (RESTAURANT & BAR), JOB #3543 Location: 1500 ORANGE AVENUE, CORONADO, CA 921 18 owner: HOTEL DEL CORONADO Contact: RAY STAGG Phone: (61 9) 522-81 16 Email: ray.stagg@hoteldel.com ~~~hit~~t or ~~~i~~~~: ENGSTROM DESIGN - SHAD BEAZER tel:4151454-2278 - shad@engstromdesign.com Contact: & PATRICK 0' HARE Phone: 4151454-2278 Email: patrick@engstromdesign.com Construction Manager: JAN AUSDEMoRE phone: 8581549-8455 Description of Project, Scope of Work Performed: NEW RESTAURANT OUT IN EXISTING HISTORIC HOTEL WOOD AND METAL FRAMING, CUSTOM MILLWORK, CUSTOM CEILINGS, HVAC, ELECTRICAL, PLUMBING FOOD SERVICE EQUIPMENT, STAINLESS STEELFIRE SPRINKLERS, GLASSIGLAZING, FLOOR COVERING, CERAMIC TILE & MARBLE, PAINT, & CUSTOM FINISHES I WALL COVERING Performed Work as: )$ Prime Contractor Sub Contractor $1,089,764.00(one million eighty nine thousand, seven hundred Total Value of Construction (including change orders):* sixty four and 001100) Scheduled Completion Date: 05.MAY.2006 Actual Completion Date: 05.~~y.2006 Extension Time Granted (number of Days): NO EXTENTION, COMPLETED ON TIME This document is not a public record. RECENT CONSTRUCTION PROJECTS COMPLETED Project Name: SHERATON HOTEL, SAN DlEGO JOB #3214 Location: 1380 HARBOR DRIVE, SAN DIEGO. CA 921 01 owner: STARWOOD HOTELS contact: BUTCH SHUTTE Phone: 61 91400-0121 Email: bschutte@starlodge.com Architect or Engineer: MELZER, DECKERT & RUDER ARCHITECTS, INC. Contact: MIKE PICKLE Phone: 9491474-8188 Email: mpickle@mdrarch~ects.com Construction Manager: JAN AUSDEMORE phone: 8581549-8455 Description of Project, Scope of Work Performed: CONVERTED EXISTING PARKING STRUCTURE TO EXIBIT HALL INCLUDING FLOATING WALLS STRUCTURE ATTACHED TO POST TENSION CABLE FLOOR ABOVE. ELECTRICAL, HVAC, PLUMBING, FIRE SPRINKLERS, FLOORING, & CUSTOM FINISHES Performed Work as: Prime Contractor Sub Contractor Total Value of Construction (including change orders):* $1,450,203.00(one million, four hundred fifty thousand, two hundred three and 0011 00) Scheduled Completion Date: 21 .JAN.2005 Actual Completion Date: 21 .JAN.~OO~ Extension Time Granted (number of Days): NO EXTENTION, COMPLETED ON TIME This document is not a public record. RECENT CONSTRUCTION PROJECTS COMPLETED Project Name: H.G. FENTON COMPANY (COMPANY HEADQUARTERS) JOB #3273 Location: 7575 MISSION VALLEY ROAD, SAN DIEGO, CA 92108 owner: H.G. FENTON COMPANY contact: GEOFF SWORTWOOD Architect or Engineer: SILMAN WRIGHT ARCHITECTS Contact: ROD WRIGHT Phone: (61 9) 294-751 5 Email: rwright@sillmanwright.com Construction Manager: JAN phone: 8581549-8455 Description of Project, Scope of Work Performed: pup - . 23,300+ SF, DEMISING PARTITIONS 671 LF, INTERIOR PARTITIONS 1,295 LF, SKYLIGHT WORK, SUSPENDED CEILING. ELECTRICAL. HVAC. PLUMBING. FIRE SPRINKLERS. GLASSIGLAZING. FLOOR COVERING. CABINETSICASEWORK, CERAMIC TILE & MARBLE, PAINT, & CUSTOM FINISHES I WALL COVERING Performed Work as: \Fd: Prime Contractor Sub Contractor Total Value of Construction (including change orders):* $1,245,951.00(one million, two hundred forty five thousand, nine hundred fifty one and 0011 00) Scheduled Completion Date: 13.MAY.2005 Actual Completion Date: 1 3.~~~.2005 Extension Time Granted (number of Days): NO EXTENTION, COMPLETED ON TIME This document is not a public record. RECENT CONSTRUCTION PROJECTS COMPLETED Project Name: K-2, INC. (CORPORATE HEADQUARTERS) JOB #3221 Location: 5818 EL CAMINO REAL, CARLSBAD, CA 92008 Owner: HG FENTON COMPANY Contact: MARY DAY DEWART Architect or Engineer: BURKETT & WONG ENGINEERS Contact: PAUL KLINGENBERG Phone: 6191299-5550 Email: pklingenberg@burkett-wong.com Construction Manager: phone: 8581549-8455 Description of Project, Scope of Work Performed: BUILD OUT OF CORPORATE OFFICES IN NEW SHELL BUILDING 60,000 SF, 600 LF DEMISING PARTITIONS, 4,101 LF INTERIOR PARTITIONS, SUSPENDED CEILING, DOORS GLASSIGLAZING. ELECTRICAL. HVAC. PLUMBING. FIRE SPRINKLERS. FM-200 SYSTEM. CABINETS. CUSTOM FINISHES LOW VOLTAGE, SERVER ROOM, PAINT, FLOOR COVERINGS, & RESTROOM ACCESSORIES Performed Work as: Prime Contractor Sub Contractor Total Value of Construction (including change orders):* $3,347,681.00(three million, three hundred forty seven thousand, six hundred eighty one dollars and 001100) Scheduled Completion Date: 15.FEB.2005 Actual Completion Date: 15.FEB.2005 Extension Time Granted (number of Days): EXTENTION, COMPLETED ON TIME *Verifiable dollar amounts will be used as part of the bidding capacity calculation. This document is not a public record. RECENT CONSTRUCTION PROJECTS COMPLETED Project Name: BELLA DEL MAR APARTMENTS, JOB #3025 Location: 14017-14047 MANGO DRIVE. SAN DIEGO. CA 92014 owner: HG FENTON COMPANY Contact: CARROLL WHALER Phone: 6191400-0129 Email: cwhaIer@hgfenton.com Architect or Engineer: DESlGNlBUlLD TENANT IMPROVEMENTS Contact: JAN AUSDEMORE Phone: 8581549-8455 Email: Jan@DesignBuildTl.com Construction Manager: SAM THEODORE Description of Project, Scope of Work Performed: Complete remodel of (96) existing apartment units Project included installation of washerldryer and new HVAC system in each unit. Performed Work as: Prime Contractor Sub Contractor Total Value of Construction (including change orders):* $1,008,420.00 (one million eight thousand, four hundrend twenty) Scheduled Completion Date: 01 .DEC.2003 Actual Completion Date: 01 .DEC.2003 Extension Time Granted (number of Days): NO EXTENTION, COMPLETED ON TIME This document is not a public record. RECENT CONSTRUCTION PROJECTS COMPLETED Project Name: TlTlAN CORPORATION, JOB #3309 Location: 7420 MISSION VALLEY ROAD. SAN DIEGO. CA 92108 owner: H.G. FENTON COMPANY Contact: MARY DAY DEWART Phone: 61 91400-0121 Email: mddewart@hgfenton.com ~~~hit~~t or ~~~i~~~~: DESlGNlBUlLD TENANT IMPROVEMENTS Contact: JAN AUSDEMORE Phone: 8581549-845 Email: Jan@DesignBuildTl.com Construction Manager: JAN AUSDEMORE phone: 8581549-845 Description of Project, Scope of Work Performed: NEW OFFICEBUILD OUT IN NEW CONCRETE TILT-UP 31,250+ SF, DEMISING PARTITIONS 662 LF, INTERIOR PARTITIONS 2,296 LF, EXTERIOR WINDOW CUT IN, SUSPENDED CEILING. ELECTRICAL. HVAC. PLUMBING. FIRE SPRINKLERS. GLASSIGLAZING. FLOOR COVERING. CABINETSICASEWORK, CERAMIC TILE & MARBLE, PAINT, & CUSTOM FINISHES I WALL COVERING Performed Work as: Prime Contractor Sub Contractor $1,086,503.00(one million, eighty six thousand, five hundred three Total Value of Construction (including change orders):* and 00/100) Scheduled Completion Date: 26.JUL.2005 Actual Completion Date: 26.JUL.2005 Extension Time Granted (number of Days): NO EXTENTION, COMPLETED ON TIME This document is not a public record. BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees andlor premiums by the Bidder, will issue to the Bidder Policies of insurance for + Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Q) Revised 1 llOllO6 Contract No. PKS 08-02 Page 22 of 21 3 Pages ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE (MWDDNYYY) 6/16/2008 'RoDUCER (619)668-4600 FAX: (619)469-1569 Rlvarado Pacific Insurance Services, Inc. &- -7 Alvarado Rd. #605 La Mesa CA 91941-3649 INSURm Design/Build Tenant: Improvements Design/Build General Contractors Inc Design/Build HVAC, Inc. 9770 Carroll Center Rd #B Sari Diego CA 92126 CERTIFICATE HOLDER CANCELLATION The city of Carlsbad, its officials, a@oym!ss and volunteers Ir*r Attn: Kevin Davis 1635 Baraday Avenue Carlsbad, CA 92008-7314 - -- . - - . -- ALL OWNED AUTOS CBP9549675 SCHEDULED AUTOS Jan Ausdemore an Indiv. NON-OWNED AUTOS AU'1 Named ~nsured ANY PROPWETORIPARTNREXEWTlVE EL EACH ACCIDENT S OFFlCEWEMBER EXCLUMD? EL DISEASE EA EMPLOYEE S If yes, describe under SPECIAL PROVISIONS below E L DISEASE - POLICY LIMIT 5 OTHER D Professional AEO8033.2 4/18/2008 4/18/2009 $~,ooo,ooo $1,000.000 Aggregate OESCRlPTlON OF OPERATIONSILOCATIONSNEHICLESIW(CLUSl0NS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Certificate holder is nd as Additional Insured wl primary wording, per form CGL216 4/98. as respects liability arising out of acrtivities performed by or on behalf of the nmed insured. / *I0 days notice of cancellation to be given in the event of non payment of premium THIS CERTIFICATE IS ISSUED AS A MATTER Of INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 * DAYS WRITTEN NOTICE TO THE CERTlRCATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBUGATION OR LIABILITY OF ANY K~ND UWN THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Parker Scott/SRS B& s- I INSURERS AFFORDING COVERAGE INSURER A: Mt . Hawley Ins Co/A INSURER B Peerless Insurance Co/A INSURER clational Union Fire/A+ INSURER D. Lloyd8 of London INSURER !? ACORD 25 (2001108) O ACORD CORPORATION 1988 INS025 (0108).06a Page 1 01 2 NAlC # THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM C) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The Cky of Carlsbad Its officials, employees and volunteers 1635 Faraday Avenue Carlsbad CA 92008-7314 (tf no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section H) is amended to include as an insured the person or organization shown in the Schedule, but on!y with respect to lability arising out of "your work" for that insured by or for you. To the extent required under contract, this policy will apply as primary insurance to additional insureds scheduled above and other insurance which may be available to such additional insureds will be non- contributory. Section 1V., Condition 4., of this policy is amended accordingly. All other Terms and Conditions of this Policy remain unchanged. CGL 21 6 (04198) Page 1 of 1 ,,,, April 22, 2008 DESIGN BUILD TENANT IMPROVEMENTS 9770 CARROLL CENTRE RD ST€ C SAN Dl EGO, CA 92 126-6504 8100 NE Parkway Drive, Suite 200 Vontwver, Wmhiwon 98662 Re: Barrett Business Services, Inc. ("BBSI") 360.828.0700 Letter of Self-Insurance for Workers' Compensation Coverage For DESIGN BUILD TENANT IMPROVEMENTS, CSLB license number 466554 800.494.5669 As the named addressee of this Letter, your company's required workers' fox 360.828.0701 compensation coverage is provided through BBSl's state approved Self-Insured Workers' Compensation Plan. As a party to a co-employment contract with ~m.harre&usine~s.rom BBSI, which is effective from 2/1/2008 to 1/31/2009, California Labor Code s3602 allows DESIGN BUILD TENANT IMPROVEMENTS to obtain its workers' compensation coverage from BBSI. BBSl's California customers can also verify BBSl's state certification at www.dir.ca.gov./SIP/si~.html; next, click on "Rosters"; then click on Private self insured em~lovers; then scroll down to Barrett (the list is alpha by company name). Additional information is as follows: Self-Insurance Certification Number: California: 2246 Oregon: 1068 Washington: 706,116 Delaware: 152 Maryland: 11 365 Notice of Termination: BBSI will endeavor to provide 15 days advance notice of the termination of the workers' compensation coverage to the California Contractors State License Board ('CSLB') in the event the contract between BBSI and DESIGN BUILD TENANT IMPROVEMENTS is terminated. Other Comments (place an "X if ap~licable): I Named "Letter Holder": - I Other: Additionally, BBSl's self-insured program is further supported by an excess workers' compensation insurance policy with American International Group (AIG), see accompanying certificate of insurance. For additional information, please contact your local BBSI office at: (858) 597-0522 Very truly yours, % w Michael D. Mulholland BBSI Office: SAN DlEGO Vice President-Finance doc LOSI-3 CERTlFlCATE OF INSURAPJCE Issue Date: January i. 2008 COvERAG€S THZS 1S TO CERnM WT -HE WXIClES OF INSUaANCE USE0 BELW HAM BEEN tSSUED TO THE INSURED NAMED ZieOVE FORM POLICY PERIOD MLXXTEO. NO~MSMNG ANY REQUREMENTXRM OR CMUMTiON OF W EMRACf OR OTHER DOCUMENTwmt KESPEM TO WHICH fmS CERTIFICATE WY BE ESUEO OR MAY PERTAlt'4 WE INNRANCE AFFOWXD BY WE FCLCES DESCRIBED HEREIN IS SUBJECT TO AU ME TERMS. UttXUS1ONS. AND CONDITION OF SUCH WWWES UMlTS SIM MAY HAM BEEN REDUCfD BY PAID CUfMS CO POLICY EFFECTIVE EXPIRATION PRODUCER Rao G-I Beadrar CPrlsonlJBLEtK 220 NW 2nd Avenue, Surte 800 Portland. OR 972093951 INSURED Banett Bwinsss Services, lnc 81W NE Parkway, Suite 200 Vancouver. WA 98882 And all Insureds as defined by a co-employer contract lncl. DESIGN BUILD TENANT IMPROVEMENTS CSLB License No 466554 9770 CARROLL CENTRE RD STE C SAN DIEGO, CA 92126-6504 LTR TYPE OF INSURANCE NUMBER DATE DAE GENERAL LIABILITY GENERAL AGGREGATE COMMuzCW GENUVU. LIABILITY Pciky ~lfactl~ Expimt~on PROWGTS-COMPMPSAGGREGATE ~ICLAIMSMAM =OCCUR ~umbex aala Dats PERSONAL & AOMRTISiNG INJURY 0 IRS 6 CMYTRACTORS PROT EACH OCCURRENCE FIRE DAMAGE (Any one fin$ MEDICAL EXPENSE Vlny one penen) THIS CERTlFlCATE IS ISSUED AS A MATTER OF INFORMATlON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERMFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE CwNY LETTER A Nat~onal Union Fire Insurance Company of Piisburg, PA (an AIG Company) COMPANY LmER 0 COMPANY LERER C COMPANY LETTER n COMPANY LmER E AUTOMOBILE LIABILIM ANY AUTO ALL OWNED AUTm SCHEDULE ALJTGS HIRED AUTOS NOWWNED AUTOS GARAGE UABlUTY EZFE'FoRM 0 OTHER THAN UMBRELLA FORM COMBIF(ED SINGLE LIMIT WOiLY IWRY(Per parson) mriv INJURY (PW eceident) PROPERTY DAMAGE CMLlSlON DEDUCTIELE COMPRNNSWE DEDUCTlBLE SXXY,=X WORKERS COMPENSATION LlMfT A AND EMPLOYERS' LIABILITY 469-8016 DESCRlPTlON OF OPERATIONSROCATIONSNEHlCLESl RESTRiCilONSSEClAL ITEMS Limits sham are above a $5,000,000 self-insured reternion, CERTIFICATE HOLMR Contractors State License Board 982 1 Business Park Drive Sacramento, CA 95827 CANCELLATION SMOULDANY OFW ABCIM OESCRIBEO POUCIES E ta0 BEFORE THE WPIRAflON OATE THEREOF. TWE ISSUING C1lMPANY WU MAIL ;IP akYS WITEN NOTKX TOTHE NAMEO TO ME LEFT. Wl FAILURE TO MAlL StXW NOTICE WALL WQSE NO OBLiGAflON OR UABtLW OF ANY I<ihK) UPON THE MMPANY. liS AGENTS. OR REPRESEMATMS Au;harhwl Rlp.ranamR, R Graybaal, CPCU, ARPl doc: COI-3 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2) If yes, what waslwere the name(s) of the agency(ies) and what waslwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: \3cG\on / %-A\ \d (ride of Contractor) By: Page of pages of this Re Debarment form @ Revised I 1/01 RB Contract No. PKS 08-02 Page 23 of 21 3 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? 2) Has the suspension or revocation of your contractor's license ever been stayed? 3) Have any subcontractors that you propose to perform any portion of the Work ever had their * - contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? 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? 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page of pages of this Disclosure of Discipline form O) Revised 1 IEOIRB Contract No. PKS 08-02 Page 24 of 21 3 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Page of pages of this Disclosure of Discipline form @ Revised 1 1RllO6 Contract No. PKS 08-02 Page 25 of 21 3 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 State of California 1 ) ss. County of 1 A~PXMDU~ , being first duly sworn, deposes ' (Name of Bidder) - and says that he or she is (Title) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain - - from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of oing is true and correct and that this affidavit was executed on the ,20m. Sign&& of Bidder Subscribed and sworn to before me on the ?zdyL day of %fi 1 .20m. (NOTARY SEAL) iw wv Revised 1 1/01/06 Contract No. PKS 08-02 Page 26 of 21 3 Pages April 16,2008 RE: LA COSTA CANYON PARK RESTROOM RENOVATION BID NO. PWS08-24PKS, CONTRACT NO. PKS08-02 Piease indude the attached addendum in the Notice to BidderlRequest for Bids you have for the above project. This addendum-receipt acknowiedged--nust be amched to your Request for Bid when your bid is submitted. Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT Of ADDENDUM NO. 1 Biddw Signature 163.5 Farilday Avenue Carfsbnd. CA 92008-7374 (760) 602-4677 - FAX (760) 607-R5fiP @ April 1 1,20Q8 TO: PLANHOLDERS FROM: Public Works Superintendent, Contracts CONTRACT NO. PKS 08-02 f BfD MO. PMISOS-24PKS LA COSTA CANYON PARK RESTROOM RENOVATION ITEM NO, 1 DRAWNG DWG 455-7, SHEET Tl OF 13 GENERAL SPECIFICATIONS - Note No. 2 Delete the foliowina: 2. Specifications included are complementary to the plans, In the event of any contradiction, plans shall take precedence ow specifications. In any case of contradiction, the General Contractor shall immediately notify the owner and the arch'&& in writing. Add the fdiewincr: 2. Specifications included are complementary to the plans. In the event of any contrtxiictian, sptscifications shall take precedence aver plans, In any case of contradiction, the General Contractor shall immediately notify the owner and the architect in IEM UINQ. 2 DRAWNG DWG 455-7, SHEET A3 OF PAINT COLOR KEY - Note NO. 3 Delete the followinn: 3. All existing exterior masonry wall surfaces shall have *lightn sandblast then sealed before painting. Add the follrswina: 3. All exterlor masonry wall surfaces and iiRy other painted rrr coated items shall be prepared and painted in accordance with the "Basic Coagng and Painting Specific8tion for Facilitiesu beginning on Page t34 of the Specifications. "Light Sandblasting" is not an awptable surface preparation as indicated anywhere on these drawings. Addendum MI PKS 08-02! La Costa Canyan Restroom Renovation ITEM NQ. 3 DRAWING DWO 455-7, WEET A3 OF 23 EXTERIOR ELEVATIONS I SOUTHWEST ELEVATION Delete the following: Southwest Elevation Detail Add the iollowi - Attached Southtist Elevation Detail - Sheet SK-I ITEM NO. 4 DRAWING DWG 455-7, SHEET E2 OF 13 POWER & LlGHTlNG PLAN 1 L1GI4TlNG PLAN / POWER AND LIGHTING KEYED NOTES Delete the follow in^ Lighting Plan Dertail& Keyed Note #95 Add the followina: Attached Lighting Plan Detail and Revised Keyed note #I 5 f Sheet SK-2 DALE A. SC-HUCK Parks Superintendent c: Pubiic Works Mana Project Inspector File Addendum #01 PKS 0802 La Costa Canyon fiestmom Renovation IPtSTALL SECklRfTT CAGE AT EACH SKYLIGHT RftdOVf AND REPLAGf EXt5T1M 5jKYLIbHT PAINT EN FASIA. PWPC25ED 5EE M)OR AND FRAME HWEST ELEVATION EXTERIOR ELEVATIONS OF APPROVED PLANS 0 & S PROJ. MO. 07006 REV DATE: DRAWNBY: cl - INSTALL EN TIMER CLOCK PFDR PLAY AREA LIGHT 5TANDARDS IAGRLZM BELON. -- fNcj pyU BOX IN FOR StTE POLES LIGHTING PLAN POWER & LIGHTING KEYED NOTES: a ............... f-w-b~-.sv.-- !. . WALL NW 2"~-(31 *Z/O, I *b G'U) THHN. GJ OF APPROVED PLANS mLE: LIGHTING PLAN - --- "------- .SHEET St(-2 LA COSTA CANYON PfVW 'Wn OIDB PWCT WE: REST- RWOYATfON - DATE [h AODENDUhd (dl ARCHII~C~U~Z :: ~trnn~n~ B 8 S PROJ. NO, 97004 "--- +RW DATE: - CONTRACT PUBLIC WORKS ILL This agreement is made this 9 day of , 20-< by and between the City of Carlsbad, California, a municipal cbrporalItbn, (hereinafter called "City"), and DESIGN-BUILD TENANT IMPROVEMENTS whose principal place of business is 9770 CARROLL CENTRE ROAD SUITE C SAN DlEGO CA 92126 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, herlhis subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. em %? Revised 1 1/01/06 Contract No. PKS 08-02 Page 27 of 21 3 Pages CONTRACT PUBLIC WORKS This agreement is made this day of , 20-, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and DESIGN-BUILD TENANT IMPROVEMENTS whose principal place of business is 9685 GRACELAND WAY SAN DlEGO CA 92129 (hereinafter called "Contractor"). City and Contractor agree as follows: 1 Description of Work. Contractor shall perform all work specified in the Contract documents for: LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum@) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, herlhis subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Contract No. PKS 08-02 Page 27 of 21 3 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the +%-, s work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 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 required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the lmmigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages; Contractor shall post copies of all applicable prevailing wages on the job site. Q Revised I 1101106 Contract No. PKS 08-02 Page 28 of 21 3 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, +, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation lnsurance Fund is acceptable to the City. (6) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability lnsurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be *"u" evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. @ Revised 1 1101106 Contract No. PKS 08-02 Page 29 of 21 3 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its r officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its %L, officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. lnsurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California lnsurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of lnsurance of the State of California andlor under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California -kw Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. 0 Revised 1 1101 106 Contract No. PKS 08-02 Page 30 of 21 3 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation -. of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. ,I /- I have read and understand all provisions of Section 1 I above. fgnit 4. 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 181 2 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 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. -__i Revised 1 1/01/06 Contract No. PKS 08-02 Page 31 of 213 Pages N 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 G included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL Revised I I~OlRB Contract No. PKS 08-02 Page 32 of 21 3 Pages Lam bn@m @lc r ACKNOWLEDGMENT State of California County of xn bi~q~~ c. - ) on -tllJ~B rP. (insert namesnd title of the officer) I personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare I subscribed to the within instrument and ackrt-owledged to me that helshelthey executed the same in 1 hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. I WITNESS my hand and official seal. 7 Signature h [~ea~, ) C Par- ACKNOWLEDGMENT State of Califomia personally appeared &&la A~~&~/Y>Jc who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir 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 Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. , Company Profile Company Profile WESTERN INSURANCE COMPANY P.O. BOX 21030 RENO, NV 895 15 Agent for Service of Process SARGE KLIMOW, 8300 UTICA AVENUE SUITE 193 RANCHO CUCAMONGA, CA 91730 Unable to Locate the Agent for Service of Process? " Reference Information NAIC #: 10008 NAIC Group #: oOo0 California Company ID #: 4750-6 Date authorized in California: September 20,2002 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: NEVADA Page 1 of 1 Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossaq. SURETY Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in MY Area Financial Rating Organizations Last Revised - June 27,2008 09: 13 AM Copyright O California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb - cogrof - utl .... , Bond No. BSC20145 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2008-161, adopted June 10, 2008, has awarded to DESIGN-BUILD TENANT IMPROVEMENTS (hereinaff er designated as the "Principal"), a Contract for: LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 # 4 in the City of Carlsbad, in strict conformrty with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carfsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of apy kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, DESIGN-BUILD TENANT IMPROVEMENTS , as Principal, (hereinafter designated as the "Contractor"), and Western Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED TVVO THOUSAND FOUR HUNDRED EIGHTY THREE Dollars ($102,483.00), said sum being an amount equal to: One hundred percent (100%) of the total amount 'J' payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly *r to be made we bind ourselves, our heirs, execdors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hidher 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, br for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the LJnernployment .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 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code sectiori 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Contract No. PKS 08-02 Page 33 of 21 3 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall I &.. not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 1 st ExecutedbySURETYthis 1st day day of July ,20=. of July ,2Ox. CONTRACTOR: SURETY: Design-Build Tenant Improvements (name of Fontractor) # SAFJ ~%DCLWW (print name here) (print name here) , bur WWL ht%rlrcu /&A! LQ (title and organization of signatory) Western Insurance Com~anv (name of Surety) 4 675 W. Moana, Reno, NV 89509 ~tdfrey R. Davis, attorney4in-fact (printed name of Attorney-in-Fact) (attach corporate resslution 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: RONALD &BALL Revised 1101/06 Contract No. PKS 08-02 . .- . . . . . Page 34 of 213 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - - ;FEaB~s~~%~~~~~~~~~ --L "-- %e !"" STATE OF CALIFORNIA County of S*N DIEGO On 07/01/08 beforeme, JESSICA DIAZ DE LEON, A NOTARY PUBLIC -. 7 Date Here Insert Name and Title of the Officer personally appeared JEFFREY R. DAVIS Narne(s! of SignerJs) Place Notary Seal Above actory evidence to 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 Signatur FA C/ L OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevenf fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: - - Number of Pages: --,--.-.-.--.-~--.-.- Signer(~) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual Corporate Officer - Title(s): C] Partner - Limited General U Attorney in Fact Trustee Signer Is Representing: I I Guardian or Conservator Other: Signer's Name: Individual Corporate Officer - Title(s): Top of thumb here Guardian or Conservator 1 Top of thumb here Other: I i I f Signer Is Representing: i 1 ! I _Id - ~-=~~~~&'y&~~p . -. "- - .-. L ,.- . . -. - - ..- 8 2007 National Notary Associaticn -9350 De 50% AVO.. P.O. BOX 2402 - Chatsworlh, CA 81313-2402. wui.N~tionalN~~~ry,~ry Item (t5307 Rsorder: Call Toll-Free 1-500-876-6827 WESTERN INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That WESTERN INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Nevada and having its principal office at the City of Reno, in the State of Nevada, does hereby constitute and appoint Janelle L. Miller, Jeff Aase, Cyndi Beilman, Jeffrey R. Davis, Rachel G. Holbrook, William J. Mingram, Scott Honsowetz Of the STATE OF NEVADA its true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said WESTERN INSURANCE COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary, this 19& day of June, 2006. WESTERN INSURANCE COMPANY A&/-- President (Signed) By Secretary STATE OF NEVADA) SS: COUNTY OF WASHOE ) On this lgL day of June, 2006, before me personally came PRESIDENT of the WESTERN which executed the foregoing Power of Attorney, that they e ................... RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakmgs, contracts and other instruments relating to said business may be signed, executed, and acknowledged by person or entities appointed as Attorney(s)-in-Fact pursuant to a Power or Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or a Vice President, jointly with the Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be a&ed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and. unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertalung to which it is validly attached. RESOLVED, that Attorney(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, CAROL B. INGALLS, Secretary of the WESTERN INSURANCE COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on June 19,2006 and that this Resolution is in full force and effect. I, the undersigned Secretary of the WESTERN INSURANCE COMPANY do hereby certify that the foregoing Power of Attornev is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set m hand and the seal of the WESTERN INSURANCE COMPANY on this 1st dayof July , %08 . / Secretary ACKNOWLEDGMENT State of California County of 3n bean 1 ./I lop, On before me, hie CLy? bib (insert namQ and title of the officer) personally appeared - , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir 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. I WITNESS my hand and official seal. Signature (Seal) ACKNOWLEDGMENT State of California county of e_tln bi&~ 1 personally appeared I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hidherltheir signature(s) on the instrument the person@), 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. 1 WITNESS my hand and official seal. Signatur (Seal) Bond No. BSC20145 Premium: $2,050.00 FAITHFUL PERFORMANCEMIARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2008-161, adopted June 10, 2008, has awarded to DESIGN-BUILD TENANT IMPROVEMENTS (hereinafter designated as the "Principall'), a Contract for: LA COSTA CANYON PARK RESTROOM RENOVATION b CONTRACT NO. PKS 08-02 * I - 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, DESIGN-BUILD TENANT IMPROVEMENTS , as Principal, (hereinafter designated as the "Contractor"), and Western Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED TWO THOUSAND FOUR HUNDRED EIGHTY THREE Dollars ($102,483.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, r; 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 pelform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otheiwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addi'iion to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there lirider 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 tenns of the contract or to the work or to the specifications. 43 Revised 11EDl,O6 Contract No. PKS 08-02 Page 35 of 213 Pages 3--" , In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall -m3w not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 1s t Executed by SURETY this 1st day of day of July ,20 08 . JU~V ,2008 CONTRACTOR: SURETY I I Design-Biuld Tenant Imvrovements Western Insurance Company (name of Contractor) (name of Surety) 675 W. Moana, Reno, NV 89509 (address of Surety) A-u5basnow (print name here) &.M. bci4Gu /&i~ b (Title and Organization of Signatory) - (print'nahe here) - Jeffrey R. Davis, attorney-in-fact - (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) ecuwW bk$ch(*u/~t~b (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL @ Revised 11101/05 Contract No. PKS 08-02 Page 36 of 21 3 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT F4 STATE OF CALIFORNIA On 07/01/08 beforeme, JESSICA DIAZ DE LEON, A NOTARY PUBLIC -. 7 Date Here Insert Name and Title of the Officer personally appeared JEFFREY R. DAVIS Narne(s,! of Signer(s) Place Ndary Seal P.bove who proved to m on the basis of satisfactory evidence to be the persondwhose name@ within instrument and acknowledged t executed the sam in his/tpf?t ir a and that his/&/tt#r signzedon the instrument the persongor the entity upon behalf of which the personH 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. - Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: - Number of Pages: Signer(~) Other Than Named Above: Capacity(ies) Claimed by Signer@) Signer's Name: Individual Corporate Officer - Title(s): Partner - [7 Limited General 0 Attorney in Fact Trustee Signer Is Representing: I I Guardian or Conservator Other: Signer's Name: [7 Individual Corporate Officer - Titte(s): Top of thumb here [7 Partner - Limited General Attorney in Fact Trustee Guardian or Conservator 1 Top of thumb here Other: 1 i 1 Signer Is Representing: 1 I 8 2007 National Notary ksociation -9350 De So% Aye.. P.O. Box 2402 C!latswort\. CA 91313-24~2 wv;.NationaINofaiy.org lterri r5907 Reorder: Call Toll-Free 1-800-876-6827 WESTERN INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THXSE PRESENTS: That WESTERN INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Nevada and having its principal office at the City of Reno, in the State of Nevada, does hereby constitute and appoint Janelle L. Miller. Jeff Aase, Cyndi Beilman. Jeffrey R. Davis, Rachel G. Holbrook, William J. Mingram, Scott Honsowetz Of the STATE OF NEVADA its true and lam Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the ' performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said WESTERN INSURANCE COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary, this 19' day of June, 2006. WESTERN INSURANCE COMPANY President (Signed) By Secretary STATE OF NEVADA) SS: COUNTY OF WASHOE ) PRESIDENT of the WESTERN respectively the PRESIDENT and the SECRETARY of the said E COMPANY, the corporation described in oration; that the seal affived to said Power and that they signed RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and aclcnowledged by person or entities appointed as Attomey(s)-in-Fact pursuant to a Power or Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or a Vice President, jointly with the Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affived by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificak bearing such facslrmle signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertakmg to which it is validly attached. RESOLVED, that Attorney(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other wribngs obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, CAROL B. INGALLS, Secretary of the WESTERN INSURANCE COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on June 19,2006 and that this Resolution is in full force and effect. I, the undersigned Secretary of the WESTERN INSURANCE COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, I have hereunto set m hand and the seal of the WESTERN INSURANCE COMPANY on this 1st dayof July , %08 . / Secretary T ACKNOWLEDGMENT State of California County of On 31 ilop, - (insert name 6nd title of the officer) personally appeared ? &-m~f@- I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that'helshe~the~ executed t'he 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. .I WITNESS my hand and official seal. Signature (Seal) ACKNOWLEDGMENT State of California County of %n bi~ 1 C - I on >\~IoP~ I.~\Q hido ~ (insert name and title of the officer) personally appeared /kx?f~c k~%%fX@~ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 1 I subscribed to the within instrument and acknowledged to me that helshelthey executed the same in I hislherltheir authorized capacity(ies), and that by hislherltheir 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. Signatur OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 in the amount of dated (hereinafter referred to - * as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. - 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 1 1/01/06 Contract No. PKS 08-02 Page 37 of 213 Pages _- 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow kws+ 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 days1 written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. 0 Revised I 1/01 106 Contract No. PKS 08-02 Page 38 of 21 3 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the Wm- date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Villaue Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address @ Revised 1 1 RIM6 contract No. PKS 08-02 Page 39 of 21 3 Pages GENERAL PROVISIONS FOR LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directedn, "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ,- mv 0 Revised 1 1101106 Contract No. PKS 08-02 Page 40 of 213 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. 3 Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. -@I d 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 hislher approved representa- tive. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. 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 conditions, permits from other agencies, the Special Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the 9 Contract. @ Revised 1 IMIIOB Contract No. PKS 08-02 Page 41 of 213 Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a %md Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Dispute Board - persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - the Public Works Director of the City of Carlsbad or hislher approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. @ Revised 1 1101106 Contract No. PKS 08-02 Page42 of 213 Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, 3 State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Public Works Manager - The Public Works Supervisor's immediate supervisor and second level of appeal for informal dispute resolution. 1 4 Public Works Superintendent- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - Standard Specifications, Reference Specifications, Special Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Special Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Revised IRIIOB Contract No. PKS 08-02 Page 43 of 213 Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook. State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street - Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. h x Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. @ Revised 1 1 10 1106 Contract No. PKS 08-02 Page 44 of 2 13 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon ...................................................... ABAND Abandoned ABS ........................ Acrylonitrile - butadiene - styrene AC .................................................... Asphalt Concrete ACP .......................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................ Alternate APTS ................................ Apartment and Apartments ................................... AMER STD American Standard AWG .............. American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................ Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................ Bench mark BVC ................................... Beginning of vertical curve BMI ........................................................... Back of wall CIC ..................................................... Center to center CAB ..................................... Crushed aggregate base ............ CALIOSHA California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP ................................... Corrugated aluminum pipe CB. ............................................................ Catch Basin Cb ...................................................................... Curb CBP .............................. Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES ......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ............................... Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe ClPP ............................................. Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC. ........................................ Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO ................................................... Cleanout (Sewer) COL ................................................................. Column COMM ...................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ..................................................... Coordinate CSP ........................................... Corrugated steel pipe CSSD ...... Carlsbad Supplemental Standard Drawings CTB ..................................... Cement treated base CV.. ........................................................... Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB .................................................................. Decibels DBL ................................................................... Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................ Dead load DR Dimension Ratio DT Drain Tile ...................................................... ................................................................. DWG ............................................................... Drawing DWY ............................................................. Driveway DWY APPR ................................... Driveway approach E ...................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line El .................................................................. Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ...................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC .............................................. End of vertical curb EWA .............................. Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&l .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN Foundation 1 L9P ........................................................... a Revised 1 1101106 Contract No. PKS 08-02 Page45of 213 FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB ......................................................... Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ............................................ Garage and Garages GIP .............................................. Galvanized iron pipe GL ...................................... Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP .................................................................. Guy pole GPM ................................................ gallons per minute GR ..................................................................... Grade GRTG .............................................................. Grating GSP ........................................ Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL ............................................. Hydraulic gqde line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ............................... High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ........................................................ Invert Elevation ID ........................................................ Inside diameter INCL ............................................................... Including INSP ............................................................ Inspection INV ...................................................................... Invert IP ................................................................... Iron pipe JC .................................................... Junction chamber JCT ................................................................. Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ................................................................ Live load LOL ............................................................. Layout line LONG ........................................................ Longitudinal LP ............................................................... Lamp post LPS ................................. Low pressure sodium (Light) LS ............................................................... Lump sum LTS .................................................... Lime treated soil LWD .............................. Leucadia Wastewater District MAINT ...................................................... Maintenance MAX .............................................................. Maximum MCR ..................................... Middle of curb return MEAS ............................................................ Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ................................................ Miscellaneous MOD .................................................. Modified, modify MON ........................................................... Monument MSL . Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ............................................................... Multiple MUTCD .... Manual on Uniform Traffic Control Devices MVL ........................................ Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ............................................................... Obsolete OC ............................................................... On center OD .................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................. Oveead Electric OMWD ................. Olivenhain Municipal Water District OPP ............................................................... Opposite ORIG ................................................................ Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ............................................................ Polyethylene PI ................................................. Point of intersection PL ............................................................ Property line PMB ........................... Processed miscellaneous base POC ...................................................... Point on curve POT ................................................... Point on tangent PP .............................................................. Power pole PRC ........................................ Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ........................................ Pounds per square inch PT .................................................... Point of tangency PVC ................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT RMI ..................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ...................................... Quadrangle, Quadrant R ....................................................................... Radius RbO ......................................................... Rock and oil RMI .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ............................... Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................ Remote control valve REF ............................................................. Reference RElNF ............................. Reinforced or reinforcement RES .............................................................. Reservoir RGE ....................... Registered geotechnical engineer ROW ....................................................... Right-of-way RR ................................................................... Railroad RSE ............................. Registered structural engineer RTE .................................... Registered traffic engineer S ................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD .................. A ......................................... Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent @ Revised 1 110 1106 Contract No. PKS 08-02 Page 46 of 21 3 SEC ................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ...................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC ........................................ Standard Plans for Public Works Construction SSPWC ............................ Standard Specifications for Public Works Construction ST HWY ................................................. St highway STA ................................................................... Station STD ............................................................... Standard STR .................................................................. Straight STR GR ................................................ Straight grade STRUC ......................................... Structural/Structure SW ................................................................. Sidewalk SWD ..................................................... Sidewalk drain SY ............................................................. Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF .......................................................... Top of footing TOP0 ........................................................ Topography 1-3.3 Institutions. Abbreviation TR ........................................................................ Tract . . TRANS ......................................................... Trans~t~on TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW .............................................................. Top of wall TYP Typical ................................................................... UE .............................................. Underground Electric USA ................................... Underground Service Alert VAR .................................................... Varies Variable VB ................................................................ Valve box VC .......................................................... Vertical curve VCP ...................................... Atid clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume WVD ...................................... Vaecitos Water District W ...................... Water, Wider or Width, as applicable WATCH ............. Work Area Traffic Control Handbook WI ........................................................... Wrought iron WM .......................................................... Water meter WPJ ........................................ Weakened plane joint XCONN ........................................ Cross connection XSEC .................................................... Cross section Word or Words AASHTO .................. American Association of State Highway and Transportation Officials AlSC ...................................................................... American Institute of Steel Construction ANSI ......................................................................... American National Standards Institute API American Petroleum Institute 3 ........................................................................................... AREA ................................................................ American Railway Engineering Association ASTM .............................................................. American Society for Testing and Materials AWPA .................................................................... American Wood Preservers Association AWS ............................................................................................ American Welding Society AWWA ................................................................... American Water Works Association FHWA ................................................................................. Federal Highway Administration GRI ..................................................................................... Geosynthetic Research Institute NEMA ........................................................... National Electrical Manufacturers Association NOAA ................. National Oceanic and Atmospheric Administration (Dept. of Commerce) UL ..................................................................................... Underiters' Laboratories Inc. USGS ............................................................................ United States Geological Survey @ Revised I 1/01/06 Contract No. PKS 08-02 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customarv Unit (Equal To) SI Unit /Abbreviations) /Abbreviations) 1 mil (=0.001 in) ................................................................................... 25.4 micrometer (pm) .......................................................................................... 25.4 millimeter (mm .............................................................................................. 1 foot (ft) ............................................................................................... 1 yard (yd ............................................................................................. I ....... ................................................................................. 1 mile (mi .r. 1.6093 kilometer (km) 1 square oot (ft ) ................................................................................. 0.0929 square meter m 1 square yard 5 d ) ............................................................................... 0.8361 square meter 13 1 cubic foot (ft % ................................................................................... 0.0283 cubic meter m 1 cubic yard (yd ) .................................................................................. 0.7646 cubic meter [m3] 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon al) ................................................................................. 3.7854 Liter (L) 1 fluid ounce 11. oz.) ............................................................................. 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) ................................................................ 0.9072 Tonne (= 907 kg) . . 1 Poise .................................................................................................. 0.1 pascal second (Pa s) 1 centistoke (cs) ................................................................................... 1 square milliyeters per second (mm Is) 1 pound force (Ibf) ................................................................................ 4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibflft) ................................................................ 1.4594 Newton per meter Nlm) 1 foot-pound force (ft-lbf) ...................................................................... 1.3558 j oules (J) 1 foot-pound force per second ([ft-lbflls) ........................................ 1.3558 Watt (W) 1 part per million (ppm) ......................................................................... 1 milligramlliter (mg1L) Temperature Units and Abbreviations Degree Fahrenheit (OF): ........................................................................ Degree Celsius ("C): OF = (1.8 x "C) + 32 ............................................................................... OC = (OF - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) @ Revised 11R1106 Contract No. PKS 08-02 Page 48 of 21 3 Common Metric Prefixes kilo (k) ................................................................................................... 1 o3 ................................................................................................. 1 o9 milli (m ................................................................................................. I centi micro (p) ............................................................................................... I 0-= nano (n) ................................................................................................ 1 0-' pic0 (p) .................................................................................................. I 0-l2 1-5 SYMBOLS Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number er or (between words) begree Property line Centerline Survey line or station line Revised 1 1101l06 ~oniract No. PKS 08-02 Page 49 of 213 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 41 13. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of I percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 41 07, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 41 07.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 41 10 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. b Revised 1 1101 106 Contract No. PKS 08-02 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work 3 performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so q subcontracted. *r*% 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performanceharranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. -7 0 Revised 1 1101106 Contract No. PKS 08-02 Page 51 of 213 The faithful performancelwarranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until '+w a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), 2006 Edition (Part 2 & 3), and the 2007 supplements thereto (Part 2 & 3), hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one (1) set. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter +=-- designated as CES. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. * @ Revised I llOlIOf3 Contract No. PKS 08-02 Page 52 of 213 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the 3 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 Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Carlsbad General Provisions. 3) Technical Specifications 4) Plans. 5) City of Carlsbad Engineering Standards, 2004 Edition. 6) San Diego Regional Standard Drawings 7) State of California Department of Transportation Standard Plans 8) Standard Specifications for Public Works Construction 9) Reference Specifications 10) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. 9 d @ Revised 1 IMIMB Contract No. PKS 08-02 Page 53 of 21 3 The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section numberts) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that w proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Revised I IlOllOB Contract No. PKS 08-02 Working drawings are required in the following sections: ? Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Mans General General General Tunnel Supports Remodeling Existing Sewer Facilities Miclotunnding Controller Cabinet Wking Diagrams 8ubJM Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operatsons Tunneling Operations Tunneling Operations Potyethylene Liner Installation Microtunneling Operations Traffic Signal ComWdion Working drawkrgs Iisktd above as Items 5,6,8,9, 10,12,13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of Cafiomia. 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 speclffed in the Special Provisions. 4 2-5.3.4 Supporting Infomation. Supporting information is information required by the Spgciffc~tions for the punposss of administration of the Contract, analysis for werification of conformance with the Spdfhtions, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be requid by the Engineer. Six copies of the supporting information shali be submitted to the Engineer prior to the start of the Work wrtess otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured bms for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the foliowing and is required uniess otherwise spedkd in the Special Provisions: List of Subcontractors per 2-3.2. List of Materials per 4-1 -4. Certifications per 4-1.5. Construction Schedule per 6-1. Confined Space Entry Program per 7-1 0.4.4. Concrete mix dessigns per 201 -1.1. Asphalt concrete mix designs per 203-6.1. Dab, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulktins, speMwtbns, dfiagrants, product samples, and other information necessary to dedbe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signais, and may also be required for any product, manufactured item, or system. QRsrlsd llmlmB Contract No. PKS 08-02 psSe55of 213 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 Work to be Done. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 Subsurface Data All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 Right-of Way. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 Surveying. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by 35 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. Revised 1 1101 406 Contract No. PKS 08-02 Page 560f 213 29.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, 7 hereinafter Surveyor to perform all work necessary for establishing control, construction staking, d records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8'1; by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent 3 survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property comers and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey andlor comer records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Revised 1 IRl/06 Contract No. PKS 08-02 Page 57 of 21 3 8' 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all - matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters --. covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts \%-, or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless othe~lise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 1 IR1106 Contract No. PKS 08-02 SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. '-9 4 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 25 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 25 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 25 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 25 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 125 percent of the Bid quantity at the Contract Unit Price. 1 4 @ Revised HIOIRB Contract No. PKS 08-02 Page 59 of 21 3 3-2.2.3 Decreases of More Than 25 Percent. Should the actual quantity of an item of work %%ew covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 75 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 75 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for. the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra workn when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. @ Revised 1 IIOIMB Contract No. PKS 08-02 Page 60 of 213 The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. d The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Revised 1 1101 106 Contract No. PKS 08-02 Page 61 of 213 Invoices covering all such items in detail shall be submitted with the request for payment. '*V (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 ............................. 2) Materials 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, %& the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. a Revised I lIOlM6 Contract No. PKS 08-02 Page 62 of 213 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the 3 following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 251 17 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 Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. @'-I The Contractor's failure to give notice of changed conditions promptly upon their discovery and 4 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 Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. @ Revised 1 1 M 1 I06 Contract No. PKS 08-02 Page 63 of 2 1 3 "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-1 2655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work, 9& Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Public Works Superintendent 3. Public Works Manager, General Services 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. 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 "ue' order provisions in the contract. Revised 1 1101106 Contract No. PKS 08-02 Page 64 of 21 3 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)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "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. 9 4 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 othewise provided by contract for the filing of claims. (bX1) 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. (CHI) 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. "FSt 4 Revised 1 1 MllO6 Contract No. PKS 08-02 Page65of 213 (d) If the claimant disputes the local agency's written response, or the local agency fails to + respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant a- to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 11 41.11 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 11 41.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 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 jn accordance with Section 3-3. Revised 1 IlOl/06 Contract No. PKS 08-02 Page 66 of 213 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment ? for the duration of the Contract. d The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, 4' fS Revised 1 1 I0 1 I06 Contract No. PKS 08-02 Page 67 of 21 3 Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 lnspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 lnspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of % the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials andlor on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. @ Revised 1 1101106 Contract No. PKS 08-02 Page 68 of 213 Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the 1 requirements of the specifications shall be borne by the Agency. Said tests may be made at any -i place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. 9 4 Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. @ Revised 1 1/01/06 Contract No. PKS 08-02 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be -* delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall b be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy andlor completeness of the nature, size andlor 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 em h. property parcel will be served by a service connection for each type of utility. Q Revised I 1/01/06 Contract No. PKS 08-02 Page 70 of 213 As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. 3 The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless othennrise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. F*), 4t The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. @ Revised 1 1 Ml,O6 Contract No. PKS 08-02 Page 71 of 213 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 commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or w within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. @ Revised 1 I IOIRB Contract No. PKS 08-02 Page 72 of 213 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless othewise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 60 calendar days after receipt of the "Notice to Proceed". 6-1 .I Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6. - @ Revised I IRIMB Contract No. PKS 08-02 Page 73 of 21 3 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1 -2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. @ Revised 1 1RllO6 Contract No. PKS 08-02 Page 74 of 21 3 61.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency 1 supplied materials, equipment, or services, which may impact any activity's construction shall be d shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer d determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6. @ Revised 1 I lOlR6 Contract No. PKS 08-02 Page 75 of 213 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore 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 Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. if the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes demolition and renovation of the existing restroom facilities, earthwork, utility connections, performing all other work as indicated in the project plans and specifications, and providing portable toilets for the duration of the restroom renovation. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-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 Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. @ Revised 11RlM6 Contract No. PKS 08-02 Page 76 of 213 6-3 SUSPENSION OF WORK. q d 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as othewise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as dlrected by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 64 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to marntain 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 uantity of the Work completed at the time of cancellation, less dama es caused to the Agency % y acts of the Contractor. The Contractor, in having tendered a I id, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it rn 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 ma exclude the Surety from the premises. The Agency may then take possession of all materia r and equipment and com lete the Work by Agency forces, by letting the unfinished Work to another Contractor, or y a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Sure and may be deducted from an mone due or becoming I due from the Agency. If the sums ue under the Contract are insu k lcient Y or 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. a Revised 1 IIOIIOB Contract No. PKS 08-02 Page 77 of 213 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. %-%&' If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) ew@ therefore. Revised I llOIlO6 Contract No. PKS 08-02 Page 78 of 213 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. Unless otherwise specified, the time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 70 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends andlor holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours andlor days stated herein when, in hislher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANN. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. 3 Revised 1 IRIIOB Contract No. PKS 08-02 Page79of 213 All work shall be warranted for one (I) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five Hundred Dollars ($500.00) 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 Five Hundred Dollars ($500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 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 C-w resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 1 I101106 Contract No. PKS 08-02 Page 80 of 21 3 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR ? -'me' 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 othetwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the &hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. 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 Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." @ Revised 1 1101106 Contract No. PKS 08-02 Page 81 of 213 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 lnsurance to the Engineer before execution 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. 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 lnsurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those a *. permits required for night work, overload, blasting, and demolition. For private contracts, the -+& Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. Revised I IlOlMB Contract No. PKS 08-02 Page 82 of 2 13 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. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. @-+I Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hislher 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. @ Revised 1 1101106 Contract No. PKS 08-02 Page 83 of 213 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, %+4w meter and any, and all, other charges, deposits andlor fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. @ Revised 1 1101R6 Contract No. PKS 08-02 Page 84 of 21 3 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. 3 The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 3 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic andlor parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences andlor businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences andlor businesses directly affected by the work shall be notified. 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 for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Revised 1 1101106 Contract No. PKS 08-02 - w Construction equipment shall not be stored at the Work site before its actual use on the Work b nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1 ) The Engineer. ..................................................................................... (760) 602-2720 2) Carlsbad Fire Department Dispatch ................................................. (760) 931 -21 97 3) Carlsbad Police Department Dispatch ............................................... (760) 931 -21 97 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................... (760) 438-2980 5) Carlsbad Traffic Signals Operations ................................................. (760) 602-2752 6) North County Transit District ............................................................. (760) 967-2828 7) Waste Management ......................................................................... (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's w 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 andlor maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at hislher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Revised 1 1101106 Contract No. PKS 08-02 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.l.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 conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction andlor warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. 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 Engineer. 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. 7-1 0.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. 0 Revised 1 1/01 106 Contract No. PKS 08-02 Page 87 of 21 3 Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial . ,earr** Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, -kbd fences, canopies, or barricades. @ Revised HlOllOB Contract No. PKS 08-02 Page88of 213 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (1 5 U.S.C. Sec 15) or CarWright Act (Chapter 2 [commencing with Section 167001 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. A Field Office for Agency personnel is not required. 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sumn, "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. @ Revised 1 1RllO6 Contract No. PKS 08-02 Page 89 of 213 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-1 0. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. a Revised H101106 Contract No. PKS 08-02 Page 90 of 21 3 At the expiration of 35 days from the date of acceptance of the Work by the Board, or as ? prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document 3 setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. @ Revised I I 101 MB Contract No. PKS 08-02 Page 91 of 213 After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It -will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and -^ I 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 this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. @ Revised 1 1/01/06 Contract No. PKS 08-02 Page 92 of 213 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated 1 into the work will not be included in the progress estimate. \rrJ 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. @ Revised 1 1101106 Contract No. PKS 08-02 Page 93 of 213 SUPPLEMENTAL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-112 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a %" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. '*wa Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, 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. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type MI Grade PI Class 25, or FS TT-S 0227E *ari4+ Class A, non-sag, Type II. Revised 1 1101106 Contract No. PKS 08-02 Page 94 of 2 13 Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.1 General. Second paragraph, first sentence modify as follows: delete "C2-AR-4000" and replace with "C2-PG 64-10". Second paragraph, second sentence delete "C2-AR4000-RAP" and replace with "C2-PG 64-10 RAP. Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-PG 64-10 for surface course, and B-PG 64-10 for base course. Asphalt concrete shall be class D2-PG 70-10 for dikes ? and class E-PG 70-1 0 for ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 21 72, and Calif. Test 202. 2. stability' using: a. Stabilometer value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values Andlor b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 'stability will be waived provided the extracted asphalt concrete is within +I-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 'use Marshall Stability when the deviation between individual Stabilometer Values are greater than +I-4. '-9 Revised 1 1 I0 1 I06 Contract No. PKS 08-02 Page 95 of 21 3 When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.4 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +I-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.7.1 General. Second paragraph, add after D 21 72: "method A or B." 203-6.7.2, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". - 203-6.8 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 203-6.7.1 General. Second paragraph, add after D 2172: "method A or B." 203-6.7.2, Batch Plant Method. Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". 203-6.8 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. SECTION 207 - PIPE Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables -*- 207-25(A) and 207-25 (B). Revised 1 1RllOt3 Contract No. PKS 08-02 Page 96 of 21 3 TABLE 207-25.1lAI - - TABLE 207-25.1 (8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Thickness Tensile strength Elongation Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives Bond strength Colors Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. + ? Brown Force mains. Pumle Reclaimed water lines. Color Red Yellow Orange Add the following section: 20795.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agencylassociation publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping 631.8, paragraph 192.32-l(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1 109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1 .I. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. Method ASTM 02103 ASTM 0882 ASTM D882-88 ASTM D2578 ASTM D671-81 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Boiling H20 at 100 degrees Celsius APWA Code Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. @ Revised 11RlMS Contract No. PKS 08-02 Page 97 of 213 Value 01 14 mm (0.0056") 4500glcm (25 Ibslinch) (5,500 PSI) <50 percent at break >50 dyneslsquare centimeter Pliable hand Heat-set Mylex Every 500 mm(201') Dead sowannealed Virgin PET Virgin LDPE >30 percent, solid I .5#/R Five hours without peel See Table 207-25.1 (6) SECTION 21 3 - ENGINEERING FABRICS Add the following section: 213-3 EROSION CONTROL SPECIAL TIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. @ Revised 1 1 I0 1 I06 Contract No. PKS 08-02 Page 98 of 213 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for La Costa Canyon Park Restroom Renovation, and no additional payment will be made. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 3008 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Revised I lRllO6 Contract No. PKS 08-02 Page 99 of 21 3 Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded andlor cleared and grubbed as well as areas that have not been graded andlor cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment wd slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for La Costa Canyon Park Restroom Renovation, and no additional compensation will be allowed therefore. Revised 1 1 R 1/06 Contract No. PKS 08-02 Page 1 00 of 21 3 SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306.1.2.2 Pipe Laying. add the following: The Contractor shall place electrical conduit per the City Plans. 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. Areas above trenches to receive plant materials shall have the soils amended and sod shall be installed matching the existing grass in the area. 306-1.6 Basis of Payment for Open Trench Installation. add the following: Payment for utilities undergrounding shall be made on the basis of contract lump sum price for Restroom Remoedels and no other payments will be made. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless othe~lise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 0 Revised 1 1101106 Contract No. PKS 08-02 Page 101 of 213 APPENDIX A SUPPLEMENTAL PROVISIONS FOR LA COSTA CANYON PARK RESTROOM RENOVATION CONTRACT NO. PKS 08-02 SPECIAL CONSTRUCTION PROVISIONS 1. The Work The Contract work to be performed hereunder includes the furnishing of all labor and equipment and furnishing and installing all materials, unless herein specifically excepted, necessary for the complete and satisfactory renovation of a restroom at La Costa Canyon Park. The work shall consist of installing temporary fencing; all utility location and verification (excavating, exposing, and verifying top, bottom, and side of utility facilities); all pavement removal including concrete and reinforcing steel and disposal; all demolition work indicated on the plans: all earthwork (including trenching, shoring, bedding, backfilling including select imported material or select native material); dewatering; furnishing and installing all sewer and appurtenances; testing all gravity sewer and other plumbing; connecting to existing sewers; including providing and installing all equipment, piping, and appurtenances; renovating restroom building; protecting in place or removing and replacing all existing utilities and public and private improvements; removing and replacing all Portland Cement concrete; re-vegetation; testing all equipment, pipe, and appurtenances; disposing of excess demolished building materials, soil, and rock material and restoring all adjacent areas and improvements to pre-construction conditions. Contractor shall, upon completion of all work required herein, initially operate all components of the Contract Work installed or furnished and installed by him, and make any additional, adjustments, corrections, repairs, replacements, and reconstruction's necessary to provide Owner with complete, correctly operating restroom and appurtenances. 2. Work Site The Contract work site is located in the City of Carlsbad as shown on the Construction Drawings. 'The La Costa Canyon Park restroom is located at 3020 Pueblo Street. Bidders shall review the project sites prior to submitting a bid. Revised 1 1 RIIOB Contract .No. PKS 08-02 Page 102 of 21 3 3. Construction Plans (Drawings) The following Construction Plans are made a part of these Contract Documents: CONSTRUCTION PLANS (24" X 36") DRAWING NO. 455-7 LA COSTA CANYON PARK RENOVATION CONTRACT NO. PKS 08-02 Title - Title Sheet, General Notes and Site Plan Handicap Parking and Details Floor Plan and Demolition Plan Foundation and Hardscape Plan Roof and Roof Framing Plans Exterior Elevations Interior Elevations Details Details Details Utility Service Plan and power Single Line Diagram Power and Lighting Plans Plumbing Plan Sheet No. 4. Notice of Award and Notice to Proceed Upon Notice of Award, Contractor is hereby authorized to execute Contract and secure 3 Performance and Payment Bonds and Certificates of Insurance. Upon execution of Contract by Owner, Contractor is authorized to begin document submission, material ordering, and construction scheduling. 5. Data to be Submitted by Contractor Contractor shall furnish Owner submittals for all equipment, equipment components, fabricated materials, and materials to be furnished for review and acceptance by Owner prior to Contractor performing work to which data pertains. Submittals shall be provided in accordance with the "Contractors Submittals Technical Specifications". Prior to beginning construction, Contractor shall submit 24-hour emergency phone numbers for the construction superintendent, construction foreman, and all company principals. 6. Contractor Cooperation and Coordination Contractor shall cooperate with Owner, San Diego Gas and Electric, and all other jurisdictional agencies. Owner will have representatives on site to observe and verify compliance with Contract Documents. Contractor shall perform work in a manner not to interfere with operation of other park facilities nor operate any existing facilities. Revised 1 1101106 Contract No. PKS 08-02 Page 103 of 213 Contractor shall perform his work in accordance with the sequence of work as specified herein. Contractor shall coordinate all work with the Owner. A detailed schedule of proposed work shall be provided to the Owner the Thursday preceding each week. 7. Permits, Licenses, Certificates, Laws and Ordinances A. Contractor and all subcontractors shall procure and maintain a valid City of Carlsbad Business License for the duration of the Contract. B. California Reaional Water Quality Control Board, San Dieno Region Contractor shall, at his expense, obtain authorization to discharge water from ground water extraction (dewatering), line flushing, and testing operations from the California Regional Water Quality Control Board, San Diego Region (Regional Board). A copy of said discharge authorization shall be provided to the Owner. Contractor shall comply with conditions therein and perform the monitoring required. Contractor shall not allow any discharges from the construction site, which may have an adverse effect on receiving waters of the United States. Contractor shall not allow any groundwater extraction water to be discharged from construction site except in full compliance with the General Waste Discharge Requirements for Ground Water Extraction and Similar Discharges from Construction and Remediation Projects (Order No. 96-41) adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compliance requirements therein, including monitoring, testing, and reporting. Contractor shall provide all labor, material, and equipment necessary to comply with Regional Board requirements for discharge water from groundwater extractions, line flushing, and testing operations, including all monitoring, testing, and reporting. C. In the event of conflict between the Contract and Permit requirements, the most stringent shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all issuing agencies, and the Owner before project will be accepted and a Notice of Completion filed. D. Contractor shall, at his own expense, procure any additional permits, certificates, and licenses required of him by law for the execution of the work. He shall comply with all Federal, State and local laws, ordinances or rules and regulations relating to the performance of said work. Revised 1 1101108 Contract No. PKS 08-02 Page 104 of 213 8. Storage of Materials and Equipment 1 Contractor shall not store materials or equipment on private or public property without d written permission from the affected property owners approving such use. Said written permission shall be submitted to Owner prior to Contractor moving materials or equipment onto site. Contractor's equipment shall be removed from public or private right-of-way and placed in the Contractor's designated storage areas at the end of each workday. Contractor may utilize the adjoining park site for storage of materials and equipment. The contractor shall install temporary construction fencing around the storage area and will be required to return the area to its pre-construction condition. 9. Building lnspection The City of Carlsbad has obtained a Building Permit from the City Building Official. The Contractor will be required to coordinate and schedule any and all inspections required by the Building Official. No work may be covered or continued until all required the Building Official performs all required inspections. The Building Permit Number is CB072808. The telephone number for inspection request for the following business day is (760) 602-2725. The City of Carlsbad has attempted to design all portions of the project to conform to all aspects of the UBC. The Contractor agrees to provide Requests for Information to the Project Inspector for any issues regarding UBC compliance prior to scheduling Building Inspection. In the event that the Building Official requires a change in plans or construction to comply with the UBC, the Contractor agrees to allow the City of Carlsbad a reasonable time to process construction changes through the Building Official in matters relating to UBC compliance. Extensions of time will be granted in any case that 3 construction cannot continue on any portion of the project. The contractor agrees to waive any delay claims during plan revision process. Building Inspection may be scheduled for next business day by calling (760) 602-2725 and requesting inspection through the automated scheduling system. Be advised that inspection will not be scheduled for a particular time during the next business day. The Contractor also agrees that any issue requiring re-inspection for any reason, by the Building Official, is not grounds for delay claims. 10. Earthwork and Soil Compaction Tests Earthwork shall be performed in accordance with the Basic Earthwork Specifications and Basic Sewer Specifications, except as modified herein or on the Contract Drawings. Contractor shall notify Owner when any work is complete and ready for compaction testing. After such notification, Owner will have all necessary tests made, by a Soils Engineer of his choosing, and Owner will pay for all tests that pass. Contractor shall pay for all tests that fail in the course of determining compliance of completed backfill with compaction requirements. Owner will not pay for any preliminary or progress tests; however, Contractor may do so at his own expense. Passing compaction tests will be required piior to construction of any structures. Excavation of native soil and re-compaction shall be performed to provide proper foundation for structures as specified on the Drawings. 1 d Revised 1 1/01/06 Contract No. PKS 08-02 Page 105 of 21 3 11. Trench Protection Before making any excavation or trench 5' or more in depth, Contractor shall submit to Owner a detailed drawing showing the design of shoring, bracing, or other provisions to be made for worker protection and protection of existing facilities. If said drawing does not vary from the requirements of the OSHA Construction Safety Orders (CAL OSHA or FED OSHA, whichever is applicable at the time of construction), a statement signed by a registered civil or structural engineer, engaged by Contractor at his expense, shall be submitted certifying that the Contractor's excavation safety drawings comply with OSHA Construction Safety Orders. If said drawing varies from said OSHA Construction Safety Orders, the drawings shall be prepared and certified by a registered civil or structural engineer and said engineer shall affix his seal and signature to each sheet of said drawing. Contractor shall not excavate until Owner has received and acknowledged the properly certified excavation safety drawings. 12. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and Waste Materials A. Contractor shall perform his operations so that existing improvements (including roads and other paved surfaces adjacent to or in the vicinity of the work site are not damaged. Contractor shall repair and restore any disturbed or damaged private or public improvements which results from his operations (except that which is specifically a part of the Contract Work) to the satisfaction of the Owner, or the agency having jurisdiction over said improvements, all at his expense. 6. All work sites shall be restored to pre-job conditions and shall meet the requirements of Owner and property owner. Owner is obligated to keep visual impact of the work sites to a minimum; therefore, Contractor is required to restore all areas altered by construction to pre-existing conditions. Such areas shall include, but shall not be limited to, areas used for travel, parking, and storage of vehicles, equipment and materials. C. Contractor shall be responsible for the proper disposal of all waste materials resulting from his operations, including rubbish, packaging materials, discarded equipment parts, and damaged construction materials, in a manner and at locations suitable to the Owner and all health and other regulatory agencies. Pavement materials shall not be placed in pipeline trenches. Contractor shall remove said pavement materials and dispose of same at an approved location. 13. Construction Water Contractor shall obtain a water meter from Olivenhain Municipal Water District (OMWD) and install same at the location described hereinafter. Contractor shall pay all costs for meter and water used during construction. OMWD can be contacted at: (760) 753-6466. Sources of construction water will be a fire hydrant in the vicinity of the project site. Contractor shall furnish and install all necessary piping and appurtenances, including pumps, necessary to convey water from OMWD's system to places of use within the work site. Contractor shall supply an OMWD approved backflow prevention device. Said device shall be utilized with water meter when Contractor is obtaining water from the existing system. Revised 1 1101/06 Contract No. PKS 08-02 Page 106 of 213 14. Construction Staking -7 4 Contractor shall furnish all construction staking required to perform the Work. Contractor shall protect all survey monuments and he shall pay all costs to reestablish any monuments destroyed or disturbed. 15. Salvage Contractor shall meet with the Owner prior to removal of any material or equipment from the Existing Facility, and the Owner shall designate which equipment, piping, valves, and fittings (if any) are to be salvaged by the Contractor. Salvage shall be delivered, unloaded, and stored by the Contractor as directed by Owner at the Parks Maintenance Yard at 1166 Carlsbad Village Drive, Carlsbad, CA 92008. All other equipment and materials removed shall be considered waste and disposed of by the Contractor. 16. Sequence of Work A. Introduction Project Work includes the following major components: demolition of portions of the existing restroom facility, renovation of the restroom facility including connection to all utilities, restoration of the site surrounding the construction to its original condition. A detailed sequence of work for major project components is provided hereinafter. B. General 1) Prior to beginning construction, Contractor shall excavate, expose, and determine ("pothole") the exact location and depth of each and every potential interference including, but not limited to, all facilities shown specifically (depth and location) on these drawings, or which have been located and marked by respective non member companies or utilities. 2) The Contractor shall perform demolition of portions of the existing facility and salvage or dispose of the building materials and appurtenances as directed by the owner. 3) The Contractor shall perform all necessary trenching and earthwork to install new concrete or electrical conduits and services. 4) The Contractor shall perform all necessary construction for renovation of the existing restroom facilities including utility connections as required to provide a fully operational facility. 5) The Contractor shall provide two portable toilets and one portable hand washing station for the duration of the demolition and construction of the restroom facilities and these facilities shall not be removed until the construction is complete and the Contractor is notified to open the restrooms to the public by the Project Inspector. At least one toilet shall be handicap accessible. The Project Inspector shall direct the Contractor's placement of each of these portable facilities. These facilities shall be serviced, stocked and cleaned at least hnro times per week. All costs for providing and servicing these portable toilets and hand wash stations shall be included in the Lump Sum bid price for La Costa Canyon 3 Restroom Renovation and no additional compensation shall be provided. Revised 1 1/01/06 Contract No. PKS 08-02 Page 107 of 213 6) The Contractor shall return the areas affected by construction to their original pre-construction condition. Contractor shall be responsible for repairing any Owner facilities or equipment damaged as a result of his work performance. 7) Any proposed modifications to the Sequence of Work provided herein shall be submitted in writing to the Owner for approval. If approved, said modified Sequence of Work shall be implemented by the Contractor at no additional cost to the Owner. Any proposed modifications to the specified Sequence of Work shall reflect the necessary changes in all other project components. 17. Location of Equipment and Ambient Environmental Conditions All mechanical and electrical equipment shall be designed to operate at the project site, which is located in a public park. Derating and necessary oversizing to achieve performance shall be incorporated in equipment design. Maximum design ambient temperature shall be 100°F and minimum design ambient temperature shall be 40°F. Relative humidity may range from 10% to 95%. Equipment shall be designed to prevent damage which could be caused by high or low ambient temperature within the specified range, freezing, dust in the air, winds of up to 70 mph, and wet weather conditions. Equipment shall be specifically designed to function satisfactorily under said conditions. All electrical and mechanical equipment shall be suitable sealed. 'XI @ 18. Operation and Maintenance Manuals and Training The Contractor shall provide six (6) approved copies of detailed operations and maintenance (O&M) manuals at least 15 days prior to startup and testing for all mechanical and electrical equipment he furnishes. O&M manuals shall be provided for all equipment and shall be in accordance with requirements of "Contractors Submittals Technical Specifications." O&M manuals shall be submitted as shop drawings and shall be subject to approval by the Owner at no cost to the Owner. 19. Specified Model Numbers All model numbers used herein are provided for information only, to assist Contractor in selecting equipment that conforms to specifications. In case of any conflict between model numbers given herein and the descriptive specifications or performance specified, the descriptive specifications and performance specified shall govern. 20. lnspection Fees Contractor shall bear all costs and fees incurred as a result of inspection services furnished by utilities or others. In the event the Contractor requests to work outside the stated working hours, or on holidays, Saturdays, or Sundays, and the Owner agrees to same, the Contractor shall pay for the Inspector's time at the rate of $100.00 per hour. lnspection by the Building Official will not be available after hours or on weekends or holidays. Revised 1 110 1106 Contract No. PKS 08-02 Page 108 of 213 21. Compliance With Contract Documents 1 J' Contractor shall comply with all instructions of Owner to insure compliance with the Contract Documents, including timely completion of work each day, work site clean-up, control of traffic, and placement of signs. If Contractor does not comply with the Contract Documents, then Owner shall provide the required labor, materials, and equipment to perform same and shall deduct the cost from monies otherwise due under the Contract. 22. Geological Conditions at Work Site Contractor shall, satisfy himself with regard to all geologic conditions which may affect Contract Work. Personal investigation by Contractor is mandatory. Contractor may perform excavations on site prior to bid opening. Contact the Owner to arrange for access to site. Neither the information contained in the drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. 23. Safety Requirement of Equipment Furnished by Contractor The equipment furnished by Contractor shall comply with the applicable requirements of the Safety Orders of the Division of Industrial Safety of the State of California. Copies of the Safety Orders as available at the Printing Division, Documents Section, State of California, Sacramento, California 9581 4. 9 24. Best Management Practices (BMPs) d The Contractor shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the most current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference. The Contractor shall indicate in his proposal methods of compliance, equipment utilized to insure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the project manager, the Contractor is not in compliance with this provision City reserves the right to implement BMPs to the maximum extent practical, and deduct payment due or back charge the Contractor for implementation with a 15% markup for administration and overhead. Q Revised 1 1 101106 Contract No. PKS 08-02 Page 109 of 21 3 APPENDIX B SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS Submittals Part 1 General Description ........................................................................................................... 111 Progress Schedule ................................................................................................ 111 Shop Drawing Submittal ....................................................................................... 111 .................................................................................. Materials Sample Submittal 113 Misc . Piping and Appurtenances Part 1 General 1 . 01 Description ........................................................................................................... 114 ................................................. 1.02 Reference Specifications. Codes and Standards 114 1.03 Contractor Submittals .......................................................................................... 114 Part 2 Products Copper Tubing ..................................................................................................... 115 PVCPipe ............................................................................................................... 115 Insulating Connections .......................................................................................... 115 Part 3 Execution 3.01 Installation ............................................................................................................ 115 Doors . Frames and Hardware Part 1 General ........................................................................................................... Description 117 Field Measurement ............................................................................................... 117 Submittals ......................................................................................................... 117 Part 2 Products Manufacturer ........................................................................................................ 117 ........................................................... Hollow Metal Door and Frame Fabrication 118 ...................................................................................................... Door Hardware 119 Part 3 Execution ......................................................................... 3.01 Hollow Metal Doors and Frames 123 ...................................................................................................... 3.03 Door Hardware 123 Q Revised 1 imiros Contract PKS 08-02 Page 110 of 213 Plumbing Fixtures Part 1 General 1.01 Description .... . . .... . . . .. . . . . . .. .. . . .. . .. . ... . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . 125 Part 2 Products 2.01 ADA Compliant Flush Valve Toilet Accessories .................................................. 125 2.02 ADA Compliant Lavatory Basin, Metering Faucets and Accessories .................. 126 2.03 Electric Hand Dryer. .. . . . .. . . . . . . .. . . .. . . . .. . .. . ... .. . . .... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 126 2.04 ADA Compliant Wall Mounted Urinals ................................................................ 127 2.05 Toilet Tissue Dispenser .. .. . . .. ..... . .. . . . . .. . . . .. . . . ... .. . . . . . . . . . . . . . . . . . . . . . . . . . 127 Part 3 Installation .... . . . . . . . . . . . . .. .... ... .. ... . .. . . . . . . . . . . . . . . . . . . . . . .......... . . . . . . . . . . . . . . . . . . . . . . . . . 128 0 Revised 1 1101106 Contract No. PKS 08-02 Page Ill of 213 CONTRACTOR SUBMITTALS TECHNICAL SPECIFICATIONS PART 1 - GENERAL I .Ol Description This Section covers requirements for submittals and forms a part of all other Sections in which submittals are specified or required. A. Submittal Reauirements.lncluded in this Section 1 . Contractor's Construction Schedule 2. Shop Drawings 3. Material Samples, Including Color Samples for Paint, Roofing Materials etc. 4. Operation and Maintenance Manuals 5. Requests for Substitutions or Equals 6. Record Drawings I .02 Progress Schedule A. Within thirty (30) days of Notice of Award, Contractor shall submit a Construction Schedule for construction progress control, prepared on 11 inch x 17 inch charts. All construction activities and procurement shall be indicated in a time scaled format and a calendar shall be shown on all sheets along the entire sheet length. Each activity arrow or node shall be plotted so that the beginning and ending dates of said activity can be determined graphically by comparison with the calendar scale. B. The duration estimate indicated for each activity shall be computed in working days and shall be shown on the construction schedule in calendar days. It shall represent the single best estimate considering the scope of the work and resources planned for the activity. Except for certain non-labor activities, such as curing concrete or delivering materials, activity duration shall not exceed ten (1 0) working days (fourteen (14) calendar days), nor be less than one (I) working day unless otherwise accepted by Owner. Contractor shall modify any portions of the construction schedule that become infeasible due to activities behind schedule or for any other valid reason. Any activity that cannot be completed by its original latest completion date shall be deemed to be behind schedule. 1.03 Shop Drawing Submittal A. Unless otherwise specified in the Contract Documents, Contractor shall furnish for all equipment and materials to be furnished and installed for the project at least six (6) copies of each shop drawing for Owner's review and approval. Four (4) copies will be retained for Owner's use, and two (2) copies will be returned to Contractor. Q Revised 1 110 1106 Contract No. PKS 08-02 Page 112 of 213 The term "Shop Drawings" as used herein shall be understood to include all data covering all equipment, equipment components, fabricated materials, and furnished materials. Data shall include, but shall not be limited to, design calculations, equipment drawings, fabrication and installation drawings, erection drawings, mix designs, operating instructions, catalog sheets, data sheets, lists, graphs, and similar items. Data shall demonstrate compliance with the Contract Documents. Contractor shall submit shop drawings in a timely manner. Contractor shall allow a reasonable period for Owner's review and approval of shop drawings. Contractor shall be responsible for any project delays resulting from late submittal of initial shop drawings or re-submittal of corrected or revised shop drawings. 6. Method of Submittal Contractor shall deliver shop drawings submittals by means of dated, signed, and sequence numbered transmittals on Contractor's letterhead. Contractor shall clearly describe the submittal contents, identifying whether initial or subsequent submittals and stating the drawing numbers and specification sections, articles, and paragraphs to which the shop drawings pertain. All data sheets, catalog cuts, or drawings showing more than the particular item under consideration shall be marked to delete all but the applicable information. Contractor shall comply with Section 2-5.3.3 of the Special Provisions for acceptable form of Submittals. C. Deviations or Exce~tions from Contract Documents Where proposed equipment or materials, equipment components, equipment 9 functions, or equipment operations deviate from the specifications and whenever exceptions to the specifications are taken, it shall be clearly noted on the shop drawing submittals. Deviations shall include references to the specific sections, parts, and paragraphs or drawing numbers and notes for which the deviations or exceptions are made. D. Contractor's Review All shop drawing submittals shall be carefully reviewed by Contractor prior to submission to Owner. Contractor shall indicate by a signed and dated stamp on the submittal that Contractor has checked the shop drawings as being correct and in strict conformance with the Contract Documents. Shop drawings not so reviewed by Contractor may be returned without action taken by Owner, and any delays caused thereby shall be the responsibility of the Contractor. E. Owner's Review 1. Owner's review of the shop drawings submitted by Contractor will cover only general conformity to the Contract Documents. The review of shop drawings shall not relieve Contractor of full responsibility for any deviation from the requirements of the Contract Documents. As specified above, deviations or exceptions to the Contract Documents shall be clearly indicated on the shop drawings. Contractor shall be responsible for any errors or omissions in the shop drawings or for the accuracy of dimensions, quantities, and the design of adequate connections and details. 0) Revised 1 110 1/06 Contract No. PKS 08-02 Page 113 of 213 Unless specified elsewhere, Owner will return three (3) sets of shop drawing submittals to Contractor with his comments noted thereon, within fifteen (15) working days following their receipt by Owner. It is expected that Contractor shall prepare his submittals in such a manner that he is able to obtain a complete and acceptable submittal by the second submission. Owner reserves the right to deduct monies from the amounts due to Contractor to cover the cost of the Owner's review beyond the second submission. F. Corrections and Resubmittals Contractor shall make all required corrections and shall resubmit the required number of corrected shop drawings until found in general conformance with the Contract Documents and design concept of the project. No work that requires shop drawing submittals shall be purchased or commenced until the pertinent shop drawings have been submitted, reviewed, and approved. 1.04 Material Samples Submitted A. General Whenever in the Contract Documents material samples are required, Contractor shall submit to Owner not less than two (2) samples of each such item for review and approval; all at no additional cost to Owner. Upon receiving approval by Owner, one (1) set of the samples will be stamped and dated by Owner and returned to Contractor, and one (1) set of samples shall remain at the job site until completion of the work. Revised 1 1/01106 Contract No. PKS 08-02 Page 114 of 213 MISCELLANEOUS PIPING AND APPURTENANCES TECHNICAL SPECIFICATIONS PART 1 - GENERAL I .Ol Description Pipe shall be furnished and installed as specified in the Specifications and as shown on the Drawings. Where pipe is not specified therein, pipe shall be as specified in Miscellaneous Piping and Appurtenances Technical Specifications. Contractor shall furnish and install piping specialties as shown and specified, complete, including small steel pipe, stainless steel pipe, copper tubing, solvent-welded PVC pipe, mechanical and sleeve couplings, gaskets, bolts, insulating connections, and such other specialties as required for a complete and operable piping system in accordance with the requirements of the Contract Documents. 1.02 Reference Specifications, Codes, and Standards Commercial Standards ANSIINFPA 70-84 ASTM A 120-84 ASTM A 31 2-84~ ASTM B 62-82a ASTM B 88-83a ASTM D 1785-83 National Electric Code Specification for Pipe, Steel, Black and Hot-Dipped Zinc- ? Coated (galvanized) Welded and Seamless, for Ordinary Uses. Specification for Seamless and Welded Austenitic Stainless Steel Pipe. Specification for Composition Bronze or Ounce Metal Castings. Specifications for Seamless Copper Water Tube. Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40,80, and 120. 1.03 Contractor Submittals Contractor shall submit manufacturer's product specifications and performance details in accordance with "Contractor Submittals Technical Specifications". 0 Revised 1 1101106 Contract No. PKS 08-02 Page 115 of 213 PART 2 - PRODUCTS .uxr+ 2.03 Copper Tubing Copper tubing shall conform to the requirements of ASTM B 88 and shall be Type K, soft temper for buried tubing and hard-drawn for above-ground application. Fittings shall be soldered or sweated on and shall be of cast bronze or forged brass containing 85 percent copper. Soldered joints for water working pressures below 100 psi shall contain 50-percent tin and 50-percent lead. For higher water working pressures and for compressed air lines, soldered joints shall contain 95-percent tin and 5-percent antimony. For oxygen service, joints shall be made with silver solder. 2.04 PVC (Polyvinyl Chloride) Pipe, Schedules 40 and 80 PVC pipe shall be made from all new rigid unplasticized polyvinyl chloride and shall be Normal Impact (Type I) to conform to the requirements of ASTM D 1785, unless otherwise shown. Schedule 40 fittings shall conform to ASTM D-2466, Schedule 80 socket fittings to ASTM D-2467 and ASTM D-2464 for threaded Schedule 80 fittings. Unless otherwise shown, joint design shall be for solvent-welded. Both pipe and fittings shall be the product of one manufacturer. 2.08 Insulating Connections A. General lnsulating bushings, unions, couplings or flanges, as appropriate, shall be used for joining pipes of dissimilar metals, and for piping systems where corrosion control and cathodic protection are involved, or where specified on drawings. B. Material Insulating connections shall be of nylon, Teflon, polycarbonate, polyethylene or other non-conductive materials, and shall have ratings and properties to suit the service and loading conditions. PART 3 - EXECUTION 3.01 Installation A. General All piping shall be installed as specified in the Basic Pipeline or Basic Sewer Specifications. Revised 1 1101106 Contract No. PKS 08-02 Page 116 of 213 B. PVC and CPVC Pipe 1 4 PVC and CPVC pipe joints shall be solvent-welded in accordance with the manufacturer's instructions. Expansion joints or pipe bends shall be provided to absorb pipe expansion over a temperature range of 100 degrees F, unless othennrise shown. Care shall be taken to provide sufficient supports, anchors, and guides, to avoid stress on the piping. The Contractor shall obtain the services of the PVC and CPVC pipe supplier, to instruct the pipe fitters in the correct way of making solvent welded joints. Only clean, fresh solvent shall be used at any time. Pipe couplings shall be installed in strict accordance with the manufacturer's printed recommendations. E. Gaskets for Flanged Joints Wherever blind flanges are shown, the gaskets shall consist of 118-inch thick cloth-inserted rubber or fiber sheet (no asbestos shall be allowed) which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. F. Insulatinq Connections ."? All insulating connections shall be installed in accordance with manufacturer's printed instructions. @ Revised 1 1/01106 Contract No. PKS 08-02 Page 117 of 213 DOORS, FRAMES, AND HARDWARE TECHNICAL SPECIFICATIONS PART 1 - GENERAL 1 .O1 Description Contractor shall furnish and install all doors, frames, hardware, and related items, complete and operable, as specified herein and shown on the Drawings. 1.02 Field Measurements Prior to fabrication, Contractor shall verify all conditions affecting the work specified herein, including obtaining accurate opening dimensions and embedded anchorage arrangements. Discrepancies shall be reported to the Owner prior to commencing work. 1.03 Submittals Complete fabrication, assembly, and installation drawings, together with details and data governing materials used and other accessories furnished, shall be submitted for approval in accordance with the Contractor Submittals Technical Specifications. Data shall include, but not be limited to, the following: A. Door and frame details. 6. Hardware reinforcement. C. Schedules showing sizes, types, and locations of door louvers and glazing, if any. D. Anchorage details. E. Manufacturer's literature and any engineering calculations that may be required elsewhere in this section. F. Complete detailed hardware list, hardware schedule, and manufacture's literature on each item. G. Hardware schedule shall indicate type, manufacturer's name, catalog number, location, and finish of each item to be furnished. Schedule shall also include a complete template list showing template references and data for each item requiring preparation of metal doors and frames. PART 2 - PRODUCTS 2.01 Manufacturer A. Hollow Metal Doors and Frames Doors and frames shall be as manufactured by Krieger Steel Products Co., Security Metal Products Corp., Amweld Building Products, or approved equal. All doors and frames shall be manufactured by a single manufacturer. 6. Door Hardware Refer to Hardware Schedule, herein. Revised I I RIIOB Contract No. PKS 08-02 Page 118 of 213 2.04 Hollow Metal Door and Frame Fabrication A. General Hollow metal doors and frames shall be manufactured in accordance with the Steel Door Institute. 9. Doors Doors shall be of hollow metal construction with steel reinforced ribs, full flush design, 1-314" thick, with no visible seams. Door face sheets shall be formed with seamless 16 gauge steel. Seams at edges shall be continuously and fully welded and ground smooth. Filled joints will not be acceptable. Vertical edges of door shall be reinforced with 14 gauge steel channels the entire height of door. Top and bottom of doors shall have continuous 16 gauge reinforcing channels welded to the face sheets. Doors shall be mortised, reinforced (not less than 8 gauge reinforcement for hinges and 12 gauge for locks and closers), drilled, and tapped in accordance with hardware templates. Reinforcement plates (not less than 14 gauge) shall be provided at all surface applied hardware locations. Reinforcement around openings for louvers and glazing shall be 12 gauge channel reinforcement welded to face sheets. Opening sizes shall be as shown on the Drawings. Louvers shall be mounted in the doors prior to painting. Doors shall be rigid and free from warpage or buckle. Tops of exterior doors shall be provided with flush, water, and weather tight top enclosures. Doors shall be formed and bonded to a rigid fireproof and moisture proof .*.a honeycomb core. Doors and frames specified or shown on Drawings as fire rated d shall conform to Underwriters Laboratories listings and shall be UL labeled, indicating the type of certification rating. C. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonry or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. @ Revised 1 I MI106 Contract No. PKS 08-02 Page 119of 213 D. Factory Prime Coating Requirements All interior and exterior doors and frames shall be thoroughly cleaned to remove all rust, scale, grease, and oil, then treated with a chemical compound to assure maximum paint adherence, and prime coated with corrosion-inhibiting primer compatible with finish paint specified on Drawings or in the Basic Coating and Painting Specifications. E. Door Frames Door frames shall be of type and sizes as shown, formed of 14 gauge type 304 stainless steel. Frames shall have integral stops. All seams and joints shall be continuously and fully welded. All exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled, and tapped in the shop to receive mortised template hardware as required. Reinforcement shall be type 304 stainless steel, 8 gauge at hinges and 12 gauge at strikes and closers. Provide a minimum of 3 adjustable masonry or steel stud type anchors at each jamb (30" on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14 gauge metal clip angles to bottom of each jamb member to provide floor anchorage. F. Finish All interior and exterior doors shall be provided with smooth gloss surface, minimum Value 88 in accordance with ASTM 0523. Color shall be as selected by Owner. Stainless steel frames shall be uncoated and provided with a uniform brushed finish. 2.05 Door Hardware A. General Provide all items of hardware indicated on the Drawings and as herein specified, or where necessary for. complete installation and proper operation. Door hardware shall be coordinated with all other related work, including template information for door and frame fabrication. All hardware furnished in connection with doors bearing UL labels or where necessary to meet special requirements will be in strict accordance with conditions established by the authority having jurisdiction and shall be subject to approval of that authority. B. - Finish The finish of all hardware shall be 630 (US32D) brush stainless steel, unless otherwise specified in the Hardware Schedule. @ Revised 1 IMIEOB Contract No. PKS 08-02 Page 120 of 21 3 All locks and cylinders shall be master keyed to the Owner's requirements. Hardware supplier shall submit a keying schedule for approval by Owner prior to order for locks and keying of cylinders. Contractor shall coordinate between Owner and hardware supplier in developing keying schedule. At the completion of the project, Contractor shall furnish Owner with 5 master keys and 3 keys per cylinder keying combination. During construction, all locks shall be furnished with construction cylinders and construction keys. Contractor shall furnish Owner with 2 construction master keys. All locks and locksets shall be manufactured by Schlage, no substitutes. D. Hinaes and Pivots Hinges shall be full mortise, template type, unless otherwise specified measuring a minimum of 4.5" x 4.5". All doors over 7'-6" shall have one extra hinge for each 2-112' of height and shall measure a minimum of 5"x 4.5". Width of hinges shall be determined by trim conditions. All door hinges shall be provided with non- removable and non-rising pins. E. Locksets and Latchsets All locksets and latchsets shall be mortise type with anti-friction, 2 piece latchbolts, with a minimum 314" throw and minimum 1" throw deadbolt. Locksets and latchsets at fire rated doors shall meet code requirements. Function shall be appropriate for door use. All locks shall be provided with the same cylinder and keyway for master keying. All locks shall be the product of the same manufacturer as the locksets, unless otherwise specified. @"? Padlocks shall be heavy-duty type, keyed as directed, and shall be of the same d manufacturer as the locksets. Locks and locksets shall be manufactured Schlage, no substitutes. F. Panic Bars (Exit Devices) Where shown on Drawings or specified herein, doors shall be equipped with UL labeled, touchbar exit devices (panic bars) capable of opening door even when locked. Panic bars shall be provided with mortise lock devices and auxiliary bolt for deadlocking, and shall be constructed of corrosion-resistant hardware. Panic bars and shall be as manufactured by Von Duprin, Inc., Sargent, or approved equal. G. Door Closers All door closers shall be the product of one manufacturer. All door closers shall have full metal covers, adjustable spring power and adjustable backcheck. Closers shall have backcheck regulating screws, with separate screws for closing and latching speeds. Whenever possible, closers shall be installed with arms parallel to the closed door. Closers for out-swinging exterior doors shall be top- jamb mounted and furnished with adapter plates for doors under 7-6". If necessary, closers may be mounted on drop brackets on doors 7-6" and over. On double doors, provide a door closer on each leaf. Maximum allowable "door closer" opening force shall be: 5 pounds for interior doors, 8.5 pounds for exterior doors, and 15 pounds for fire doors. @ Revised 1 1101106 Contract No. PKS 08-02 Page 121 of 213 H. Door Stous and Holders Stops shall be provided with machine screws and threaded anchors at concrete or masonry, and toggle bolts at plaster and gypsum board. I. Push Plates, Pulls, and Kickdates Push plates shall be 4" x 16" x 0.050" thick, unless otherwise specified. All pulls shall be thru-bolted under the push plates and shall have beveled mounting holes. Mounting hardware shall not protrude beyond the plates. Kickplates shall be stainless steel, 0.050" thick, beveled on 3 sides, 10" high; except where necessary to clear a louver in which case they shall be 8" high. Width shall be door size, less 2" for single doors and door width, less 1" for double doors. J. Thresholds All thresholds not extending beyond face of doorframe shall be 1 piece, full width of opening, 112" maximum rise. Thresholds extending beyond face of doorframe may be two-piece and shall have mitered ends for the portion of threshold extending beyond the door frame. All thresholds shall be provided with stainless steel machine screws in threaded expansion anchors at concrete. K. Hardware Schedule The following hardware schedule is provided as a guide. Contractor shall furnish all hardware necessary for the project. Hardware required for any particular location, but not scheduled, shall be the same as that scheduled for similar locations. Catalog numbers listed in the hardware schedule are from the catalogs of the following manufacturers: BBW C H LCN N Mc P Q RE RU SCH STA VD Builders Brass Works Corbin Co. Hager LCN Closers Norton Door Controls McKinney Mfg. Co. Pemko Mfg. Co. Quality Hardware Co. Reese Enterprises, Inc. Russwin Schlage (No substitute) Stanley Von Duprin, Inc. Zero Weatherstripping Revised I llOlMf3 Contract No. PKS 08-02 Page 122 of 213 Listed manufacturers are used to establish the quality and type of hardware to be furnished. Hardware equal in quality and function may be submitted to Owner for approval, with the exception of items noted "no substitute", provided Contractor demonstrates substitute hardware conforms in function, quality, finish, and workmanship to the products hereinafter specified. Provide product of one manufacturer for each specified hardware item for standardization of appearance, maintenance, and replacement. Hardware Schedule Quantity item Manuf. Description, Cataloq No. Finish HW-1 (Ext. Single Door up to 4-0" W x 7'-6" H) Each door shall have: 3 1 1 1 I 1 set 1 2 2 1 @ Revised 1 1101106 Hinges Mc Lockset SCH Stop Q Holder Q Threshold H HeadIJamb P Bottom P Handle H Pull Plate H Kick Plate H T4B3386 (5") L464 433ES 1 149A 403s 290AS 216AV TP4E (Handicap) A30S (1) cut for cylinder 190s (CSK) Contract No. PKS 08-02 US32D US26D US26D US26D US32D USP USP US32D US32D US32D Page 123 of 213 PART 3 - EXECUTION rrr-r*"- 3.01 Hollow Metal Doors and Frames A. Doors and frames shall be shipped and stored with temporary stiffeners and spreaders to maintain frames in alignment. Storage shall be in a manner that will prevent rusting, damage, or marring of finish. B. All work shall be shop fabricated to required profiles with edges straight, true, and sharp. Fabricate and fit accurately with hairline joints at corners, surfaces free of warp, wave, buckle, and other defects. Welding "Best Grade Commercial Work, with all exposed beads ground smooth. C. Door and frame assemblies shall be installed plumb, square, and level, and be securely and rigidly anchored to the adjoining construction. Door and frame assemblies shall be installed in accordance with approved shop drawings and printed recommendations and instructions of the manufacturer. D. Doors shall be installed with a maximum clearance of 118" at head, 3132" at strike jamb, 118" at butt jamb, and as required where thresholds are listed, and shall not exceed the manufacturer's specified limits. E. All work shall be coordinated with the work of related subcontractors and suppliers to assure a proper installation. F. Protect installed doors against damage during construction. 3.03 Door Hardware A. Installation 1. All hardware items shall be installed in accordance with manufacturer's written recommendations and instructions. 2. All finish hardware work shall be neat and secure, installed to develop full strength of components and provide proper function. 3. Contractor shall take preventative measures to avoid marring, scratching, or otherwise damaging adjacent finishes during installation. 4. Latchbolts shall be installed to automatically engage in strikes, whether activated by closers or manually. In no case shall additional manual pressure be required to engage latchbolt in strike. 5. Closers and hinges shall be adjusted to operate doors evenly without noise and binding. Closers, closer arms, and hold-open arms shall be attached with six bolts. 6. Stops and holders shall be installed to allow doors to open as far as possible. Revised I 1 /01/06 Contract No. PKS 08-02 Page 124 of 21 3 7. Wall mounted hardware shall be installed over solid structural backing or solid blocking in hollow walls. 3 8. Thresholds shall be installed with ends neatly coped to fit profile of door jamb. Thresholds shall be set in sealant with ends sealed to door jambs, or closed with mitered ends when threshold extends beyond door jamb. 9. All doors shall be provided with weatherstripping or seals unless product weatherstripping or other special seals are specified. 10. Mounting of door hardware shall be in accordance with the published recommendations of the Door and Hardware Institute. B. Protection 1. Contractor shall provide removable protection on exposed surfaces of hardware to prevent damage or staining of hardware during construction. Hardware protection shall be removed just prior to final cleaning and polishing. 2. All finish hardware shall be fitted and dismantled before painting work and shall be reinstalled after finish painting work or provided with paint protection prior to painting work. C. Warranty All hardware shall be warranted for a period of 2 years from the date of 4 acceptance of the project. Defects in material and workmanship occurring during the warranty period shall be corrected to the satisfaction of the Owner. D. Special Tools Contractor shall provide 2 sets of installation and adjusting tools. Revised 1 1101/06 Contract No. PKS 08-02 Page 125 of 213 PLUMBING FIXTURES TECHNICAL SPECIFICATIONS PART 1 - GENERAL I I Description A. Contractor shall furnish all labor, material, and equipment and perform all operations necessary to install all plumbing fixtures and perform all associated plumbing construction as required in the Contract Documents B. Contractor shall make all preparations and do all work necessary to receive and adjoin other work. C. Contractor shall give the work his personal supervision and shall keep a competent foreman on the job at all times. D. Contractor shall inspect and verify position of all pipe and drain locations for connection to other construction including existing plumbing. E. Contractor shall arrange necessary storage space for construction materials at the job site. F. Contractor shall call for all inspections required in the course of his work. G. Contractor shall submit manufacturer's specifications, literature, and drawings, including all pertinent dimensions, to the Owner for approval. Equipment shall be as specified from manufacturers listed. PART 2 - PRODUCTS 2.01 ADA COMPLIANT FLUSH VALVE TOILET AND ACCESSORIES Toilet Fixture Vitreous china. Color, White. Water Saving (1 3.2 Lpf13.5 gpf). Wall-mounted elongated bowl. Fully glazed 2 % inch ballpass trapway. Condensation channel. Direct-fed siphon jet action. 1-112" inlet spud. 10" x 12" water surface area. Top Spud. Meets or exceeds the following specifications: ASME A1 12.19.2M (and 19.6M) for Vitreous China Fixtures - includes Flush Performance, Ball Pass Diameter, Trap Seal Depth and all Dimensions. American Standard lnstanto Elongated Flush Valve Toilet, Model 2512.010. Carrier Adjustable, horizontal siphon jet water closet "Rigid System" with 4 [I021 No-Hub connections. Complete with Dura-Coated cast iron right hand, left hand, or double main fitting, with 2 [51] vent, adjustable gasketed faceplate, universal floor mounted foot supports, corrosion resistant adjustable ABS coupling with integral test cap, fixture bolts, trim, and stud protectors. Rear anchor tie down and bonded "Neo-Seal" gasket. @ Revised 11RIMB Contract No. PKS 08-02 Page 126 of 21 3 Zurn Siphon Jet Model 1203-N 9 Flushometer 4 Quiet, Exposed, Diaphragm Type, Chrome Plated Closet Flushometer with the following features: PERMEXTM Synthetic Rubber Diaphragm with Dual Filtered Fixed Bypass ADA Compliant Metal Oscillating Non-Hold-Open Handle with Triple Seal Handle Packing Aesthetically contoured Cover, Handle Socket and Flanges 1" I.P.S. Screwdriver Bak-ChekTM Angle Stop Free Spinning Vandal Resistant Stop Cap Adjustable Tailpiece High Back Pressure Vacuum Breaker Flush Connection with One-piece Bottom Hex Coupling Nut Spud Coupling and Flange for 1%" Top Spud Sweat Solder Adapter with Cover Tube and Cast Set Screw Wall Flange High Copper, Low Zinc Brass Castings for Dezincification Resistance Non-Hold-Open Handle, Fixed Metering Bypass and No External Volume Adjustment to Ensure Water Conservation Flush Accuracy Controlled by CIDTM Technology Diaphragm, Handle Packing, Stop Seat and Vacuum Breaker to be molded from PERMEXTM Rubber Compound for Chloramine Resistance Sloan Royal Flushometer Model 11 0.3 ? Seat - 4 Solid plastic commercial weight heavy-duty seat. Seats shall be No. 95SSC as manufactured by Olsonite Co. Contoured seats shall be heavy-duty injection molded plastic with open front, less cover, and self sustaining stainless steel hinges. Seats shall feature large molded-in bumpers. Color to be white. Olsonite Model 95SSC 2.02 ADA COMPLIANT LAVATORY BASIN, METERING FAUCETS, AND ACCESSORIES. Faucets Polished chrome-plated single basin lavatory, slow-closing metering faucet with an integral brass 3-112" [89mm] centerline spout, and a vandal-resistant, ADA compliant color-coded brass handle. Easily adjustable cycle time, preset to 10 seconds at 80 PSI. Unit is furnished with a water-conserving aerator which reduces flow to .25 GPC [.95 L] (complying with ANSI A1 12.18.1 Standard for flow), mounting hardware and a 112" [13mm] NPSM coupling nut for standard lavatory riser. . Zurn Aquaspec Model 2-86100. counter to^ Lavatory Vitreous china, self-rimming-front overflow, supplied with template and color matched sealant, equipped with faucet ledge. American Standard Aqualyn Model # 0475.047 @ Revised 1 1101106 Contract No. PKS 08-02 Page 127 of 213 2.03 ELECTRIC HAND DRYER r '.*up Hand Dwer One-piece, minimum 118" (3mm) thick, grey iron-casting is finished in high-gloss, acid- resistant, multicoat vitreous enamel. Equipped with a two-position, self-returning, chrome-plated air-outlet nozzle. Graphic operating instructions are permanently fused with vitreous enamel cover for maximum vandal- and wear-resistance. Air-inlet and - outlet openings are equipped with vandal-resistant grilles. Cover is secured to mounting base with two concealed, vandal-resistant, recessed hexscrews. Concealed air-intake grilles and inaccessible heating element with no projecting nozzles or push buttons. No- touch electronic operation; automatically turn off when hands are moved away. Even drying temperature with large airflow output. Solid-state electronics; 1110" hp, 6200 rpm universal motor and heating element is equipped with automatic thermal overload switches; centrifugal fan delivers 150 cfm (UL and C-UL Listed). Bobrick 8-700 Surface Mounted Hand Dryer 2.04 ADA COMPLIANT WALL MOUNTED URINALS Urinals Vitreous china, low consumption (3.8 Lpfl 1.0 gpf), flushing rim, siphon jet flush action, 314 " inlet spud, outlet connection threaded 2" inside (NPTF), wall hanger, meets ANSI flush requirements of 0.7 to 1.0 GPF. Color ~hiteherican ~tandafd Allbrook 1.0 Model 6541 .I32 Top Spud Flushometer Exposed urinal flushometer for % inch top spud urinal. Low consumption (1.0 gpf I 3.8 Ipf), quiet, exposed, diaphragm type, chrome plated urinal flushometer with the following features: Dual filtered bypass. Diaphragm, handle packing, stop seat and vacuum breaker to be molded from Permex rubber compound for chloramines resistance. ADA compliant metal oscillating non-hold-open handle with triple seal handle packing. Valve Body, Cover, Tailpiece and Control Stop shall be in conformance with ASTM Alloy Classification for Semi-Red Brass. Valve shall be in compliance to the applicable sections of ASSE 1037, ANSIIASME I 12.1 9.6, and Military Specification V-29193. Sloan Model 186.1 2.05 TOILET TISSUE DISPENSER Dispenser 316L 12-gauge stainless steel single wall construction. Smooth brushed #4 finish. Smooth rounded flat bends. TIG welding. Exposed edges chamfered. Stainless steel compartment for padlock. ADA compliant, exception free. Mounts directly to metal, concrete, or heavy wood with anchor bolts. Accepts 10-inch and 14-inch jumbo rolls. "Universal" Accepts ALL roll products from all sources. Vandal Stop Products Model JRD *(No Substitutions) NOTE TO CONTRACTOR 1 THESE PLUMBIG FIXTURES ARE STANDARD FIXTURES FOR CITY OF CARLSBAD PARK RESTROOM FACILITIES AND ARE INDICATED AS SUCH. NO EXCEPTIONS TO THESE FIXTURES WILL BE ACCEPTED. SUBMITTING A BID INDICATES THAT THE CONTRACTOR AGREES TO SUPPLY THE INDICATED PLUMBING FIXTURES. PART 3 - INSTALLATION Installation shall be in accordance with the UBC and manufacturer's written instructions. @ Revised 11101106 Contract No. PKS 08-02 Page 128 of 213 APPENDIX C SPECIAL PROVISIONS BASIC SPECIFICATIONS Coating and Painting Part 1 General 1.01 Scope ................................................................................................................... 134 ............................................................. 1.02 Reference Specifications and Standards 135 1.03 Painting Subcontractor ......................................................................................... 135 1.04 Shop Drawing Submittals ...................................................................................... 135 1.05 Quality Assurance ............................................................................................... 135 .......................................................................... 1.06 Safety and Health Requirements 136 1.07 Extra Stock ........................................................................................................... 137 Part 2 Products ................................................................................................................. 2.01 General 137 2.03 Service Condition A ............................................................................................. 138 2.12 Service Condition B ............................................................................................ 139- 2.13 Service Condition C .............................................................................................. 1394 .............................................................................................. 2.15 Service Condition D 140 2.17 Service Condition E ............................................................................................. 141 2.18 Service Condition F ......................................................................................... 141 2.21 Miscellaneous Coatings ........................................................................................ 141 Part 3 Execution ................................................................................................................. General Surface Preparation. Ferrous Metal ...................................................................... Surface Preparation. Concrete and Masonry ....................................................... Surface Preparation. Wood and Composite Materials .......................................... Coating and Painting Application. General ........................................................... Shop Coating ........................................................................................................ Protective Coating and Painting Schedule ........................................................... Color Scheme ....................................................................................................... ................................................................................................................. Cleanup Concrete Specifications Part 1 General 1 . 01 General Requirements ......................................................................................... 1.02 Reference Specifications, Codes and Standards ................................................. 1.03 Contractor Submittals ........................................................................................... 1.04 Quality Assurance ................................................................................................. @ Revised I lM1106 Contract No . PKS 08-02 Page 129 of 21 3 Part 2 Products Concrete Materials ............................................................................................... Curing Materials .................................................................................................... Expansion Joints ................................................................................................... Joint Sealant ......................................................................................................... Concrete Bond Breaker ........................................................................................ Concrete Design Requirements ............................................................................ ........................................................................................................... Consistency Ready-Mixed Concrete ......................................................................................... Part 3 Execution Proportioning and Mixing ..................................................................................... Preparation of Surfaces for Concreting ................................................................ Handling. Transporting and Placing ..................................................................... Pumping of Concrete ............................................................................................ Order of Placing Concrete .................................................................................... Tamping and Vibrating .......................................................................................... Finishing Concrete Surfaces ................................................................................. Curing and Damproofing ....................................................................................... .............................................................................................................. Protection Curing in Cold Weather ........................................................................................ Treatment of Surface Defects ............................................................................... Care and Repair of Concrete ................................................................................ Concrete Formwork Part 1 General 1 . 01 General Requirements ......................................................................................... 1.02 Reference Specifications. Codes and Standards ................................................. I . 04 Quality Assurance ................................................................................................. Part 2 Products ................................................................................................................. 2.01 General 2.02 Forms and Falsework Materials ............................................................................ Part 3 Execution ................................................................................................................. 3.01 General .......................................................................................................... 3.02 Form Design .......................................................................................................... 3.03 Construction 3.04 Reuse of Forms .................................................................................................... 3.05 Removal of Forms ................................................................................................. 3.06 Maintenance of Forms .......................................................................................... Revised 11MllO6 Contract No . PKS 08-02 Page 130of 213 Concrete Reinforcement Part 1 General 1.01 General Requirements ......................................................................................... 1.02 Reference Specifications. Codes and Standards ................................................. 1.03 Contractor Submittals ........................................................................................... Part 2 Products 2.01 Reinforcement Steel ............................................................................................. Part 3 Execution ................................................................................................................. 3.01 General 3.02 Placing ................................................................................................................... ..................................................................................................... 3.03 Spacing of Bars .................................................................................................................. 3.04 Splicing 3.05 Cleaning and Protection ........................................................................................ Concrete Masonry Part 1 General 1.01 General Requirements ......................................................................................... 1.02 Reference Specifications. Codes and Standards ................................................. 1.03 Quality Assurance ................................................................................................. 1.04 Product Storage .................................................................................................... Part 2 Products ................................................................................................................ Materials Mortar & Grout ...................................................................................................... Part 3 Execution ....................................................................................................... Workmanship .......................................................................................... Protection of the Work Masonry Units ....................................................................................................... ..................................................................................................................... Joints ............................................................................................................ Reinforcing ................................................................................................................. Grouting Cleaning and Protection ....................................................................................... Earthwork ................................................................................................................... Scope . . Protection of Exrsttng Work ................................................................................... Grade Control ........................................................................................................ .......................................................................................... Clearing and Grubbing Field Compaction Tests ........................................................................................ Materials to be Excavated ..................................................................................... ............................................................................................................ Excavation Fill and Backfill ...................................................................................................... Finish Grading ....................................................................................................... @ Revised 1 1101106 Contract No . PKS 08-02 Page 131 of 213 -~:%+ Part 1 General Electrical ........................................................................................................... 1 . 01 Description 1.02 Reference Codes and Standards ......................................................................... ............................................................................................................. 1.2 Submittals 1.3 Delivery Storage and Handling ............................................................................. ........................................................................................................ 1.05 Public Utilities Part 2 Products ................................................................................................................. General ............................................................................................................. Grounding Pull Boxes ............................................................................................................. .................................................................................................................. Conduit Conductors and Cable .......................................................................................... Switches and Relays ............................................................................................. .......................................................................................................... Receptacles Device Boxes. Junction Boxes. and Fittings ......................................................... Disconnect Switches ............................................................................................. Low-Voltage Cable Splices ................................................................................... Miscellaneous Equipment and Material ................................................................ Part 3 Execution 3.01 General ................................................................................................................. 3.02 Conduit Installation ............................................................................................... 3.03 Conductor and Cable Installation .......................................................................... 3.04 Installation of Boxes and Wiring Devices ............................................................. 3.05 Transformer Installation ........................................................................................ .............................................................................................................. 3.06 Protection ........................................................................................................ 3.07 Workmanship Structural Steel and Miscellaneous Metal Work Part 1 General 1 . 01 General Requirements ......................................................................................... 1.02 Quality Assurance ................................................................................................. ............................................................................................................. 1.03 Submittals Part 2 Products Part 3 Execution ........................................................................................................... 3.01 Fabrication ................................................................................................................. 3.02 Erection a Revised 1 1101106 Contract No . PKS 08-02 Page 132 of 21 3 Basic Built Up Roofing Specifications Part I General 1 . 01 Description of Work .............................................................................................. Part 2 Products Acceptable Manufacturers .................................................................................... Sheet Materials ..................................................................................................... Bituminous Materials ............................................................................................. Cant Strips ............................................................................................................ .............................................................................................................. Fasteners Pitch Pan Sealant ................................................................................................. Part 3 Execution ................................................................................................... Roof Preparation Installation of Base Sheet ..................................................................................... Application of Ply Sheets ...................................................................................... Application of Flood Coat and Gravel ................................................................... Flashing Installation .............................................................................................. Safety Measures ................................................................................................... @ Revised 1 IIOIMB Contract No . PKS 08-02 Page 133 of 21 3 BASIC COATING AND PAINTING SPECIFICATIONFOR FACILITIES PART 1 - GENERAL 1.01 Scope A. The work included in this section consists of furnishing all labor, materials, apparatus, scaffolding and all appurtenant work in connection with coating and painting, as indicated on the drawings and as specified herein. 6. In general, the following surfaces are to be coated or painted: 1. Exposed piping and other metal surfaces, interior and exterior. 2. All submerged and intermittently submerged metal surfaces, except stainless steel. 3. All structural and miscellaneous steel, including tanks. 4. All exterior above ground concrete and masonry. 5. The interior of certain structures as specified in the Painting andlor Coating Schedule. 6. Equipment furnished with and without factory finished surfaces. 7. Doors, frames, woodwork and architectural trim work. C. The following surfaces shall not be coated or painted unless shown or specified herein, or elsewhere in the Contract Documents. 1. Stainless steel. 2. Equipment nameplates, machined surfaces and grease fittings. 3. Non-ferrous and galvanized ferrous metal, including: (a) floor gratings, plates and frames, (b) handrails, (c) stair treads, stringers and supports, (d) ladders and supports, (e) chain link fencing and appurtenances, (f) conduits. D. In no case shall any concrete, wood, metal or any other surface requiring protection be left uncoated or unpainted, even though not specifically defined herein. @ Revised 11101106 Contract No. PKS 08-02 Page 134 of 21 3 I .02 Reference Specifications and Standards 1 Without limiting the general aspects of other requirements of these specifications, all 4 surface preparation, coating and painting of surfaces shall conform to the applicable requirements of the National Association of Corrosion Engineers (NACE), the Steel Structures Painting Council (SSPC), the American Concrete Institute, the Forest Products Research Society, and the manufacturer's printed recommendations. In the event of a conflict between codes, reference standards, drawings, and these specifications, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Owner for clarification and direction prior to ordering or providing any materials or labor. 1.03 Painting Subcontractor Where protective coatings are to be performed by a subcontractor, said subcontractor must possess a valid state license as required for performance of the painting and coating work called for in this specification and shall have a minimum of five years practical experience and successful history in the application of specified products to surfaces and facilities of water and wastewater treatment facilities. Upon request, he shall substantiate this requirement by furnishing a list of references. 1.04 Shop Drawing Submittals For each coating system to be used, the Contractor shall submit for Owner's review and approval the following data: 1. Paint manufacturer's data sheet for each product used, including statements on the suitability of the material for the intended use. 3 2. Paint manufacturer's instructions and recommendations on surface preparation and application. 3. Samples of colors and finishes available for each product. Where custom mixed colors are specified (e.g. to match colors of existing coated surfaces), the submitted color samples shall be made using color formulations prepared to match the color samples furnished or specified by the Owner. The color formula shall be provided with each color sample. 4. Compatibility of shop and field applied coatings (where applicable). 5. Material safety data sheet for each product used. 1.05 Quality Assurance A. Coatinq and Paintinq A~~lication No coating or paint shall be applied: when the surrounding air temperature or the temperature of the surface to be coated or painted is below 40°F (4.4"C); to wet or damp surfaces or in rain, snow, fog, or mist; when the temperature is less than 5°F (2.8"C) above the dew point; when it is expected the air temperature will drop below 40°F (4.4"C) or less than 5°F (2.8"C) above the dew point within 8 hours after application of coating or paint. Dewpoint shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. - @ Revised 1 IIOIMB Contract No. PKS 08-02 Page 135 of 213 If above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. 6. Inspection Concrete, non-ferrous metal, plastic and wood surfaces shall be visually inspected to insure proper and complete coverage has been attained. A destructive testing instrument, such as a Tooke Gage, shall be used if deemed necessary. Thickness of coatings and paint on ferrous metal surfaces shall be checked with a non-destructive, magnetic type dry film thickness gauge. Coating integrity of Systems A and C surfaces shall be tested with an approved inspection device. Holiday detectors shall not exceed the voltage recommended by the manufacturer of the coating system. For film thicknesses between 10 and 20 mils (0.25 mm and 0.50 mm) a non-sudsing type wetting agent such as Kodak Photo-Flo, shall be added to the water prior to wetting the detector sponge. All pinholes shall be marked, repaired in accordance with the manufacturer's printed recommendations and retested. No pinholes or other irregularities will be permitted in the final coating. In cases of dispute concerning film thickness or "holidays", the Owner's calibrated instruments and measurements shall predominate. Wide film thickness discrepancies shall be measured and verified with a micrometer or other approved measuring instrument. Contractor shall give the Owner a minimum of 3 working days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 working days advance notice of the start of any shop surface preparation work or coating application work. C. Warranty Inspection Warranty inspection shall be conducted during the eleventh month of the Contract warranty period. The Contractor and a representative of the coating material manufacturer shall attend this inspection. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Owner. I .06 Safety and Health Requirements A. General Surface preparation and application of coatings shall be performed by the Contractor in compliance with all applicable federal, state, and local occupational safety, health, and air pollution control regulations. The Contractor shall obtain and comply with all safety precautions recommended by the paint manufacturer in printed instructions or special bulletins. The Contractor shall provide and require use of personnel protective lifesaving equipment for persons working in or about the project site. Revised 1 1/01/06 Contract No. PKS 08-02 Page 136 of 21 3 B. Head and Face Protection and Respiratorv Devices .L(I"*I2 Equipment shall include protective eye protection, hearing protection and d respiratory protection, which shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during sandblasting shall wear eye and face protection devices and air-purifying, half-mask or mouthpiece respirator with appropriate filter. C. Sound Levels Whenever the occupational noise exposure exceeds the maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices. D. Illumination Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the Owner, the Contractor shall provide additional lighting and necessary supports to illuminate all areas to be inspected. The Owner shall determine the level of illumination for inspection purposes. E. Temporarv Ladders and Scaffoldinq All temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected where requested by the Owner to facilitate inspection and be moved by the Contractor to locations requested by the Owner. 1.07 Extra Stock Upon completion of all coating and painting work, Contractor shall deliver to the Owner a minimum of two 1 gallon cans of each type and color of finish paint and coating used on the project and two 1 gallon cans of each primer. Each container shall be unopened and properly labeled for identification and have a manufacture date within two months of the date of delivery to the Owner. PART 2 - PRODUCTS 2.01 General A. Products specified are that which have been evaluated for the specific service and are listed to establish a standard of quality. Requests for product substitution are subject to the requirements of section "Contractor Submittals Technical Specifications". B. All materials shall be brought to job site in original sealed containers. Contractor shall provide coating material name, formula or specification number, batch number, color and date of manufacture to the Owner. Coating materials shall not be used until the Owner has inspected contents and checked information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. 1 4 a Revised 1 1101106 Contract No. PKS 08-02 Page 137 of 21 3 C. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paints must be stored to conform with city, county, state, and federal safety codes for flammable coating or paint materials. Water based coatings or paints shall be protected from freezing. D. Contractor shall use products of same manufacturer for all coating systems unless approved in writing by the Owner. E. It is the intent of this specification that all coatings used meet local, state, and federal air pollution control regulations. These regulations change frequently. If a listed coating does not meet local, state, and federal air pollution control regulations at the time the work is actually performed, the Contractor shall provide the manufacturer's compliant, recommended substitute coating at no additional cost to the Owner. Service Condition A Ferrous metals not subject to corrosive moisture or atmosphere and condensation; normal indoor or outdoor exposure such as metal doors, other architectural items; piping, valves, and pumps indoors, etc. shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be field sandblasted in conformance with SSPC-SP6 and NACE No. 3 (Commercial Blast Cleaning). B. Application Application shall be in strict accordance with manufacturer's recommendations. The minimum and maximum times required between coats shall be per the manufacturer's product data sheet. Written requests for shop surface preparation and application of the prime coat shall be reviewed and approved by Owner on a case-by-case basis. If approved by Owner, shop applied prime coat surface shall be scarified by brush-blasting prior to application of finish coat. C. Coatinn Svstem Except as otherwise noted, the prime coat shall have a MDFT of 4.0 mils. The finish coat (one or more) shall have a MDFT of 3.0 mils. The total dry film thick- ness of the complete system shall be 7.0 mils, minimum. Carboline IKop-Coat System Primer - Carboline 893 Finish - Carbothane Dl34 HS Ameron System Primer - Amercoat 385 Finish - Amercoat 450 HS Tnemec System Primer - Series 69 Hi-Build Epoxoline II Finish - Series 74 Endurashield Revised 1 1101106 Contract No. PKS 08-02 Page 138 of 21 3 Service Condition B Interior and exterior concrete surfaces exposed to view, not subject to immersion and not d subject to pedestrian traffic, and concrete block and masonry without integral color or architectural treatment, shall receive the following surface preparation and coating: A. Surface Preparation All surfaces shall be thoroughly cleaned by sandblasting or other approved methods, removing all traces of previous materials. Remove all loose concrete, mortar splatter and protrusions by chipping, etc. to leave only sound firmly bonded concrete, concrete block, or masonry. All cracks and voids shall be filled with an approved concrete and masonry atching compound. Final surface shall be smooth and free of voids, cavities, ~rt, dust, oils, grease, laitance or other contaminants. d! Application shall be in strict accordance with manufacturer's recommendations. A minimum of 12 hours is required before additional coats may be applied to the prime coat and two hours for the finish coats. C. Coatinq Svstem Prime coat shall be applied at a rate of 75-100 square feet per gallon. A minimum of two finish coats shall be applied at a coverage rate not to exceed 150 square feet per gallon per coat. Primer Behrl Water-Based Primer & Sealer No. 436 lnterior Finish Behrl Masonry, Stucco & Brick Paint Satin Exterior Finish Behrl Masonry, Stucco & Brick Paint Flat Color 1 Spanish Tan ("No Substitutions) Service Condition C Concrete floors subject to corrosive moisture and pedestrian traffic where specified shall receive the following surface preparation and coating: A. Surface Pre~aration All surfaces shall be thoroughly cleaned by sandblasting or other approved methods; removing all traces of previous materials. Remove all loose concrete b chipping, etc. to leave only sound firmly bonded concrete. Cracks and voids s K all be repaired or filled with the specified filler and surfacer. Final surfaces shall be smooth and free of voids, cavities, dirt, dust, oils, grease laitance or other contaminants. 0 Revised 1 1101106 Contract No. PKS 08-02 Page 139 of 21 3 Application shall be in strict accordance with manufacturer's recommendation. C. Coating Svstem Decorative quartz epoxy flooring shall be Dex-0-Tex Decor-Flor as manufactured by Crossfield Products Corp., Rancho Dominguez, California; Roselle Park, New Jersey and Burr Ridge, Illinois. *(No Substitutes). Color to be selected by Owner. 2.15 Service Condition D lnterior and exterior architectural woodwork shall receive the following surface preparation and coating: A. Surface Preparation Sand new and bare wood to remove any surface contamination and surface cells. For previously coated surfaces sand loose paint to a tight, adherent surface. Cracks, nail holes, and other defects shall be filled with putty or plastic wood after priming. All knots shall be sealed with an approved knot sealer. Prior to coating, all surfaces shall have a moisture content below level recommended by coating manufacturer and shall be thoroughly cleaned and free of all foreign matter. Application shall be in strict accordance with manufacturer's recommendations. C. Coating Svstem Prime coat shall be applied at a coverage rate not to exceed 280 square feet per gallon. The finish coat shall be applied at a coverage rate not to exceed 280 square feet per gallon. Primer Behrl Water-Based Primer & Sealer No. 436 Interior Finish Behrl Masonry, Stucco & Brick Paint Satin Exterior Finish Behrl ~asonr~, Stucco & Brick Paint Flat Color I Spanish Tan (*No Substitutions) @ Revised I IMIMB Contract No. PKS 08-02 Page 140 of 213 2.17 Service Condition E Manufactured items furnished with shop-applied coat of primer requiring field touch-up or with a shop-applied primer which is not compatible with the required coating system shall receive the following surface preparation and coating system: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering of damaged areas. If determined by the Owner that damage is too extensive for touch-up, item shall be re-cleaned and coated or painted as directed by Owner. B. Coating System Prime and finish coats shall be the system recommended for the specific Service Condition. Prime coat shall be compatible with the required system. If not (as determined by the Owner) the prime coat shall either be removed by sandblasting or coated with a suitable primer which is compatible with the shop primer utilized and the coating system required. Costs incurred for repair or replacement of shop-applied primers shall be the sole responsibility of the Contractor. 2.18 Service Condition F Manufactured items furnished with shop-applied primer and finish coats requiring field touch-up shall receive the following surface preparation and coating system: A. Surface Preparation All surfaces shall be cleaned in conformance with Steel Structures Painting Council Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering of damaged areas. If determined by the Owner that damage is too extensive for touch-up, item shall be re-cleaned and coated or painted as directed by Owner. B. Coatinn System Prime and finish coats shall be the system recommended for the specific Service Condition. Costs incurred for repair or replacement of shop-applied coatings or finishes shall be the sole responsibility of the Contractor. 2.21 Miscellaneous Coatings A. Aluminum Metal Isolation All aluminum bearing on, or embedded in, concrete shall be coated with a wash primer (0.5 mils) followed by one coat (8 mils) of heavy bodied bituminous paint, Kop-Coat Bitumastic Super Service Black or Tnemec 46-465. @ Revised 1 IIOIIOB Contract No. PKS 08-02 Page 141 of 213 b PART 3 - EXECUTION 3.01 General A. All surface preparation, coating and painting shall conform to applicable standards of the National Association of Corrosion Engineers, the Steel Structures Painting Council, the American Concrete Institute, the Forest Products Research Society, and the Manufacturer's printed instructions. Material applied prior to approval of surface preparation by the Owner shall be removed and reapplied to the satisfaction of the Owner at the expense of the Contractor. B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the Owner. C. Unless otherwise specified, dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. Coating and painting systems include surface preparations, prime coatings and finish coatings. Surface preparation for a specific Service Condition shall be as specified for that coating or painting system. Unless otherwise specified, prime coatings shall be field applied. Where prime coatings are shop applied, they shall be thoroughly cleaned and touched up in the field as specified. If shop coatings are deficient or damaged too extensively for adequate repair, they shall be removed and coated and painted as directed by the Owner. Contractor shall instruct suppliers to provide prime coats compatible with the finish coats specified. Any off site work which does not conform to this specification is subject to rejection by the Owner. E. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval by the Owner. 3.02 Surface Preparation, Ferrous Metal A. General The latest revision of the following surface preparation specifications of the Steel Structures Painting Council and the National Association of Corrosion Engineers shall form a part of this specification: 1. Solvent Cleaninn (SSPC-SPI). Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action. Revised I lMl/O6 Contract No. PKS 08-02 Page 142 of 21 3 2. Hand Tool Cleaning (SSPC-SP2). Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by hand chipping. 3 scraping, sanding and wire brushing. 3. Power Tool Cleaning (SSPC-SP3). Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by power wire brushing, power impact tools or power sanders. 4. White Metal Blast Cleanincl (SSPC-SP5). Blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues. 5. Commercial Blast Cleaning (SSPC-SP6 and NACE No. 3). Blast cleaning until at least two-thirds of each element of surface area is free of all visible residues. 6. Brush-Off Blast Cleanina (SSPC-SP7 and NACE No. 4). Blast cleaning to remove loose rust, loose mill scale and other detrimental foreign matter to degree specified. 7. Near White Blast Cleaning (SSPC-SP10 and NACE No. 2). Blast cleaning to nearly white metal cleanliness, until at least 95% of each element of surface area is free of all visible residues. B. Slag and weld metal accumulation and spatters not removed by the fabricator, erector, or installer shall be removed by chipping and grinding. All rough welds shall be ground smooth and sharp edges shall be ground to approximately 118" radius. C. Field blast cleaning for all surfaces shall be dry sandblasting unless otherwise directed. D. The Contractor shall comply with all applicable local, state, and federal, air pollution control regulations for blast cleaning. E. All oil, grease, welding fluxes and other surface contaminants shall be removed by solvent cleaning per SSPC-SP1 prior to blast cleaning. F. Maximum particle size of abrasives used in blast cleaning shall be that which will produce a surface profile in accordance with these specifications and the recommendations of the manufacturer of the specified coating system to be applied. G. Sand used in blast cleaning operations shall be washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused. H. Shop applied temporary coatings or shop applied coatings of unknown composition shall be completely removed before the specified coatings are applied. Revised 1 1101/06 Contract No. PKS 08-02 Page 143 of 21 3 I. During blast cleaning operations, caution shall be exercised to insure that existing coatings or paint are not exposed to abrasion from blast-cleaning. J. The Contractor shall keep the area of his work in a clean condition and shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the prosecution of the work or the operation of the existing facilities. K. Surfaces shall be cleaned of all dust and residual particles of the cleaning operation by dry air blast cleaning, vacuuming or another approved method prior to application of specified coatings or paint. No coatings or paint shall be applied over damp or moist surfaces. L. All welds shall be neutralized with a suitable chemical compatible with the specified coating materials. 3.05 Surface Preparation, Concrete and Masonry A. Surface preparation shall not begin until at least 30 days after the concrete or masonry has been placed. B. All oil, grease, and form release and curing compounds shall be removed by detergent cleaning per SSPC-SP1 before abrasive blast cleaning. C. Concrete and masonry surfaces and deteriorated concrete surfaces to be coated shall be abrasive blast cleaned to remove existing coatings, laitance, deteriorated concrete, and to roughen the surface. The abrasive used should be dry and clean with the maximum particle size that will pass through a 16 mesh screen. Cracks and voids shall be repaired or filled with the specified filler and surfacer. Final surface shall be sound, firmly bonded, smooth and free of voids, cavities, dirt, dust, oils, grease, laitance, or other contaminants. D. Residual abrasive, dust and loose particles shall be removed from the surface by vacuuming or blowing off with dry high-pressure air. E. Unless required for proper adhesion, surfaces shall be dry prior to coating. The presence of moisture shall be determined with an approved moisture detection device. 3.06 Surface Preparation, Wood and Composition Materials All surfaces shall be cleaned of dirt, oil, or other foreign substances with mineral spirits, scrapers, sandpaper, or wire brushes. Finished surfaces exposed to view shall, if necessary, be made smooth by planing or sandpapering. Small, dry, seasoned knots shall be surface scraped, sandpapered, and thoroughly cleaned, and shall be given a thin coat of WP-578 Western Pine Association knot sealer before application of the priming coat. Large, open unseasoned knots, and all beads or streaks of pitch shall be scraped off, or if the pitch is still soft, it shall be removed with mineral spirits or turpentine and the resinous area shall be thinly coated with knot sealer. After priming, all holes and imperfections shall be filled with putty or plastic wood (colored to match the finish coat), allowed to dry, and sandpapered smooth. Existing surfaces shall be cleaned of all loose or flaking paint and sandpapered to a tight, adherent surface. Revised 1 I101106 Contract No. PKS 08-02 Page 144 of 21 3 3.07 Coating and Painting Application, General A. Coating and painting application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specifications SSPC-PA1 , latest revision, for "Shop, Field and Maintenance Painting", and recommended practices of the National Association of Corrosion Engineers, the American Concrete Institute, the Forest Products Research Society and the Manufacturer of the coating and paint materials. B. Application of the first coat shall follow immediately after surface preparation and cleaning and within an eight hour working day. Any cleaned areas not receiving first coat within an eight hour period shall be recleaned prior to application of first coat. Cleaned surfaces and all coats of the specified system shall be inspected prior to application of each succeeding coat. Contractor shall schedule such inspection with Owner in advance. C. Prior to assembly, all surfaces made inaccessible after assembly, shall be prepared as specified herein and shall receive the coating or painting system specified. D. Thinning shall be permitted only as recommended by the Manufacturer and approved by the Owner. E. Coating materials shall be protected from exposure to cold weather, and shall be thoroughly stirred, strained, and kept at a uniform consistency during application. F. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, and variations in color, texture and finish, with no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes. G. Protective coverings or drop cloths shall be used to protect floors, fixtures and equipment. The working parts of all mechanical and electrical equipment shall be protected from damage during surface preparation and coating operations. Openings in motors shall be masked to prevent entry of coating or other materials. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Spray painting shall be conducted under carefully controlled conditions. The Contractor shall be fully responsible for and shall promptly repair any and all damage to adjacent facilities or adjoining property occurring from blast cleaning or coating operations. H. When two or more coats of coating or paint are specified, each coat shall be of a slightly different shade to facilitate inspection of surface coverage of each coat. I. Specified film thicknesses per coat for the Service Conditions are minimum required. Contractor shall apply additional coats as necessary to achieve the specified thickness. J. All material shall be applied as specified. @ Revised I lIOlM6 Contract No. PKS 08-02 Page 145 of 21 3 3.08 Shop A. All welds and irregular surfaces shall receive a brush coat of the specified product prior to application of the first complete coat. Cleaning and coating shall be coordinated so that dust and other contaminants from the cleaning process will not fall on wet, newly-coated surfaces. Drying time between coats and surface curing shall be as recommended by the coating manufacturer depending upon field conditions of temperature and humidity. Times shall be submitted with the shop drawings based on 70°F and relative humidity of 50%. In the case of enclosed areas, the forced air ventilation system shall operate continuously to provide air circulation and exhausting of solvent vapors. Coating All items of equipment, or parts of equipment which are not submerged in service, shall be shop primed and then finish coated in the field, after installation, with the specified or approved color. The methods, materials, application equipment and all other details of shop painting shall comply with these specifications. If the shop primer requires top coating within a specified period of time, the equipment shall be finish coated in the shop and then touch-up painted after installation. All items of equipment, or parts and surfaces of equipment which are submerged or inside an enclosed hydraulic structure when in service, with the exception of pumps and valves, shall have all surface preparation and coating work performed in the field. For certain pieces of equipment it may be undesirable or impractical to apply finish coatings in the field. Such equipment may include engine generator sets, equipment such as electrical control panels, switchgear or main control boards, submerged parts of pumps, ferrous metal passages in valves, or other items where it is not possible to obtain the specified quality in the field. Such equipment shall be shop primed and finish coated and touched up in the field with the identical material after installation. The Contractor shall require the manufacturer of each such piece of equipment to certify as part of its shop drawings that the surface preparation is in accordance with these specifications. Copies of applicable coating manufacturer's material data sheets shall be submitted with equipment shop drawings. For certain small pieces of equipment the manufacturer may have a standard coating system which is suitable for the intended service conditions. In such cases, the final determination of suitability will be made during review of the shop drawing submittals. Equipment of this type generally includes only indoor equipment such as instruments, small compressors, and chemical metering pumps. Shop painted surfaces shall be protected during shipment and handling. Primed surfaces shall not be exposed to the weather for more than 6 months before topcoated, or less time if recommended by the coating manufacturer. Q Revised I l,OllO6 Contract No. PKS 08-02 Page 146 of 213 F. Damage to shop-applied coatings shall be repaired in accordance with these specifications and the coating manufacturer's printed instructions. G. The Contractor shall make certain that the shop primers and field topcoats are compatible and meet the requirements of these specifications. 3.09 Protective Coating and Painting Schedule The protective coating and painting schedule provided herein shall indicate the coating system to be used. The schedule shall not be construed as a complete list of all surfaces to be coated but rather as a guide as to the application of the various coating systems. All surfaces shall be coated and painted except those specifically excluded herein or on the drawings. 3.10 Color Scheme All colors and shades of colors of all coats of paint and protective coating material shall be as selected by the Owner. The Contractor shall submit two copies of the current chart of the manufacturer's available colors to the Owner at least forty-five days prior to the start of coating and painting operations. One copy shall be retained by the Owner and on copy will be returned to the Contractor. 3.11 Cleanup Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site or destroyed in a manner approved the Owner. Coating or paint spots and oil or stains upon adjacent surfaces shall be removed and the job site cleaned. All damage to surfaces resulting from the work of these specifications shall be cleaned, repaired or refinished to the satisfaction of the Owner and at no additional cost to the Owner. END OF SECTION. Revised 1 1101106 Contract No. PKS 08-02 Page 147 of 21 3 BASIC CONCRETE SPECIFICATIONS w* PART I - GENERAL 1 .O1 General Requirements A. Contractor shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. B. All cast-in-place concrete falls into one of the following categories and shall comply with all requirements of this basic specification. 1. Structural Concrete (or Class "A" Concrete). Concrete to be used in all cases except where noted otherwise in the Contract Documents. 2. Sitework Concrete (or Class "B Concrete). Concrete to be used for curbs, gutters, catch basins, sidewalks, pavements, fence and guard post embedment, underground duct bank encasement and all other concrete appurtenant to electrical facilities unless otherwise shown. 1.02 Reference Specifications, Codes, and Standards A. Specifications Items specified elsewhere in these Contract Documents: Concrete Formwork - See Basic Concrete Formwork S~ecification. Concrete Reinforcement - See Basic Concrete Reinforcement S~ecification. B. Codes The Building Code, as referenced herein, shall be the Uniform Building Code (UBC), of the International Conference of Building Officials (ICBO), latest edition. C. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 214 Recommended Practice for Evaluation of Strength Test Results of Concrete ACI 301 Specifications for Structural Concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement ACI 347 Recommended Practice for Concrete Formwork ACI 318 Building Code Requirements for Reinforced Concrete ASTM C 494 Specification for Chemical Admixtures for Concrete @ Revised I I /OllO6 Contract No. PKS 08-02 Page 148 of 213 1.03 Contractor Submittals A. Mix Desiqns Prior to beginning the work, Contractor shall submit to Engineer, for review, preliminary concrete mix designs which shall show the proportions and gradations of all materials proposed for each class and type of concrete to be used on the job. The mix designs shall be designed by an independent testing laboratory acceptable to Engineer. All costs related to such mix design shall be borne by the Contractor. B. Certified Deliverv Tickets Where ready-mix concrete is used, Contractor shall provide certified delivery tickets at the time of delivery of each load of concrete. Each certificate shall show the total quantities (by weight) of cement, sand, each class of aggregate, and admixtures, and the amounts of water (by gallons) in the aggregate and added at the batching plant as well as the amount of water allowed to be added at the site for the specific design mix. Each certificate shall, in addition, state the mix number, total yield in cubic yards, and the time of day, to the nearest minute, corresponding to when the batch was dispatched, when it left the plant, when it arrived at the job, the time that unloading began, and the time that unloading was finished. 1.04 Quality Assurance A. Tests on component materials and for compressive strength of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. 8. The cost of all laboratory tests on concrete will be borne by the Owner. However, Contractor shall be charged for the cost of any additional tests and investigation on work performed which fails to meet specification. C. Concrete for testing shall be supplied by Contractor at no cost to the Owner, and Contractor shall provide assistance to the Engineer in obtaining samples, and disposal and cleanup of excess material. D. Field Com~ression Tests 1. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the Engineer to insure continued compliance with these specifications. Each set of test specimens will be a minimum of 4 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31. Specimens shall be 6 inch diameter by 12 inch high cylinders. @ Revised 1 1,01106 Contract No. PKS 08-02 Page 149 of 213 3. Compression tests shall be performed in accordance with ASTM C 39. One test cylinder will be tested at 7 days and 2 at 28 days. The remaining cylinder will be held to verify test results, if needed. E. Evaluation and Acceptance of Concrete 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318, Chapter 4 "Concrete Quality", and as specified herein. 2. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. 3. All concrete which fails to meet the ACI requirements and these specifications is subject to removal and replacement at the cost of the Contractor. F. Construction Tolerances Contractor shall set and maintain concrete forms and perform finishing operations so as to insure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the specifications, permissible deviations will be in accordance with ACI 347. G. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: Item - Tolerance Variation of the constructed linear outline In 10 feet: 114 inch; from the established position in plan In 20 feet or more: 112 inch Variation from the level or from the grades shown In 10 feet: 118 inch; In 20 feet or more: 114 inch Variation from the plumb In 10 feet: 118 inch; In 20 feet or more: 114 inch Variation in the thickness of slabs and walls Minus 114 inch; Plus 112 inch Variation in the locations and sizes of slab Plus or minus 114 inch and wall openings Regardless of the tolerances listed herein, it shall be the responsibility of the Contractor to limit deviations in line and grade to tolerances which will permit proper installation and operation of mechanical equipment and piping. Q Revised 1 lm.tma Contract No. PKS 08-02 Page 150 of 21 3 PART 2 - PRODUCTS 2.01 Concrete Materials A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished for the work shall comply with the requirements of Sections 201,203, and 204 of ACI 301, as applicable. C. Storage of materials shall conform to the requirements of Section 205 of ACI 301. D. Materials for concrete shall conform to the following requirements: 1. Cement shall be standard brand portland cement conforming to ASTM C 150 for Type II or Type V. Portland cement shall contain not more than 0.60 percent alkalies. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the Engineer. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Stacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports for each shipment of cement to be used shall be submitted to the Engineer if requested regarding compliance with these specifications. 2. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this section only, if it meets the requirements of the local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mgll TDS) shall not be used. 3. Aqqreaates shall be obtained from pits acceptable to the Engineer, shall be non-reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate shall be as specified in Paragraph 2.07B. Lightweight sand for fine aggregate will not be permitted. a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size greater than 314 inch. When the aggregates are proportioned for each batch of concrete the two size groups shall be combined. , b. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. @ Revised I 1 MI 106 Contract No. PKS 08-02 Page 151 of 213 c. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. 4. Readv-mix concrete shall conform to the requirements of ASTM C 94. 5. Air-entrainins anent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 4 to 6 percent; provided that, when the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the total air content provided shall be 5 to 7 percent. The Owner reserves the right, at any time, to sample and test the air-entraining agent received on the job by the Contractor. The air-entraining agent shall be added to the batch in a portion of the mixing water. The solution shall be batched by means of a mechanical batcher capable of accurate measurement. 6. Admixtures. Admixtures shall be required as stated herein and at the Engineer's discretion or, if not required, may be added at the Contractor's option to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the Contractor's expense. The use of an admixture shall be subject to acceptance by the Engineer. Concrete containing an admixture shall be first placed at a location determined by the Engineer. If the use of an admixture is producing an inferior end result, Contractor shall discontinue use of the admixture. Admixtures specified herein shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non-toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. a. Low ranae water reducer shall be used in all structural and sitework concrete and shall conform to ASTM C 494, Type A. It shall be either a hydroxylated carboxylic acid type or a hydroxylated polymer type. The quantity of admixture used and the method of mixing shall be in accordance with the manufacturer's instructions and recommendations. b. Set controllinn admixture shall be either with or without water- reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set retarding admixture such as Sika Chemical Comoration's Plastiment, Master Builder's Pozzolith 300R, or eaual shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees F, a set accelerating admixture such as Sika Chemical Cor~oration's Plastocrete 161 FL, Master Builder's Pozzolith 50C, or eaual shall be used. @ Revised 1 1/01106 Contract No. PKS 08-02 Page 152 of 213 c. High ranne water reducer may be used if approved by Engineer. If allowed it shall be sulfonated polymer conforming to ASTM C 494, J Type F or G. High range water reducing agent shall only be added to the concrete at the batch plant. It shall be second generation type, Daracem 100, as manufactured bv W.R. Grace & Co.; Rhedbuild 1000. as manufactured bv Masterbuilders; or eaual. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. 7. Calcium Chloride shall not be added to or used in concrete. 2.02 Curing Materials Materials for curing concrete shall conform to the following requirements: A. Concrete curinn com~ound shall be Masterkure manufactured bv Masterbuilders, Cleveland, OH, or aDDr0ved equal. The curing compound shall contain a fugitive dye so that areas of application will be readily distinguishable. B. Polvethvlene sheet for use as concrete curing blanket shall be white, and shall have a nominal thickness of 6 mils. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. C. Polvethvlene-coated waterwoof Daper sheetinq for use as concrete curing ' blanket shall consist of white polyethylene sheeting free of visible defects, uniform in appearance, having a nominal thickness of 2 mils and permanently bonded to waterproof paper conforming to the requirements of Federal Specification UU-B- 790A (Int. Amd. 1). The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 gram per square centimeter of surface. D. Polvethvlene-coated burlap for use as concrete curing blanket shall be 4 mil thick, white opaque polyethylene film impregnated or extruded into one side of the burlap. Burlap shall weigh not less than 9 ounces per square yard. The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 grams per square centimeter of surface. F. Evaporation retardant shall be a material such as Confilm as manufactured by Masterbuilders. Cleveland, OH; or eaual. @ Revised 1 1101106 Contract No. PKS 08-02 Page 153 of 21 3 2.04 Expansion Joints A. Contractor shall provide expansion joints where indicated on Construction Drawings. Expansion joints shall consist of joint filler material and joint sealant. Filler material shall be held down 112 inch for sealant unless otherwise shown. B. Expansion joint filler material shall be preformed sponge neoprene or cork conforming to ASTM D 1752. Filler material containing asphalt shall not be used. 2.05 Joint Sealant A. Joint sealant for use in construction, control, and expansion joints shall be select seal U-227 reservoir grade as supplied by Select Products Co., or approved equal. Joint primer shall be as produced andlor recommended by sealant manufacturer. B. Contractor shall clean all locations where sealant is placed by sandblasting and be free from oil, foreign materials, and moisture. Lower surfaces of joints shall be isolated with a bond breaker such as polyethylene, polyethylene tape, or equal as recommended by sealant manufacturer. C. Sealant shall be placed in strict accordance with manufacture's recommendations by a firm specializing in this type of work, or by the Contractor under direct supervision of the manufacturer. If the Contractor chooses to apply sealant, manufacturer's technical representative shall be present at the beginning of sealant placement to observe and advise on methods for mixing, joint preparation, and application of sealant. 2.06 Concrete Bond Breaker A. Bond breaker shall be Super Bond Breaker as manufactured bv Burke Companv, San Mateo. California; Select Cure CRB as manufactured bv Select Products Co.. Upland, CA; Tilt-EEZ Bond Breaker as manufactured bv Conspec; or approved equal. It shall contain a fugitive dye so that areas of application will be readily distinguishable. B. Contractor shall strictly follow manufacturer's application guidelines. Just prior to application, joint shall be thoroughly soaked so that concrete contains approximately the same surface moisture as newly cast concrete. Bond breaker shall be brush applied with a minimum of two coats. Q) Revised 1 1101/06 Contract &.FfFKS 08-02 Page 154 of 213 2.07 Concrete Design Requirements A. General Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs shall not contain more than 43 percent of sand of the total weight of fine and coarse aggregate. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the Owner. All changes shall be approved by Engineer. B. Com~ressive Strenath The minimum compressive strength and cement content of concrete shall be not less than that specified in the following tabulation. Min. 28-Day Max. Com~ressive Size ~tkngth Aggregate Tv~e of Work && On.) Structural Concrete (Class "A"): Walls, roof slabs, floor slabs, 2,500 1 columns, and footings and all other concrete items not specified elsewhere Sitework concrete (Class "6"): 2,500 1 C. Adiustments to Mix Desirrn Mixes used shall be changed whenever such change is necessary or desirable to secure required strength, density, workability, and surface finish and Contractor shall be entitled to no additional compensation because of such changes. Approval shall be obtained from Engineer prior to any changes. 2.08 Consistency The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce concrete which can be worked properly into place without segregation, and which can be compacted by vibratory methods herein specified to give desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature of moisture content of the aggregates, to maintain uniform production of desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall be as follows: Part of Work slum^ (in.) Structural concrete 3 inches (31 inch) Other work 4 inches (*I inch) With high range water reducer added 8 inches max. Revised 1 lM1106 Contract No. PKS 08-02 Page 155of 213 2.09 Ready-Mixed Concrete A. At Contractor's option, ready-mixed concrete may be used provided it meets all requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94, including the supplementary requirements specified in Paragraphs 2.09B through 2.09F, herein. B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. In hot weather (ambient temperature above 95°F) or under conditions contributing to quick stiffening of the concrete, or when the temperature of the concrete is 85 degrees F or above, the time between the introduction of the cement to the aggregates and discharge shall not exceed 45 minutes. C. Truck mixers shall be equipped with electrically-actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type, and shall be mounted in the driver's cab. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency, mix, and grading. If slump tests taken at approximately the 114 and 314 points of the load during discharge give slumps differing by more than 1 inch when the specified slump is 4 inches or less, or if they differ by more than 2 inches when the specified slump is more than 4 inches, the mixer shall not be used on the work unless the causing condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus, condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be permitted. F. . Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a certified weighmaster delivery ticket furnished to the Engineer in accordance with Paragraph 1.038, herein. G. Non-agitating equipment for transporting ready-mixed concrete shall not be used. Combination truck and trailer equipment for transporting ready-mixed concrete shall not be used. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates may be subject to continuous inspection at the batching plant by the Engineer. H. Transit mix trucks delivering concrete to the site shall have full water tanks upon arrival at the site. Any addition of water must be approved by Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. Revised 1 1 I0 1/06 Contract No. PKS 08-02 Page 156 of 21 3 PART 3 - EXECUTION 3.01 Proportioning and Mixing Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301 ; provided, that the maximum slump for any concrete shall not exceed 4 inches except when the use of high range water reducer is permitted which increases the maximum slump to 8 inches. B. Mixinq Mixing of concrete shall'conform to the requirements of Chapter 7 of said ACI 301 specifications. Maximum slumps shall be as specified in Paragraph 2.08AI herein. Concrete or mortar which has partially hardened shall not be retempered. 3.02 Preparation of Surfaces for Concreting A. General Earth surfaces shall be thoroughly wetted by sprinkling, prior to placing any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. These surfaces shall be free from standing water, mud, and debris at the time of placing concrete. B. Joints in Concrete The location of all construction joints not specifically noted or shown shall be approved by Engineer. Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the Engineer, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. Such cleaning shall be accomplished by sandblasting to remove laitance and to provide a uniform surface texture with approximately 114 inch of surface sandblasted off. Sandblasting shall be followed by thorough washing. All pools of water shall be removed from the surface of construction joints before the new concrete is placed. Revised 1 1lOll06 Contract No. PKS 08-02 Page 157 of 213 C. Placinq Interruptions When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the Engineer. D. Embedded Items Concrete shall not be placed until all formwork, installation of parts to be embedded, reinforcement steel, and preparation of surfaces involved in the placing have been completed and accepted by the Engineer at least 4 hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. E. All inserts or other embedded items shall conform to the requirements herein. F. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown on Contract Drawings and shall be acceptable to the Engineer before any concrete is placed. Accuracy of placement is the responsibility of the Contractor. G. Concrete anchor bolts and expansion anchors shall be inserted to the minimum depths listed below unless noted otherwise: Reinforced Size - Concrete 1 14" 3" 318" 4" 112" 5" 314" 6 Expansion anchors shall be red head wedge, self-driving, stud, multi-set, or equal. H. All smooth dowels shall have at least one side coated with a bond breaker. Dowel bond breaker shall be a heavy duty industrial grease hand applied. A wax paper or PVC sleeve may be used at the Contractor's option if specifically manufactured to create slip dowels. Paper tubing shall be multi-ply stock and heavily impregnated with paraffin. Maximum sleeve thickness shall be 1 11 6" and sleeve shall fit snugly over dowel. I. Casting New Concrete Asainst Old Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), surfaces of the old concrete shall be thoroughly cleaned and roughened by sand-blasting (exposing aggregate) prior to placement. Revised 11101106 Contract No. PKS 08-02 Page 158 of 213 J. Concrete shall not be placed in any old or new structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. Concrete shall not be deposited underwater nor shall the Contractor allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such a manner and at such velocity as to injure the surface finish of the concrete. Contractor shall provide pumping or other necessary dewatering operations for removing groundwater, if required, with methods subject to review by Engineer. K. Corrosion Protection Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Contractor shall not secure such items in position by wiring or welding them to the reinforcement. L. Anchor Bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. M. Cleaning Surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before concrete is placed. @"=9 4 3.03 Handling, Transporting, and Placing A. General Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this section. B. Non-Conformina Work or Materials Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the Contractor. C. Unauthorized Placement Concrete shall not be placed except in the presence of duly authorized representative of the Engineer. Contractor shall notify Engineer at least 24 hours in advance of placement of any concrete. g Revised 1 1 101106 Contract No. PKS 08-02 Page 159 of 213 D. Placement in Slabs Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. As the work progresses, concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up-slope direction. E. Temperature of Concrete Temperatures of concrete when it is being placed shall be not more than 90 degrees F nor less than 40 degrees F in moderate weather, and not less than 50 degrees F in weather during which the mean daily temperature drops below 40 degrees F. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, Contractor shall employ effective means, such as precooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. Contractor shall be entitled to no additional compensation on account of the foregoing requirements. F. Cold Weather Placement Earth foundations shall be free from frost or ice when concrete is placed upon or against them. Fly ash concrete shall not be placed when the air temperature falls below 50 degrees F. 3.04 Pumping of Concrete A. General If the pumped concrete does not produce satisfactory end results, Contractor shall discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumpina Equipment Pumping equipment must have 2 cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, Contractor may have a standby pump on the site during pumping. C. The minimum diameter of hose (conduits) shall be 4 inches. D. Contractor shall replace pumping equipment and hoses (conduits) that are not functioning properly. E. Contractor shall not use aluminum conduits for conveying the concrete. Revised 1 110 1106 Contract No. PKS 08-02 Page 160 of 213 4 Minimum compressive strength, cement content, and maximum size of aggregates shall be as specified in Paragraph 2.07, herein. G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the middle range as possible. H. Gradation of fine aggregate shall conform to ASTM C 33, with 15 to 30 percent passing the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness modules of sand used shall not be over 3.00. I. Water and slump requirements shall conform to Paragraphs 2.01D.2 and 2.078 for water and 2.08A for slump. J. Cement and admixtures shall conform to Paragraph 2.01 Dl herein. 3.05 Order of Placing Concrete The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed. 3.06 Tamping and Vibrating .la, 4" A. As concrete is placed in the forms or in excavations, Contractor shall insure it is thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all comers and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8,000 to 10,000 rprn) of an immersion type in sufficient number and with (at least one) standby units as required. 0. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be inserted vertically into the concrete and pulled out slowly, penetrating 113 of the layer depth of the layer previously placed. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. Revised 11lOll06 Contract No. PKS 08-02 Page 161 of 213 3.07 Finishing Concrete Surfaces *I - A. General Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown are defined as tolerances and are specified in Paragraphs 1.04F and 1.04G, herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces On surfaces not exposed to view, no treatment is required after form removal except for curing, repair of defective concrete, and treatment of surface defects. An architectural finish is required on exposed to view surfaces in accordance with Section 3.08 unless otherwise specified. C. Unformed Surfaces After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1. Class "1". After the floated surface (as specified for Class "3") has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 2. Class "2". Steel trowel finish (as specified for Class "1") without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. 3. Class "3". After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Contractor shall not excessivly float concrete surfaces while the concrete is plastic or dust concrete surfaces with dry cement and sand to absorb excess moisture. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 114 inch. Joints and edges shall be tooled where shown or as determined by the Engineer. Revised 1 1/01 I06 Contract No. PKS 08-02 Page 162 of 21 3 4. Class "4". Contractor shall provide sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3 318 inch. No further special finish is required. Contractor shall finish unformed surfaces according to the following schedule unless otherwise shown or specified: Unformed Surface Finish Schedule Area - Finish Grade slabs and foundations to be covered with concrete Class "4" or fill material Floors to be covered with grouted tile or topping grout Class "3" Slabs not water bearing Class "2" Interior slabs and floors to receive architectural finish Class "3" 3.09 Curing and Damp-proofing A. General All concrete shall be cured for not less than 14 days after placing in accordance with the methods specified herein for the different parts of the work as follows: Surface to be Cured or Dampproofed Unstripped forms Construction joints between footings and walls, and between floor slab and columns Method 1 - Wall sections with forms removed 3 All concrete surfaces not s ecifically provided for elsewhere In this Paragrap \ 8. Method 1 Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 14 days of placing the concrete, curing shall be continued in accordance with Method 4, Paragraph 3.09E herein. C. Method 2 The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. @ Revised 1 IIOIRB Contra~t No. PKS 08-02 Page 163 of 21 3 D. Method 3 The surface shall be sprayed with a liquid curing compound. 1. Curing compound shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 175 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. Two spray coats shall be applied, with the second coat sprayed at right angle direction from first coat. 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, Contractor shall repair break immediately by the application of additional curing compound over the damaged portion. 3. Wherever curing compound may have been applied by mistake to surfaces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Where curing compound is specified, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2 hours after removal of forms from contact with formed surfaces. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sandblasted to remove the curing compound, following which repairs shall be made as specified herein. 3.10 Protection Contractor shall protect all concrete against injury until final acceptance by the Owner. Fresh concrete shall be protected from damage due to rain, hail, sleet, or snow or vandalism. Contractor shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. Immediately following the first frost in the fall, Contractor shall be prepared to protect all concrete against freezing. After the first frost, and until the mean daily temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours after it is placed. 3.11 Curing in Cold Weather A. Water curing of concrete may be reduced to 6 days during periods when the mean daily temperature in the vicinity of the worksite is less than 40 degrees F; provided that, during the prescribed period of water curing, when temperatures are such that concrete surfaces may freeze, water curing shall be temporarily discontinued. 0 Revised 1 1 /01/06 Contract No. PKS 08-02 Page 164 of 213 B. Concrete cured by an application of curing compound will require no additional protection from freezing if the protection at 50 degrees F for 72 hours is obtained by means of approved insulation in contact with the forms or concrete surfaces; otherwise, concrete shall be protected against freezing temperatures for 72 hours immediately following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be protected against freezing temperatures for 3 days immediately following the 72 hours of protection at 50 degrees F. C. Discontinuance of protection against freezing temperatures shall be such that the drop in temperature of any portion of the concrete will be gradual and will not exceed 40 degrees F in 24 hours. In the spring, when the mean daily temperature rises above 40 degrees F for more than 3 successive days, the specified 72 hour protection at a temperature not lower than 50 degrees F may be discontinued for as long as the mean daily temperature remains above 40 degrees F; provided, that the concrete shall be protected against freezing temperatures for not less than 48 hours after placement. D. Where artificial heat is employed, Contractor shall take special care to prevent the concrete from drying. Use of unvented heaters will be permitted only when unformed surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an excessive carbon dioxide atmosphere by application of curing compound; provided, that the use of curing compound for such surfaces is otherwise permitted by these specifications. 3.12 Treatment of Surface Defects Faa A. As soon as forms are removed, all exposed surfaces shall be carefully examined d by Engineer and any irregularities shall be immediately rubbed or ground by the Contractor in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Contractor shall not plaster or coat surfaces to be smoothed. Repairs shall not be made until after inspection by the Engineer. Contractor shall not in any case perform extensive patching of honeycombed concrete. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall be repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the Contractor at its own expense. B. Defective surfaces to be repaired as specified in Paragraph 3.12A1 shall be cut back from trueline a minimum depth of 112 inch over the entire area. Edges shall not be feathered. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laitance or soft material, and not less than 1/32 inch depth of the surface film from all hard portions, by means of an efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of applying cement mortar so that while the repair material is being applied, the surfaces under repair will remain moist, but not so wet as to overcome the suction upon which a good bond depends. The concrete shall then be patched as follows: ? Revised 1 1/01 106 Contract No. PKS 08-02 Page 165 of 213 A bonding material such as acryl 60 shall be applied to the surface of the area to be repaired just prior to application of the repair mixture. The repair mixture shall consist of one part of Type 11, low alkali, portland cement to 3 parts concrete sand. Mix solution shall contain 113 bonder, such as acryl 60, to 213 water and added in quantities sufficient to allow placement but not cause hairchecking or slippage. Quantities prepared should be limited to that able to be completed within 30 minutes. Areas repaired shall be compacted with a wood ramming device and cured with the waterlacryl 60 solution. Repair mixture shall be applied in maximum 1 inch lifts. For exposed walls, the cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave the surfaces of the holes clean and rough. These holes then shall be repaired as described in Paragraph 3.128. D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of Paragraph 3.08 or 3.09, as applicable, using approved methods which will not disturb the bond, cause sagging, or cause horizontal fractures. 3.14 Care and Repair of Concrete Contractor shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance of the Owner. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or othetwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, fails to conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the Contractor's expense. END OF SECTION. Revised 1 ll0ll06 Contract No. PKS 08-02 Page 166 of 213 BASIC CONCRETE FORMWORK SPECIFICATIONS PART 1 - GENERAL 1 .O1 General Requirements Contractor shall furnish all materials for concrete formwork, bracing, shoring, and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Document. 1.02 Reference Specifications, Codes, and Standards Codes A. - The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. B. Commercial Standards ACI 347 Recommended Practice for Concrete Formwork, latest edition. 1.04 Quality Assurance Tolerances - w The variation from established grade, line, plumbness, or thickness shall be as set forth in Section 1.04F of the Basic Concrete Specification, and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the "Suggested Tolerances" specified in Section 203 of ACI 347. PART 2 - PRODUCTS 2.01 General Except as otherwise expressly accepted by the Engineer, all lumber brought on the job site for use a forms, shoring, or bracing shall be new materials. All forms shall be smooth surface forms and shall be of the following materials: Walls - Steel or plywood panel Columns - Steel, plywood, or fiber glass Roof and Floor slabs - Plywood All other work - Steel panels, plywood or tongue and groove lumber g Revised I 1101106 Contract Nr 'YS 08-02 Page 167 of 21 3 2.02 Form and Falsework Materials 'ik, A. Materials for concrete forms, formwork, and falsework shall conform to the following requirements: 1. Lumber shall be Douglas Fir or Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 2. Plywood for concrete forrnwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. 3. Form materials shall be metal, wood, plywood, or other approved material that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade shown. Metal forms shall be an approved type that will accomplish such results. Wood forms for surfaces to be painted shall be Medium Density Overlaid plywood, MDO Ext. Grade. B. Unless otherwise shown, exposed edges and corners in concrete members shall be provided with 314-inch chamfers. Re-entrant comers in concrete members shall not have fillets unless otherwise shown. PART 3 - EXECUTION 3.01 General A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. Contractor shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the work and replaced at the Contractor's expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms, falsework, and shoring shall comply with applicable local, state and federal regulations. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by the Contractor's personnel and by the Engineer and shall be in sufficient number and properly installed. During concrete placement, the Contractor shall continually monitor plumb and string line form positions and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Contract Drawings, and shall be substantial, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly- placed concrete. If adequate foundation for shores cannot be secured, trussed supports shall be provided. Revised 1 1/01/06 Contract No. PKS 08-02 Page 168of 213 3.02 Form Design a All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufkient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 518-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. Forms shall be tight so as to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1 to 1-112 inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean-out holes shall be provided at the bottom of each lift of forms. The size, number, and location of such clean-outs shall be as acceptable to the Engineer. 3.03 Construction A. Vertical Surfaces All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is shown. Not less than I-inch of concrete shall be added to the thickness of the concrete member as shown where concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without caving or sloughing until the concrete has been placed. B. Construction Joints Concrete construction joints shall not be placed at locations other than those shown or specified, except as may be acceptable to the Engineer. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. 3.04 Reuse of Forms Forms may be reused only if in good condition and only if acceptable to the Engineer. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. In the case of forms for the inside wall surfaces of hydraulichater retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the Engineer. Q Revised I I MI I06 Contract No. PKS 08-02 Page 169 of 213 3.05 Removal of Forms Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid injury to the concrete. Contractor shall not apply heavy loading on green concrete. In the case of roof slabs and above-ground floor slabs, forms shall remain in place until test cylinders for the roof concrete attain a minimum compressive strength of 75 percent of the 28-day strength specified in the Basic Concrete Specifications; provided, that no forms shall be disturbed or removed under an individual panel or unit before the concrete in the adjacent panel or unit has attained 75 percent of the specified 28day strength and has been in place for a minimum of 14 days. The time required to establish said strength shall be as determined by the Engineer who will make several test cylinders for this purpose from concrete used in the first group of roof panels placed. If the time so determined is more than the 14-day minimum, then that time shall be used as the minimum length of time. Forms for all vertical walls and columns shall remain in place at least 72 hours after the concrete has been placed. Forms for all parts of the work not specifically mentioned herein shall remain in place for periods of time as determined by the Engineer. 3.06 Maintenance of Forms Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, forms shall be thoroughly cleaned. Form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the Engineer. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, Contractor shall perform the oiling at least two weeks in advance of their use. Oil shall be kept off the surfaces of steel reinforcement and other metal items to be embedded in concrete. If oil is inadvertently placed on said metal surfaces, Contractor shall remove oil by sandblasting. END OF SECTION. a Revised I llOlIO6 Contract No. PKS 08-02 Page I 70 of 21 3 BASIC CONCRETE REINFORCEMENT SPECIFICATIONS PART 1 - GENERAL 1 .O1 General Requirements Contractor shall furnish, fabricate, and place all concrete reinforcement steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete and masonry construction and shall perform all appurtenant work, including all the wires, clips, supports, chairs, spacers, and other accessories, all in accordance with the Contract Documents. 1.02 Reference Specifications, Codes, and Standards Codes A. - The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of the International Conference of Building Officials (ICBO), latest edition. B. Commercial Standards Where not covered in this specification, all work shall comply with the following standards, latest editions: ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. WRI Manual of Standard Practice for Welded Wire Fabric. AWS D1.4 Structural Welding Code - Reinforcing Steel. 1.03 Contractor Submittals A. Contractor shall furnish mill certification and certification of compliance with specifications. B. Details of concrete reinforcement steel and concrete inserts shall be submitted by the Contractor at the earliest possible date after receipt by the Contractor of Notice to Proceed. Revised 1 IIOIIOB Contract No. PKS 08-02 Page 171 of 213 PART 2 - PRODUCTS *_ 2.01 Reinforcement Steel A. All reinforcement steel for all cast-in-place reinforced concrete construction shall conform to the following requirements: 1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade 60 Billet Steel Reinforcement with supplementary requirement S-I, or as otherwise shown. B. Accessories 1. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during concrete placement. Slab bolsters shall have gray plastic-coated legs. 2. Concrete blocks (dobies), used to support and position reinforcement steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Where the concrete blocks are used on concrete surfaces exposed to view, the color and texture of the concrete blocks shall match that required for the finished surface. Wire ties shall be embedded in concrete block bar supports. PART 3 - EXECUTION 3.01 General All reinforcement steel, welded wire fabric, couplers, and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the supplementary requirements specified herein. 3.02 Placing A. Placing Reinforcement steel shall be accurately positioned as shown, and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcement steel shall be supported by concrete, plastic or metal supports, spaces or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcement steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, Contractor shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. 0 Revised 11101106 Contract No. PKS 08-02 Page 172 of 213 B. The portions of all accessories in contact with the formwork shall be made of which extends at least 112 inch from the concrete surface. Plastic shall be gray in ? concrete, plastic, or steel coated with a 118 inch minimum thickness of plastic color. C. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. D. Bars additional to those shown which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position shall- be provided by the Contractor at its own expense. E. Placinn Tolerances Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 318 except where in conflict with the requirements of the Building Code. F. Bars may be moved as necessary to avoid interference with other reinforcement steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be as acceptable to the Engineer. G. Welded wire fabric reinforcement placed over horizontal forms shall be supported on slab bolsters having gray, plastic-coated standard type legs as specified in Paragraph B herein. Slab bolsters shall be spaced not less than 30 inches on centers, shall extend continuously across the entire width of the reinforcement mat, and shall support the reinforcement mat in the plane shown. H. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 feet on centers in any direction. Contractor shall not utilize the construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete. 3.03 Spacing of Bars A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 1-113 times the maximum size of the coarse aggregate, nor less than 1 inch. B. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.04 Splicing A. General Reinforcement bar splices shall only be used at locations shown. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the Engineer. 3 Revised 1 1101106 Contract No. PKS 08-02 Page 173of 213 B. Splices of Reinforcement The length of lap for reinforcement bars, unless otherwise shown shall be in accordance with ACI 31 8, Section 12.1 5.1 for a class B splice. C. Laps of welded wire fabric shall be in accordance with the ACI 318. Adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. D. Bending or Straightening Reinforcement shall not be straightened or rebent in a manner which will injure the material. Bars with kinks or bends not shown shall not be used. All bars shall be bent cold, unless otherwise permitted by the Engineer. No bars partially embedded in concrete shall be field-bent except as shown or specifically permitted by the Engineer. 3.05 Cleaning and Protection A. Reinforcement steel shall at all times be protected from conditions condusive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcement shall be reinspected and, if necessary recleaned. END OF SECTION. @ Revised 1 1 I0 1106 Contract No. PKS 08-02 Page 174of 213 BASIC CONCRETE MASONRY SPECIFICATIONS PART 1 - GENERAL I I General Requirements A. Contractor shall furnish all labor, material, and equipment and perform all operations necessary to execute all concrete masonry construction as required in the Contract Documents. B. Contractor shall make all preparations and do all work necessary to receive and adjoin other work. C. Contractor shall give the work his personal supervision and shall keep a competent foreman on the job at all times. D. Contractor shall inspect and verify position of all dowels required for masonry on other construction including foundations. E. Contractor shall arrange necessary storage space for construction materials at the job site. F. Contractor shall call for all inspections required in the course of his work. 1.02 Reference Codes, Specifications, and Standards A. Codes Whenever reference is made herein to Building Code, it shall mean the Uniform Buildina Code (UBC), latest edition, as published by the International Conference of Building Officials. Whenever reference is made herein to Standard Specifications, it shall mean the Standard S~ecifications for Public Works Construction, latest edition, as published by Building News Incorporated of Los Angeles, California. C. Commercial Standards Whenever reference is made herein to ASTM, it shall mean the Annual Book of ASTM Standards, latest edition, as published by the American Society for Testing and Materials. Revised 1 1/01/06 Contrac -40. PKS 08-02 Page 175 of 21 3 1.03 Quality Assurance A. All concrete masonry shall comply with the Building Code and reference material published by the Masonry Institute of America. 6. Contractor shall submit samples of the block units for approval of type and color by Owner prior to commencing with work. C. Certification Concrete block manufacturer shall certify that the masonry units furnished meet or exceed the requirements of this specification. D. Sample Panel Contractor shall build a sample panel, approximately 4 feet by 6 feet, for review and approval by Engineer before any masonry construction is performed. Said sample panel may be part of the pro'ect and incorporated into the wall system. Full size concrete masonry units whic b have been selected and approved by the Engineer to show color range, maximum texture range, bond, mortar, tooling of joints, and quality of workmanship shall be used in the sample panel. Sample panel shall remain on the project for comparison purposes with the actual masonry work. If the sample panel is not part of the wall system, it shall be demolished and removed from the site after completion and acceptance for the project concrete masonry work, unless Contractor is directed otherwise by Owner. E. Testing of Grout 1. Test Specimens and Samples a. Contractor shall take field samples on the first day of masonry construction, at any change in materials during construction, and whenever, in the judgment of the Engineer, tests are necessary to determine the quality of the materials. b. Contractor shall prepare three grout specimens per sample. Each grout specimen shall be a square prism, nominally 3 inches or larger on the sides and twice as high as the width. 2. Procedures a. Contractor shall construct samples in the presence of the Engineer or his representative. The same personnel who lays the block in the structure shall construct the grout specimens. b. Contractor shall prepare each specimen in a mold consisting of masonry units proposed for construction with the same moisture condition as those being laid. The units shall form a space with dimensions of 3-518 inches by 3-518 inches by 7-518 inches. The space shall be lined with a permeable paper (such as a paper towel) or porous separator to prevent bonding to the masonry units, but still allowing the excess water to be absorbed. Contractor shall place a representative sample of the grout into the molds, puddle, and keep damp and und~sturbed for 48 hours. After 48 hours, Owner's Representative will transport the specimens to a test laboratory for storage. @ Revised 1 1101106 Contract No. PKS 08-02 Page 176 of 21 3 1.04 Product Storage Contractor shall store and protect all materials as follows: A. Masonry Units Masonry units shall be carefully stacked prior to use and shall be properly protected from weather by cover or inside storage. All units shall be handled with reasonable care to prevent marring or damaging of faces, edges, and corners of units. All marred or damaged units shall be discarded. B. Lime and Cement Lime and cement shall be delivered in original packages and stored on platforms above ground, protected against moisture. Aggregates shall be stored on platforms so as to exclude dirt. D. Reinforcing Steel Reinforcing steel shall be stored above ground to prevent bending or rusting. PART 2 - PRODUCTS 2.01 Materials All products shall conform to the following requirements: A. Concrete Masonrv Units 1. Masonry units shall be Grade N-I units conforming to ASTM C90, latest, and manufactured in accordance with requirements of the Concrete Masonry Association Specifications. 2. Masonry units shall have maximum shrinkage of .08 of 1% from the saturated to the oven dry condition. 3. Masonry units shall be lightweight aggregate (or sand-gravel aggregate) units manufactured by a member of the Concrete Masonry Association. Masonry units may be high temperature steam cured. Owner shall select color of masonry units. @ Revised 11101106 Contract No. PKS 08-02 Page 177 of 213 B. Cement 1. Cement for mortar shall be Type I (or Type Ill or Type Ill) portland cement conforming to ASTM C150, latest. 2. Air-Entrained Portland Cement for mortar shall be Type I-A (or Il-A, or Ill-A) conforming to ASTM C175, latest. (Note: When using air-entrained cements, mortar shall not contain more than 1/10 part lime putty). 3. Plastic cement shall have less than 12% total volume in approved plasticizing agents and shall conform to all of the requirements for portland cement in ASTM C150, latest, except with respect to limitations on insoluble residue, air-entrained, and additions subsequent to calcination. C. Aggregate 1. Aggregate shall be clean, sharp, and well graded, and free from injurious quantities of dust, lumps, shale, alkali, surface coatings, and organic matter. 2. Sand shall conform to ASTM C144, latest. 3. Pea gravel shall be graded with 100% passing the 318 inch sieve and not more than 5% passing the No. 8 sieve. D. Lime Putty 1. Lime putty shall be made from approved hydrated lime or quicklime and shall weigh not less than 83 pounds per cubic foot. 2. Hydrated lime shall conform to ASTM C207, latest. 3. Quicklime shall conform to ASTM C5, latest. Quicklime shall be slaked and then screened through a 16-mesh sieve. After slaking, screening, and before using, it shall be stored and protected for minimum 10 days. E. Admixtures Admixtures shall not be used in mortar or grout unless specifically approved by Engineer. F. Reinforcing Steel 1. Reinforcing steel shall be Grade 60 deformed bars conforming to ASTM A615, latest, except that 114 inch ties may be plain bars. 2. Reinforcing steel shall be clean and free from loose rust, scale, and dirt, and coatings that reduce bond. @ Revised 1 llOlM6 ~. . Contract No. PKS 0992 Page 178 of 213 2.02 Mortar & Grout Mortar A. - Mortar shall be freshly prepared and uniformly mixed in ratio 1 part portland cement, 114 part lime putty, and 3-112 parts sand. Mortar shall conform to ASTM C270, latest. Grout B. - 1. Grout shall have minimum compressive strength of 2,000 PSI. 2. Grout shall be of fluid consistency and mixed in ratio 1 part cement, 3 parts sand for grout spaces less than 4 inches in any dimension. Grout shall be of fluid consistency and mixed in ratio 1 part cement, 2 parts sand, and 2 parts pea gravel for grout spaces greater than 4 inches. 3. Fluid consistency shall mean that consistency of fluid shall be enough for pouring and yet not so fluid that the constituent parts of the grout separate when grout is poured (slump equals 9 inches + 1 inch). PART 3 - EXECUTION 3.01 Workmanship A. Masonry work shall be started only when horizontal and vertical alignment of foundation is within 1 inch of plumb or line. B. Contractor shall prevent grout and mortar stains. Contractor shall keep wall continually clean. If grout runs over, Contractor shall clean wall immediately. C. All masonry shall be laid true, level and plumb in accordance with the Construction Drawings. D. Contractor shall cut all masonry units accurately to fit all openings, conduit, ducts, and plumbing. All holes shall be neatly patched. E. Construction support shall not be attached to the wall except where specifically permitted by the Engineer. F. The top surface of the concrete foundation shall be clean and free of laitance and the aggregate exposed by sandblasting prior to starting masonry construction. G. Where no bond pattern is shown, walls shall be laid up in straight, uniform courses with regular half or running bond. H. All work, bond patterns, or special details shown on the Construction Drawings shall be accurately and uniformly executed. Revised 1 IMIIOB Contract No. PKS 08-02 Page 179 of 213 3.02 Protection of the Work b_l A. Contractor shall protect all sills, ledges, and offsets from mortar droppings or other damage during construction. B. Contractor shall prevent visible mortar and grout stains on the exterior of the work. Contractor shall remove stains immediately if they occur. 3.03 Masonry Units A. All masonry units shall be sound, free of cracks, or other defects that would interfere with the proper placing of the unit or impair the strength of construction. B. All masonry units shall be stored on the job so that they are kept off the ground and protected from the elements. Wetting of units is not permitted. C. Proper masonry units shall be used to provide for all windows, doors, bond beams, lintels, pilasters, and knockouts, with a minimum unit cutting. D. Where masonry unit cutting is necessary, Contractor shall utilize a masonry saw making all cuts neat and true. 3.04 Joints A.' Starting joints on foundations shall be laid with full mortar coverage on the bed joints except that the area where grout occurs shall be free from mortar so that the grout will be in contact with the foundation. B. Mortar joints shall be straight, clean, and uniform in thickness and shall be tooled as specified. C. Contractor shall tool exposed wall joints with a round bar (or V-shaped bar) 2 feet long to produce a dense, slightly concave surface well bonded to the block at the edges. D. Tooling shall be done when the mortar is partially set but sufficiently plastic to bond. All tooling shall be done with a tool which compacts the mortar, pressing the excess mortar out of the joint rather than dragging it out. E. Where walls are to receive plaster, Contractor shall strike joints flush. F. Where joints are to be concealed under paint, Contractor shall fill joints flush and then sack to produce a dense surface without sheen. G. Unless otherwise specified, horizontal and vertical mortar joints shall be 318 inch thick with full mortar coverage on the face shells and on the webs surrounding cells to be filled. @ Revised 1 1/01/08 Contract No. PKS 08-02 Page 180 of 213 H. Vertical head joints shall be buttered well for a thickness equal to the face shell of the block and these joints shall be shoved tightly so that the mortar bonds well to both blocks. Joints shall be solidly filled from the face of the block to the depth of the face shell. I. If it is necessary to move a block so as to open a joint, Contractor shall remove block from wall and set in fresh mortar. J. Intersecting masonry walls and partitions shall be bonded by the use of steel ties at 24 inch centers maximum. K. Where stack bond is specified, approved metal ties shall be provided horizontally at 24 inch centers maximum. 3.05 Reinforcing A. When a foundation dowel does not line up with a vertical core, it shall not be sloped at more than one horizontal to six vertical. Dowels shall be grouted into a core in vertical alignment even though it is in an adjacent cell to the vertical wall reinforcing. B. Reinforcing bars shall be straight except for bends around corners or where bends or hooks are detailed on the drawings. C. Reinforcing steel where spliced shall be lapped a minimum of 40 bar diameters. D. When full length vertical bars are used, they shall be held in position at top and 4 bottom at intervals not exceeding 48 inches along the reinforcement. E. Horizontal reinforcing shall be laid on the webs of bond beam units and shall be solidly grouted in place. Reinforcing in channel units shall be spaced off the bottom of the unit. F. Vertical reinforcing shall have a minimum clearance of 114" from the masonry. G. Wire reinforcement shall be completely imbedded in mortar or grout. Mortar joints with wire reinforcement shall be at least twice the thickness of the wire. H. Wire reinforcement shall be lapped at least 8 inches at splices and shall contain at least 1 cross wire at each piece of reinforcement in the lap distance. 3.06 Grouting A. Reinforcing steel shall be in place and inspected by Engineer before grouting starts. B. Unless specified otherwise on drawings, all walls shall be solid grouted. Unless specifically allowed on drawings, height of grout pours shall not exceed 4 feet. All debris and projecting mortar shall be cleaned out before pouring grout. Pours shall be stopped 1-112 inches below the top of a course to form a key at pour joints. 3 Revised 1 IIOllOB Contract No. PKS 08-02 Page 181 of 213 C. Contractor shall consolidate grout by mechanical vibration during placement before loss of plasticity in a manner to fill the grout space. Grout pours greater than 12 inches shall be reconsolidated by mechanical vibration after 3 to 5 minutes to minimize voids due to water loss. Grout pours 12 inches or less in height shall be mechanically vibrated or puddled. D. Vertical cells to be filled shall have vertical alignment to maintain a continuous unobstructed cell area not less than 2 inches by 3 inches. E. When higher pours are specified, grout lifts shall not exceed 8 feet. A cleanout hole shall be provided at the bottom of each cell to be poured. F. Contractor shall grout beams over openings in a continuous operation. G. Contractor shall cover the tops of unfilled cell columns under a horizontal masonry beam with metal lath, or special units shall be used to confine the grout fill to the beam section. H. Contractor shall install all bolts, anchors, and similar wall inserts prior to grouting and solidly grout them in place. 3.07 Cleaning and Protection A. Masonry walls are to be left bare or unpainted unless otherwise specified; Contractor shall prevent mortar splotches. B. Construction supports shall not be attached to the wall except where specifically permitted by Engineer. C. All forms shall be made tight (special attention is necessary for bottom form of block bond beams) and concrete and grout spilled on the wall shall be washed off immediately. D. Walls shall have their surfaces dampened for three days with a light fog spray during the mortar curing period. They shall not .be saturated with water for curing or any other purposes. E. At the conclusion of work, Contractor shall clean down all masonry walls, remove his scaffolding and equipment used in the work, clean up all debris, refuse, and surplus material, and remove them from the premises. Revised 1 IRIIOB Contract No. PKS 08-02 Page 182 of 21 3 BASIC EARTHWORK SPECIFICATIONS 1. Scope Contractor shall furnish all labor, equipment, and material and perform all operations necessary for earthwork construction including clearing, excavating, filling, backfilling, compacting, and grading specified or reasonably required. All debris or material unsuitable for construction shall be removed from site. Adequate drainage shall be provided at all times and accumulation of water in excavated areas shall be prevented. All work shall be protected by pumping, ditching, and other measures required for the removal of exclusion of water. Any work damaged by the effects of rain runoff or other weather conditions during any phase of construction shall be reconstructed to conform to the specified requirements. Contractor shall not pass equipment over or alongside facilities that are not protected by ample fill material, properly compacted. Unless otherwise specified or herein modified, all earthwork shall conform to Section 300 of the Standard Specifications for Public Works Construction, published by Building News, Inc., Los Angeles, California, latest edition, hereinafter "Standard Specifications". References in the Standard Specifications to Measurement and Payment shall not apply. 2. Protection of Existing Work Before beginning any cutting or demolition work for removals, Contractor shall carefully survey the existing work and examine the drawings and Specifications to determine the 3 extent of the work. Contractor shall take all necessary precautions to insure against damage to existing work to remain in place or to be reused and any damage to such work shall be repaired or replaced as approved by Owner at no additional cost to Owner. Contractor shall carefully coordinate the work of this section with all other work and construct and maintain shoring, bracing, and supports as required. Contractor shall insure that structural elements are not overloaded and be responsible for increasing structural supports or adding new supports as may be required as a result of any cutting, removal, or demolition work performed under any part of this Contract. 3. Grade Control Control stakes as may be required shall be placed and maintained by Contractor. Bench marks, monuments, and other reference points, if unnecessarily disturbed or destroyed by Contractor, will be restored by Owner at Contractor's expense. 4. Clearing and Grubbing Except as otherwise specified, indicated areas should be cleaned and grubbed conforming to Section 300-1 of the Standard Specifications. All removed materials shall be disposed off-site in a location approved by Owner. Bituminous pavement to be removed shall be saw cut to clean, straight lines. @ Revised 1 1101106 Contract No. PKS 08-02 Page 183 of 21 3 5. Field Compaction Tests Where reference is made to relative compaction, it shall be deemed to mean ASTM D1557, latest, using ten-pound hammer at 18-inch drop. Cost of all compaction tests having relative compaction less than specified shall be borne by Contractor. Cost of all compaction tests having relative compaction greater than specified will be borne by Owner. Owner will select soil testing engineer. 6. Materials to be Excavated Materials to be excavated shall be non-classified and shall include all materials encountered in excavating and grading operations hereunder. Materials shall be excavated to the depth and extent specified. 7. Excavation Contractor shall excavate to the elevations and dimensions indicated, plus ample space for construction operations and inspection of facilities. All facilities to be constructed shall bear on material compacted to the relative compaction specified which shall not be less than 90% relative compaction. If so ordered in writing by Owner, Contractor shall perform additional excavation beyond limits originally specified. Concrete shall not be placed in any excavation which has not been approved by Owner. Care shall be taken not to disturb the excavation prepared for concrete and excess material shall not be removed to make grade until just before concrete is to be placed. This work shall conform to Sections 300-2 and 300-3 of the Standard Specifications unless otherwise specified. 8. Fill and Backfill Fill and backfill shall not be placed until all work to be concealed has been inspected and approved by Owner. No fill or backfill material shall be deposited against concrete structures until the concrete has developed its design strength unless authorized by Owner. Fill and backfill around structures shall be placed in uniform horizontal layers not exceeding 12 inches in loose thickness before compaction and shall be brought up uniformly on all sides of the structure. Regardless of the specified depth of the layers of material to be compacted, Contractor shall place the material at depths required to obtain the specified relative compaction. Each layer of material shall be moistened as required and thoroughly tamped, rolled, or otherwise compacted to the relative compaction specified. Fill and backfill shall be made with clean, unclassified material excavated from site as approved by Owner. Unless permitted otherwise, said material shall consist of loose earth or sand free from stones, clods, or other deleterious materials larger than 8 inches in greatest dimension. 9. Finish Grading Upon completion of construction, Contractor shall bring to finish grade all portions of site affected by contract work. Grading shall be to the finish grade elevations specified. Contractor shall dispose of excess material as directed by Owner. END OF SECTION. @ Revised 11101106 Contract No. PKS 08-02 Page 184 of 213 BASIC ELECTRICAL SPECIFICATIONS PART 1 - GENERAL 1 .O1 Description The Contractor shall furnish all labor, equipment, and materials to provide a complete and operable electrical system, all accordance with the requirements of the Contract Documents. 1.02 Reference Codes and Standards All electrical equipment and materials, including the design, construction, and installation thereof, shall comply with the following codes and standards (latest editions), as applicable. Where hnro codes or standards are at variance, the most stringent requirements shall govern: A. National Electric Code (NEC). B. Basic Electrical Regulations, Title 24, State Building Standards, California Administrative Code. C. Low Voltage Electrical Safety Orders, Title 8, Division of industrial Safety, State of California. 4 D. City and County Electrical Codes. E. American National Standards Institute (ANSI). F. National Electrical Manufacturers Association (NEMA). G. National Fire Protection Association (NFPA). H. Underwriters Laboratories, Inc. (UL). 1. Occupational Safety and Health Act (OSHA) Safety and Health Standards (29CFR1910 and 29CFR1926), State Building Standards, and applicable local codes and regulations. All equipment and material furnished by the Contractor shall be listed by and shall bear the label of Underwriters Laboratories, Inc. (UL) or of an independent testing laboratory acceptable to the local agency with jurisdiction over the electrical work. @ Revised 1 1101106 Contract No. PKS 08-02 Page 185 of 21 3 1.2 Submittals A. Shop Drawings 1. In accordance with Contractor Submittals Technical Specifications, Contractor shall submit complete information, drawings, and technical data for all equipment and components, including, but not limited to, the following: 2. Catalog data including catalog cut sheets, bulletins, brochures, etc. Applicable sizes, model numbers, and options shall be clearly marked and delineated. 3. Connection diagrams, terminal diagrams, and internal wiring diagrams. 4. Equipment and material temperature limitations. 5. Drawings for all grounding work not specifically shown. 6. Nameplates for all electrical panels, including nameplate material, lettering height, and proposed inscriptions. B. Operation and Maintenance Manuals Contractor shall submit detailed Operation and Maintenance Manuals for each item of equipment in accordance with the Contractor Submittals Technical Specifications. C. Record Drawings Contractor shall maintain and keep current a complete record set of construction drawings showing every change from the Contract Drawings and Specifications and the exact locations, sizes, and types of equipment and material installed. Record drawings shall show all conduit runs (sizes and number), circuits, and conductors (sizes and numbers). Record drawings shall show depths and routing of all concealed and below grade electrical installations. Record drawings shall be available to the Owner during construction and shall be delivered to the Owner upon project completion. 1.3 Delivery, Storage, and Handling A. Delivery Deliver electriaal materials and equipment in manufacturer's original cartons and containers with seals intact. Deliver conductors on sealed reels. Deliver large multi-component equipment in sections to facilitate field handling and installation. a Revised 1 1101106 Contract No. PKS 08-02 Page 186 of 21 3 B. Storaae Unless designed for outdoor exposure, store electrical equipment and material of the ground and under cover. Equipment and material shall be protected from weather, corrosion, contamination, and deterioration. Dents, marred finishes, and other damage shall be repaired to its original condition or replaced as directed by the Owner. C. Handling All equipment and material shall be handled in accordance with the manufacturer's recommendations. Large or heavy items shall be lifted at the points designed by the manufacturer. Equipment and material shall be handled and installed as necessary to prevent damage. 1.05 Public Utilities A. Contractor shall obtain electrical service requirements from public utility furnishing electrical power to the project. Contractor shall coordinate installation of power service with public utility. Contractor shall obtain, at his expense, all permits, licenses, and inspections required for electrical construction work by public utilities having jurisdiction. B. Contractor shall furnish and install all service conduit, fittings, transformer pad(s), 9 manholes, vaults, grounding, and conductors not furnished by the serving utility. 4 PART 2 - PRODUCTS 2.01 General All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and material shall be of industrial grade and be capable of long term, reliable, and trouble-free service. Similar equipment and material items shall be products of the same manufacturer. 2.02 Grounding A. Grounding and grounding components shall comply with the applicable requirement of the NEC, Article 250. B. Grounding cable shall be stranded copper and shall be sized in accordance with Code requirements when sizes are not shown on the Drawings. Contractor shall submit shop drawings for all grounding work not shown on the Drawings. C. Grounding rods shall conform to ANSIIUL 467 and shall be copper-clad steel, 314-inch (minimum) in diameter and 10 feet (minimum) in length. Rods shall be driven in the ground at least 9' -6" deep. Provide the number of rods required to obtain proper ground resistance, as applicable to all manholes, padmount switches, transformers, service entrances, etc. 3 Revised HMllO6 Contract No. PKS 08-02 Page 187 of 21 3 D. Ground rod mechanical connector bodies shall be manufactured from high strength, high conductivity cast copper alloy material. Bolts, nuts, washers and lockwashers shall be made of silicon bronze and supplied as a part of the connector body and shall be of the two bolt type. Split bolt connector types are not allowed. The connectors shall meet or exceed the requirements of UL 467 and be clearly marked with manufacturer and conductor size. E. Ground rod compression connectors shall be manufactured from pure wrought copper. The conductivity of this material shall be no less than 99% by IACS standards. The connectors shall meet or exceed the performance requirements of IEEE 837, latest revision. The connectors shall be clearly marked with the manufacturer and conductor size. The installation of the connectors shall be made with a compression, tool and die system, as recommended by the manufacturer of the connectors. Each connector shall be factory filled with an oxide-inhibiting compound. 2.03 Pull Boxes A. Pull-Boxes shall be of precast concrete. Pull-Box minimum inside dimensions shall be as shown on the Drawings. Pull-Boxes shall be placed on a 6" thick crushed rock base. B. Pull-Box covers shall be marked "High Voltage Electric", unless noted otherwise. C. Pull-Boxes shall be provided with knockouts for connections to all underground conduit. Conduit entrances shall be grouted flush with non-shrink grout. Conduits shall be terminated with flush-end bells. D. Pull-Boxes shall be manufactured by Brooks, Quikset, or equal. 2.04 Conduit A. General Each length of conduit shall bear the UL label and be a minimum size of W, unless noted otherwise. Elbows shall be standard radius sweeps meeting the requirements of the NEC. B. Rigid Steel Conduit 1. Rigid steel conduit shall be Schedule 40 steel, pipe size, finished inside and out by hot-dipped galvanizing, and shall conform with ANSI C80.1 and UL. All rigid steel conduit in direct contact with the ground or concrete shall be protected by double wrapping with 20 mil PVC tape. Revised HEOllO6 Contract No. PKS 08-02 Page 188 of 21 3 2. Couplings shall be galvanized steel. 3. Insulating Bushings: threaded malleable iron with thermoplastic liner. 4. Insulated Grounding Bushings: threaded malleable iron body with insulated thermoplastic liner throat and "lay-in" ground lug with compression screw. 5. Insulated Metallic Bushings: threaded malleable iron body with plastic insulated throat. 6. Running threads are not acceptable. C. PVC Coated Riaid Steel Conduit 1. Conduit shall be Schedule 40 steel, pipe size, finished inside and out by hot-dipped galvanizing, and shall conform with ANSl C80.1 and UL. A PVC coating of 40 mils (minimum) thickness shall be bonded to the outer galvanized surface of the conduit and a urethane coating shall be applied to the interior surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. A PVC jacketed coupling shall be furnished with each length of conduit. PVC coated rigid steel conduit and fittings shall be manufactured by Robroy, Occidental, or equal. m- 4 2. Conduit fittings shall be PVC coated and furnished by the same manufacturer as the conduit to provide a complete and compatible protective system. PVC coated fittings and couplings shall have specially formed sleeves to tightly seal to conduit PVC coating. The sleeves shall extend beyond the fitting or coupling a distance equal to the conduit outside diameter or two inches, whichever is greater. D. Riaid Non-Metallic Conduit 1. Conduit shall be UL listed, sunlight resistant, Schedule 40 polyvinyl- chloride (PVC) conduit, rated for 90' C conductors, and manufactured to NEMA TC-2 standards. 2. Couplings and connectors shall be of the same manufacturer as the conduit and shall be joined as recommended by the manufacturer. All PVC conduits shall be terminated with approved connectors or end bells. E. Electrical Metallic Tubina (EMT) 1. . Conduit shall be formed of cold rolled strip steel, electroplated, and shall meet ANSl and UL requirements. 2. Couplings shall be electroplated steel, UL listed rain and concrete tight. 3. Connectors shall be gland compression type with insulated plastic throat. Revised I IIOIRB Contract No. PKS 08-02 Page 189 of 213 F. Liquid-Tight Flexible Metallic Conduit 1.' Conduit shall be liquid tight and shall have an interlocking flexible galvanized steel core with permanently bonded continuous exterior gray PVC jacket. Exterior jacket shall be moisture and oil-proof, and UV protected. A copper bonding conductor shall be included between the segments. Interior surfaces shall be smooth and offer minimum drag to pulling conductors. Liquid-tight flexible metallic conduit shall be as manufactured by Anaconda, Electroflex, or equal. 2. Connectors shall be the screw clamp or screw-in (Jake) variety with cast malleable iron bodies and threaded male hubs with insulated throats or insulated bushings. Liquid-tight fittings shall be of cadmium plated cast malleable iron, with insulated throat, with provisions for grounding. 2.07 Conductors and Cable A. General Cables and wires shall be new, stranded conductors, solid copper, not smaller than #12 AWG unless otherwise shown on Drawings. Insulation shall bear manufacturer's trademark, insulation designation, voltage rating, and conductor size at regular intervals. Each type of cable or wire shall be the product of a single manufacturer. B. Conductors Conductors for power service, power feeders, power circuits, and lighting feeders, lighting circuits, and control circuits shall be stranded copper, rated 600 volt, with 75' C THWN insulation, UL approved, for installation underground, in concrete, in masonry, or in wet locations. Minimum conductor size shall be # 12 AWG. C. Color Coding System conductors shall be factory color coded by integral pigmentation with a separate color for each phase and neutral, or by an approved colored marking tape at all terminations and in all junction boxes, pull-boxes, and manholes. Each voltage system shall have a color coded system that shall be maintained throughout the project. Approved colored marking tape is as follows: Svstem Service Color 120V, 1 Phase, 2 wire Line Black Neutral White 208V, 3 Phase, 4 wire Phase A Black Phase B Red Phase C Blue Neutral White @ Revised 11/01/06 Contract No. PKS 08-02 Page 190 of 213 480V, 3 Phase, 4 wire All Phase A Phase B Phase C Neutral Ground Brown Orange Yellow White Green & Bare Copper 2.08 Switches and Relays A. Toaale Switches Local single pole switches shall be flush tumbler type AC rated, quiet type, heavy duty, 20 amp minimum, rated 1201277 volt, back or side wired with binding screws. Switches shall conform to NEMA WD-1 specifications. Two pole three way and other switches shall be similar. Switches shall be as manufactured by Hubbell, Bryant, or equal. 2.09 Receptacles A. General Purpose General purpose receptacles shall be duplex, 3-wire grounding type, rated 125 1250 volt, AC, 20 amp minimum, NEMA 5-20R, back or side wired with binding screws, as manufactured by Hubbell, Bryant, G.E, or equal. 1. B. Ground Fault lnterrurster (GFI) 9 W' GFI receptacles shall be NEMA 5-20R configured and shall mount in a standard device box. Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD-1-1.10 and UL 943. GFI receptacles shall be capable of individual protection as well as downstream protection. 2.10 Device Boxes, Junction Boxes, and Fittings A. Device Boxes (General Purpose - Indoors or Outdoors) Unless otherwise noted on the Drawings, device boxes shall malleable iron constructed with zinc or cadmium plating and enamel finish, minimum single gang size, deep box type, with treaded hubs and solid gasketed cover. Device boxes shall be properly sized for required circuitry or splicing. Surface mounted boxes shall be furnished with mounting lugs. Where located outdoors, device boxes shall be waterproof. Device boxes shall be Crouse-Hinds FD, Appleton FD, or equal. B. Junction Boxes (General Pur~ose - lndoors or Outdoors) Unless otherwise noted on the Drawings, junction boxes shall be malleable iron constructed, rain tight, dust tight, minimum size 4"x4"x3", drilled and tapped or field installed with slip holes (alternate hub plates are acceptable). Junction boxes shall be properly sized for the number and sizes of conductors and conduit entering the box and required splicing. Provide feet where necessary for surface mounting. Junction boxes shall be Crouse-Hinds WAB, Appleton RS, or equal. Revised 11101106 Contract No. PKS 08-02 Page 191 of 21 3 C. Device Boxes (Wet or Corrosive Locations) Where specified on the Drawings, device boxes shall be constructed of 316 stainless steel, minimum single gang size, deep box type, with gasket and 316 stainless steel solid cover. Device boxes shall be properly sized for required circuitry or splicing. Surface mounted boxes shall be furnished with mounting lugs or feet. Device boxes shall be NEMA 4X as manufactured by BEL Products, Inc., Cushing Manufacturing Co., or equal. D. Junction Boxes (Wet or Corrosive Locations) Where specified on the Drawings, junction boxes shall be constructed of 316 stainless steel, with gasket and 316 stainless steel solid cover. Junction box minimum size shall be 4"x4"x311. Junction boxes shall be properly sized for required circuitry or splicing. Provide feet where necessary for surface mounting. Junction boxes shall be NEMA 4X as manufactured by BEL Products, Inc., Cushing Manufacturing Co., or equal. E. . Fittinns Conduit fittings shall be provided where shown on the Drawings or required to facilitate installation of the electrical conduit and equipment. 1. Metallic fittings shall be constructed of malleable iron with zinc or cadmium plating and enamel finish, with gasket and cast cover. Fittings shall be Condulet Type as manufactured by Crouse-Hinds, Appleton, or equal. 2. Non-metallic fittings shall be compatible with the non-metallic conduit used and shall be of the same manufacturer. 3. Fittings shall be of the shapes, sizes, and types required to facilitate installation or removal or conductors and cables from the conduit. 4. Connectors, couplings, locknuts, bushings, and caps used with Rigid Steel conduit shall be threaded and thoroughly galvanized. Bushings shall be insulated. 5. Metallic conduit unions shall be "Erickson" couplings, or approved equal. Running threads are not acceptable. 6. Connectors for liquid-tight flexible metallic conduit shall be liquid tight with insulating bushings and provision for ground continuity. 2.1 I Disconnect Switches A. Switch Interior Dead-front construction with hinged arc suppressor and-switch blades which are fully visible in the "OFF" position and with door open. Revised I llOIlOf3 Contract No. PKS 08-02 Page 192 of 21 3 B. Switch Mechanism Switches shall be quick-make and quick-break with arc quenching and ambient temperature compensated overload devices. Switch operating handle and mechanism shall be provided with a dual cover interlock to prevent unauthorized opening of the switch door in the "ON" position or closing the switch mechanism while the door is open. Switch operating handle shall be capable of being padlocked in the "OFF" position. Switches shall be manufactured by General Electric, Westinghouse, Square Dl or equal. C. Ratinas Switches shall be horsepower rated for the operating voltage and with fused or non-fused arrangements as shown on the Drawings. D. Enclosures Unless otherwise noted on the Drawings, for interior locations enclosures shall be NEMA 12 panels with hinged covers and padlockable hasps. Switches in exterior locations shall be provided with gasketed NEMA 3R enclosures with hinged covers and padlockable hasps. Low-Voltage Cable Splices Low-voltage cable splices and terminations shall be rated at not less than 600 Volts. Splices in conductors No. 10 AWG and smaller shall be made with an insulated, solderless, pressure type connector, conforming to the applicable requirements of UL 486A. Splices in conductors No. 8 AWG and larger shall be made with noninsulated, solderless, pressure type connector, conforming to the applicable requirements of UL 486A and UL 4868. Splices shall then be covered with an insulation and jacket material equivalent to the conductor insulation and jacket. Splices below grade or in wet locations shall be sealed type conforming to ANSI C119.1 or shall be waterproofed by a sealant- filled, thick wall, heat shrinkable, thermosetting tubing or by pouring a thermosetting resin into a mold that surrounds the joined conductors. Miscellaneous Equipment and Material A. Concrete Anchors Type 304 (or better) stainless steel expansion anchors (wedge or sleeve) shall be used to for mounting all electrical conduit, boxes, and equipment. NO type of explosive anchor will be permitted. B. Conduit Straps Where specified on the Drawings, conduit straps shall be malleable iron constructed, one-hold type strap with cast clam-backs and spacers as required. @ Revised 1 1101106 Contract No. PKS 08-02 Page 193 of 213 C. Channel (Unistrut) Su~~orts Unless otherwise specified, support channel (Unistrut) shall be single strut type, 1-112" x 1-1/2", 12 gauge hot dipped galvanized steel with 17/32" diameter bolt holes on 1-1 12" centers. Nameplates shall be provided for all electrical stations and equipment furnished by the Contractor. Nameplates shall be engraved laminated plastic, with 114" high white lettering on black background. Nameplates shall indicate equipment and its function. Nameplates shall be securely fastened with stainless steel drive screws or escutcheon pins. E. Panelboard Labelinq Panelboard circuits shall be labeled clearly indicating which piece of equipment, outlet, lighting, receptacle, etc. is powered by the respective circuit. Labeling shall be arranged in numerical order. F. Conductor and Terminal Markers Conductor and terminal markers shall be self-adhering, pre-printed cloth or vinyl. PART 3 - EXECUTION 3.01 General A. Prefabricated Material and Equipment Installation of all prefabricated items and equipment shall conform to the requirements of the manufacturer's specifications and installation instructions. When code requirements apply to installation of materials and equipment, the more stringent requirements, code, or manufacturer's specifications and installation instructions shall govern the work. B. Power Su~~lies to Mechanical Equi~ment 1. An electric power supply, including conduit, any necessary junction or outlet boxes, and conductors and connections shall be furnished and installed by Contractor for each item of mechanical equipment. 2. Circuit breakers or fused disconnect protection shall be provided for each separate item of mechanical equipment shown on the Drawings, or specified in the Basic or Technical Specifications. 3. Power supplies to individual items of equipment shall be terminated in a suitable outlet or junction box adjacent to the respective item of equipment, or a junction box provided by the manufacturer of the equipment. Sufficient lengths of conductor at each location shall be provided to permit connection to equipment without damaging the conductors. @ Revised 11101106 Contract No. PKS 08-02 Page 1 94 of 21 3 3.02 Conduit Installation A. General 1. Contractor shall install conduit and electrical equipment in locations that will cause minimal interference with the maintenance and removal of mechanical equipment. Conduits and connections are shown schematically on the Drawings. Contractor shall run conduit in a neat manner parallel or perpendicular to walls and slabs, and wherever possible, installed together in parallel runs supported with Unistrut type support system. All conduits shall be installed straight and true with reference to the adjacent work. 2. Unless noted otherwise on the Drawings, conduits shall be concealed in walls or in cast-in-place concrete slabs. Concealed conduits shall be run in as direct a route as possible and with bends of large radii. Floor penetrations shall be made only at specific approved locations; other penetrations are prohibited. Conduits shall be rigidly secured in position by means of approved clamps. 3. Locations of conduit runs shall be planned in advance of the installation and coordinated with the ductwork, plumbing, ceiling, and wall construction in the same areas, and shall not unnecessarily cross other conduits or pipe, nor prevent removal of nor block access to mechanical or electrical equipment. @"%a 4 4. Unless noted othewise on the Drawings, buried conduit shall be installed with a minimum of 24" cover. All conduit trenches shall be compacted to a minimum of 90% relative compaction. Compaction in the pipe zone shall be accomplished by water jetting imported sand, one sack sand slurry cement, or equal, placed to 6" above top of conduit. Buried conduit shall be installed using approved spacers and cradles, properly supportedlanchored and at sufficient intervals ' to prevent movement during backfill operations (maximum spacing of five feet). Where change in direction is required, long radius elbows shall be installed. Prior to installation of conductors in underground conduits, a testing mandrel not less than six (6) inches long and with a diameter 114 inch less than the conduit diameter shall be drawn through after which a stiff bristle brush of the proper size for the conduits shall be drawn through until the conduits are free of all sand and gravel. 5. Unless noted otherwise on the Drawings, conduits cast in, under, or through concrete walls, slabs, or masonry walls shall be Rigid Steel. 6. Unless noted othewise on the Drawings, buried conduit shall be Rigid Non-Metallic or Rigid Steel. Transition from PVC to Rigid Steel shall be made at the horizontal leg of the buried conduit bend. 7. Unless noted otherwise on the Drawings, exposed or above grade conduit shall be Rigid Steel. L.*IE Q ~evised 1 1~1106 Contract No. PKS 08-02 Page 195 of 21 3 8. Spare conduits shall extend a minimum of 3" above concrete slab or wall, and be provided with threaded cap and polyethylene pull rope with 100- pound (minimum) tensile strength. 9. All conduits shall be tightly sealed during construction by use of conduit plugs or "pennies" set under bushings. All conduit in which moisture or any foreign matter has collected before pulling conductors shall be cleaned and dried to the satisfaction of the Owner. 10. Conduits shall be securely fastened to cabinets, boxes, and gutters using locknuts (one inside and one outside enclosure for rigid conduit, one inside enclosure for EMT) and an insulating bushing or specified insulated connectors. Grounding bushings or bonding jumpers shall be installed on all conduits terminating at concentric knockouts. B. Rigid Steel Conduit Rigid Steel conduit installations below grade, and cast in, under, or through walls or slabs shall be double wrapped with 20-mil PVC tape. Running threads and threadless couplings will not be acceptable. Where necessary for connecting conduit, UL listed couplings or unions shall be used. All ends and joints shall be reamed smooth after cutting. C. Electrical Metallic Tubinq (EMT) EMT conduit shall only be installed where specifically shown on the Drawings. EMT conduit, where specified, shall be furnished with weatherproof fittings. D. Riaid Non-Metallic Conduit Unless noted otherwise on the Drawings, Schedule 40 PVC conduit may be used underground. PVC conduits shall not be run exposed. E. Supports Exposed conduit shall be supported with channel supports spaced per NEC requirements (8'-0" maximum spacing) and within 18 of couplings, bends, boxes, etc., unless otherwise shown on the Drawings. F. Termination and Joints 1. Raceways shall be joined using specified couplings or transition couplings where dissimilar raceway systems are joined. 2. Conduit terminations exposed at weatherproof enclosures and cast outlet boxes shall be made watertight using approved connectors and hubs. 3. Expansion couplings shall be installed where any conduit crosses a building separation or expansion joint, including joints in footings and gradebeams. Revised 1 1/01/06 Contract No. PKS 08-02 Page 196 of 21 3 4. Approved cable-sealing bushings shall be installed on all conduits 4 originating from roof and terminating in switchgear, cabinets, or gutters inside the building. 5. Conduit bodies (Condulets) are not acceptable as enclosures for splices. 6. At all conduit terminations and boxes, conductors shall be protected by a fitting equipped with a plastic bushing having a smoothly rounded insulating surface. 3.03 Conductor and Cable Installation A. General 1. Conductors shall not be installed in conduit runs until all work is completed for each individual conduit run. Care shall be taken in pulling conductors such that insulation is not damaged. UL approved pulling compounds shall be used. 2. Unless noted otherwise on the Drawings, all conductors or cables shall be installed in conduit or electrical enclosures. 3. All cables shall be installed and tested in accordance with manufacturer's requirements and warranty. B. S~licinn and Terminatinq 1. All aspects of splicing and terminating shall be in accordance with cable manufacturers published procedures. 2. All splices in outlet boxes with connectors as specified herein shall be made up with separate tails of correct color. At least six (6) inches of tails packed in box after splice is made up shall be provided. 3. All conductor and cable in panels, control centers and equipment enclosures shall be bundled and clamped. C. Identification 1. All branch-circuits shall be securely tagged, noting the purpose of each. Conductors shall be marked with vinyl wrap-around markers. Where more than two conductors run through a single outlet, each circuit shall be marked with the corresponding circuit number at the panelboard. 2. Conductors size #6 AWG and larger shall be color coded using specified phase color markers and identification tags. 3. All terminal strips shall have each individual terminal identified with specified vinyl markers. 3 @ Revised 1 IMIMB Contract No. PKS 08-02 Page 197 of 213 4. Inside of all junction box cover plates shall be identified via felt-tip pen or decal label, denoting the panel and circuit numbers and voltage contained in the box. 5. All receptacles and switches shall be decal labeled on the plate, denoting the panel and circuit number. D. Connections to Circuit Breakers, Switches, and Terminal Strips; Stranded Copper Conductors 1. #I2 through 8 AWG: Conductor shall be terminated in locking tongue style, pressure type, compression lugs, unless clamp type connection for stranded conductor is provided with device. 2. #6 AWG and larger: Conductor shall be terminated in one-hole flat-tongue style, compression type lugs, or by connectors supplied by the manufacturer. E. Joints in Conductors in Dw Locations, Copper Conductors 1. #8 AWG and smaller: Conductors shall be twisted and secured with cap or twist-on, expandable spring type solderless connectors. 2. #6 AWG and larger: Conductor shall be joined with split bolt connectors or compression sleeves. Joints shall be insulated with rubber tape and protected with half-lapped layers of vinyl plastic electrical tape. Insulation may also be provided by UL listed pre-manufactured components such as heat-shrink or cold-shrink devices. F. Joints in Conductors in Moist Locations, Copper Conductors 1. #8 AWG and smaller: Conductor shall be securely joined as specified above, then encapsulated in epoxy (Scotchcast or approved equal). 2. #6 AWG and larger shall be joined as specified above, and suitably water treated. G. Groundinq Enclosures of equipment, raceways and fixtures shall be permanently and effectively grounded. A code-sized, copper, insulated green equipment ground shall be provided for all branch circuit and feeder runs. Equipment ground shall originate at panelboard ground bus and shall be bonded to all switch and receptacle boxes and electrical equipment enclosures. Ground terminals on receptacles shall be connected to the equipment grounding conductor by an insulated copper conductor. @ Revised I 1/01/06 Contract No. PKS 08-02 Page 198of 213 3.04 Installation of Boxes and Wiring Devices A General 1. All outlets shall be surface mounted with walls, ceilings, and floors, except where specified to be finish flush. 2. No unused openings shall be left in any box. Close-up plugs shall be installed as required to seal openings. 3. Exposed outlet boxes and boxes in damp and wet locations shall be provided with gasketed cast metal cover plates. B. Box Layout 1. Outlet boxes shall be installed at the locations and elevations shown on the drawings or specified herein. Adjustments to locations shall be made as required by structural conditions and to suit coordination requirements of other trades. 3.05 Transformer Installation A. Primary shall be connected to minimum value taps during construction period and prior to initial building start-up. B. Voltage readings shall be made and tap connections adjusted to nominal voltage during final construction review and prior to building occupancy. I 4 C. Transformers shall be installed on vibration pads designed to suppress the transformer vibrations. Pads shall be selected and arranged in accordance with the weights of the transformers. D. Conduit connections that will prevent transmission of the transformer vibrations to the conduit system shall be installed. E. Transformers installed against a wall shall have readily accessible primary and secondary terminals. 3.06 Protection Conduits, junction boxes, outlet boxes, and other openings shall be kept closed to prevent entry of foreign matter. Fixtures, equipment, and apparatus shall be covered and protected against dirt, paint, water, chemical or mechanical damage, before and during the construction period. Damaged fixtures, apparatus, or equipment shall be restored to original condition prior to final acceptance, including restoration of damaged shop coats of paint. Brightly finished surfaces and similar items shall be protected until in service. No rust or damage will be permitted. @ Revised 1 1101 106 Contract No. PKS 08-02 Page 199 of 21 3 .u'. 3.07 Workmanship A. Preparation, handling, and installation shall be in accordance with manufacturer's written instructions and technical data particular to the product specified andlor approved, except as otherwise specified. B. Work shall be furnished and placed in coordination and cooperation with other trades. C. Work shall conform to the National Electrical Contractor's Association Standard of Installation for general installation practice. END OF SECTION. Revised 1 1/01/06 Contract No. PKS 08-02 Page 200 of 21 3 BASIC STRUCTURAL STEEL AND MISCELLANEOUS METAL WORK SPECIFICATIONS PART 1 - GENERAL 1.01 General Requirements Contractor shall furnish all labor, equipment, and material and perform all operations necessary for fabrication, construction, and installation of structural and miscellaneous metal specified. Where miscellaneous metal and equipment items are required to fit spaces previously constructed, measurements for the fabrication of such items shall be made at the site so that items fit as required. Standard commercial products which meet general requirements, and vary only in nonessential detail, will be acceptable, subject to Owner's approval. All work shall be executed and finished in accordance with approved shop drawings and conform with the best practice required to produce the highest grade construction. Contractor shall be solely responsible for errors of fabrication and correct fitting of structural members shown on the shop drawings. 1.02 Quality Assurance +"-9 Unless otherwise specified, all work specified in the Contract Documents shall comply 4 with requirements of the following specifications and codes: A. Steel Work Fabrication and erection of structural steel shall be in accordance with AlSC "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings," and "Code of Standard Practice for Steel Buildings and Bridges", latest editions. B. Aluminum Work Fabrication and erection of aluminum shall be in accordance with the applicable requirements of Chapter 28 of the Uniform Building Code, latest edition, and herein referenced standards of the Aluminum Association. All welding of structural steel assemblies shall be performed under continuous inspection of a "Special Inspector" selected by the Owner. Should such fabrication be performed in the shop of a licensed fabricator approved by the governing Building Official, only the field welding of structural steel assemblies will be required to be performed under continuous inspection of the "Special Inspector". Contractor shall notify inspector at least 24 hours in advance of needed inspections. Contractor shall provide copies of Inspection Reports for Owner. 3 Revised HlOllO6 Contract No. PKS 08-02 Page 201 of 213 I .03 Submittals A. Shop Drawings Contractor shall submit shop drawings for approval before fabrication of any of the work. Shop drawings shall show complete fabrication details with material lists, including all welds, fabrication and finish details, and shop painting. In approved shop drawings, the Owner does not assume responsibility for accuracy of the work relative to other components as constructed. Also refer to applicable requirements hereafter specified in paragraph "Substitutions". All dimensions shall be field verified by the Contractor prior to fabrication. B. Test Reports Contractor shall furnish notarized certified physical and chemical mill test reports for material used for major structural members. All tests shall be performed in accordance with applicable ASTM Standards. C. Shop Paintinq Data In coordinated manner with requirements for Painting and Protective Coatings, Contractor shall submit product list with product data sheets of intended shop coats which, for compatibility, shall be the same products and manufacturer as those field-applied systems specified in the Basic Painting Specifications. PART 2 - PRODUCTS 2.01 Materials - General Materials shall be new, sound, and shall comply with the following: A. Steel Rolled shapes, plates, and bars shall conform to AlSC "Manual of Steel Construction" and ASTM Specification A-36, latest editions. 1. Stainless Steel Unless otherwise designated or approved, Contractor shall use Type 316 stainless steel alloy conforming to ASTM A-167 and ASTM A-276, latest editions, for plates and bars. 2. Steel Pipe Material shall conform to ASTM A-53, Grade 6 seamless galvanized as required, Schedule 40. Revised 1 IMIIOB Contract No. PKS 08-02 Page 202 of 21 3 B. Cast Iron Material shall conform to ASTM A-48, Class 30, except as specifically designated otherwise. C. Ductile lron Material shall conform to ASTM A-536 using grade 60-40-1 8 or better, except as specifically designated otherwise. D. Aluminum 1. All plate, pipe, and structural shapes shall be new and shall conform to ASTM B209 (Plate), 8308 (Shapes), 8429 (Pipe and Tubing), 821 1 (Bar Stock), and applicable Federal Specifications for 6061-T6 alloy, unless otherwise designated. 2. Aluminum pipe rail shall be of 6061-T6 alloy and be Schedule 40 or greater. 3. Alloys and tempers for various members where not otherwise designated, shall be as required for proper forming and fabrication to meet or exceed structural requirements, and shall be of alloys specially produced to best achieve specified color anodized finishes. Contractor shall provide supporting printed recommendations from parent aluminum producer. For sheet fabricated members Contractor shall use only homogenous aluminum products and no clad products. 4. Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistance welding process with filler alloys as specified in the UBC. Contractor shall not use any process requiring a welding flux. E. Common Bolts Except as otherwise designated or specified, bolts shall be standard commercial quality steel units conforming to ASTM A-307; galvanize where used with galvanized work. F. High Strenath Bolts & Studs Except as otherwise designated or specified, bolts shall conform to ASTM A325; studs shall conform to ASTM A449; nuts shall conform to ASTM A194, 2H heavy hex; washers shall conform to ASTM F436. They shall be galvanized where specified or where used with galvanized steel. G. Stainless Steel Bolts Except as otherwise designated or specified, bolts, cap screws, and studs shall be Type 316L conforming to ASTM F-593; nuts shall conform to ASTM F-594. rn Revised I llOlIO6 Contract No. PKS 08-02 Page 203 of 213 H. Deferred Bolting Devices (Noted D.B.D. or Ex~ansion Anchor on Contract Drawings) Deferred bolting devices shall be used in lieu of anchor bolts only where specifically noted or detailed; they shall be installed in accordance with current I.C.B.O. Research Report Approval and shall consist of the following: 1. D.B.D. shall be Molly Parabolt Concrete Anchors, Phillips Wedge Anchors, Hilti Anchors, or approved equal. 2. D.B.D. shall not be used for anchorage of any vibrating machinery or equipment. I. Galvanizing 1. Iron and Steel Galvanizing shall conform to ASTM A123, with minimum weight per square foot of 1.25 ounces. 2. Ferrous Metal Hardware Items Galvanizing shall conform to A153, with average coating weight of 1.25 ounces per square foot. 3. Touch-UD Material for Galvanized Coatinns Galvanized coatings marred or damaged during erection or fabrication shall be repaired by use of DRYGALV as manufactured by the American Solder and Flux Company, Galvalloy, Galvion, or equal, applied in accordance with the manufacturer's instructions. J. Weldina Electrodes 1. Steel Electrodes Contractor shall use E70XXX rod for shielded metal arc welding conforming to AWS A5.1 or A5.5 and F7X-EXXX for submerged arc welding conforming to AWS A5.17. For steel alloys other than ASTM A- 36 and A-53, Contractor shall use electrodes recommended in writing by AWS and by the parent steel manufacturer. 2. Aluminum Electrodes Contingent upon alloys being welded, Contractor shall use only inert gas shielded arc or resistant welding process with filler alloys conforming to U.B.C. Standard No. 28, Table 28-1-C. Contractor shall not use any process requiring a welding flux. Revised 11lO1b6 Contract No. PKS 08-02 Page 204 of 21 3 3. Stainless Steel Electrodes Contractor shall weld stainless steel with electrodes and by techniques specified in pertinent AWS A5 Series Specification, and as recommended in Welded Austenitic Chromium-Nickel Stainless Steel Techniques and Properties as published by the International Nickel Company, Inc., New York, N.Y. K. Sho~ Prime Paint To assure compatibility with field-applied paint or coating systems, for ferrous metals other than stainless steel, galvanized steel, and cast iron, Contractor shall use same shop prime paint product and manufacturer as painting or protective coating system intended for field application specified in the Basic Painting Specifications. Contractor shall not shop prime portions of work immediately adjacent to intended field welds or portions intended for embedment in concrete. L. . Storage of Materials Structural material, either plain or fabricated, shall be stored above ground upon platforms, skids, or other supports. Material shall be kept free from dirt, grease, and other foreign matter and shall be protected from corrosion. PART 3 - EXECUTION 3.01 Fabrication A. Workmanship shall conform to AlSC specifications, latest edition. Work shall d conform to the Contract Documents and approved shop drawings. Work shall be performed by Fabricator approved by governing Code Authorities. Aluminum work shall conform to the applicable requirements of "Specifications for Aluminum Structures, Aluminum Construction Manual" of the Aluminum Association, latest edition. 1. Shop connections shall be welded or bolted unless otherwise indicated. 2. Insofar as possible, Contractor shall fit and assemble all work in shop, ready for erection. B. Members 1. All members shall be free from twists, kinks, buckles, or open joints. 2. All members, holes, and their spacing shall be so accurately made that, when assembled, the parts shall come together and bolt without distortion. 3. Parts assembled with bolts shall be in dose contact, except where separators are required. Where unlike metals are in contact, Contractor shall insulate as necessary to prevent corrosion. 4. Bearing surfaces shall be planned to true beds. Abutting surfaces shall be closely fitted. Steel requiring accurate alignment shall be provided with slotted holes andlor washers for aligning the steel members. Revised 1 1IO1MB Contract No. PKS 08-02 Page 205 of 21 3 C. Welding 1. Welding in shop and field shall be done by operators who have previously been qualified by tests, as prescribed in the American Welding Society, "Standards Qualifications Procedure". All welds shall exhibit characteristics required by AWS Dl .O. 2. All welds shall be made with E70-XX classification mild or low-alloy steel covered arc-welding electrodes conforming to AWS A5.1 and A5.5 Specifications for filler metal, except as otherwise designated on Structural Drawings and except as otherwise recommended by AWS and AlSC for welding high strength steel alloys other than ASTM A36 and A53 Steels. 3. All steel, before being fabricated, shall be thoroughly wire brushed, cleaned of all scale and rust, and thoroughly straightened by approved methods that will not injure the materials being used. Welding shall be continuous along the entire line of contact except where tack or intermittent welding is permitted by Engineer. Where exposed, welds shall be cleaned of flux and slag and ground smooth. 4. Welding of aluminum shall conform to the applicable requirements of Uniform Building Code, Chapter 28 and to the detail requirements of "Welding Aluminum" by the American Welding Society and the Aluminum Association. 3.02 Erection A. Erection shall include the installation and erection of all steel referred to in this Basic Specification. Contractor shall verify correctness before starting erection. Erection shall be performed in accordance with the latest edition of AlSC Code of Standard Practice. B. As erection progresses, Contractor shall securely bolt up all members to take care of all dead-load, wind, and erection stresses. C. Contractor shall not perform final bolting or welding until each portion of the structure has been properly aligned and plumbed. D. Contractor shall insure bolts are drawn up tight and threads set so that nuts cannot become loose. E. Damaqed Members During erection, members which are bent, twisted, or damaged shall be straightened or replaced by Contractor as directed. If heating is required in straightening, heating shall be done in the presence of the inspector and a heating method shall be used which will ensure uniform temperature throughout the entire member. Members, which, in the opinion of the Owner, are damaged to an extent impairing their appearance, strength, or serviceability, shall be removed and replaced with new members by Contractor. a Revised 1 1101106 Contract No. PKS 08-02 Page 206 of 21 3 F. Anchor Bolts and Anchors Anchor bolts and anchors shall be properly located and built into connection work in accordance with the Contract Documents. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Embedded anchor bolts that are submerged in process water or sludge, or are in enclosed tanks or spaces exposed to process gas or moisture, shall be Type 316 stainless steel with nuts of the same material. To such stainless steel bolts Contractor shall apply a non- oxidizing lubricant grease before bolting using a molybdenum disulphide grease compound or a NO-OX-1 0 type compound. Specialty anchoring systems shall be as specified or shown on Construction Drawings. G. Aluminum Pipe Rails and Railings Pipe rail shall be painted steel or anodized aluminum as specified in Contract Documents. Steel and aluminum pipe rails and railings, complete with stanchions, toe plates, welded and bolted fittings, and attachments shall be fabricated true to size configurations and detail shown on Construction Drawings. Grind and polish welds flush and smooth. Curves, where indicated or necessary, shall be bent on a radius of not less than six (6) inches. 1. All pipe materials shall be Schedule 40 aluminum or as noted on the plans. If proprietary substitutions are proposed for railings and attachments, submittals shall be accompanied by acceptable test data by an independent testing laboratory showing that: the fitting and attachment will withstand the bending moment induced by a 200 Ib. force applied at the top of the stanchion in any direction; and the railings will safely resist forces as required by CallOSHA and the Uniform Building Code. Test data shall be for attachments in similar materials as the field condition. 3. Contractor shall isolate aluminum from dissimilar metals and concrete for protection from galvanic deterioration. Aluminum shall be mill finished and free of damage and detracting appearance flaws. Contractor shall provide uniform AA-KA41 Architectural Class I clear anodic finish. H. Substitutions Unless otherwise directed, the exact sections, shapes, thicknesses, sizes, weights, and the details of construction shown for the structural steelwork shall be furnished as specified in the Contract Documents; however, Contractor, because of his stock or shop practices, may suggest substitutes if the net section area is not thereby reduced, if the section properties are at least equivalent, and if the overall dimensions are not exceeded. All substitutions or other deviations from Contract Drawings andlor Specifications shall be specifically noted or "clouded" on the shop drawing submittals. Revised 1 1Ml/O6 Contract No. PKS 08-02 Page 207 of 21 3 I. Flame Cutting Contractor shall not flame cut with a gas cutting torch in the field to correct fabrication errors on any major member in the structural framing. Contractor may flame-cut on minor members, when the member is not under stress, and then only following Owner's approval. J. Dissimilar Metals Contractor shall isolate aluminum from contact with dissimilar metals and materials, other than stainless steel, as follows: 1. Metals Contractor shall apply on contact surfaces a heavy brush coat of approved zinc chromate primer made with a synthetic resin vehicle, followed by two brush coats of approved aluminum metal and masonry paint or a heavy coat of approved alkali-resistant bituminous paint. Alternatively, Contractor may separate surfaces with a non-absorptive tape or gasket. 2. Masonw, Concrete, or Plaster Contractor shall apply a heavy brush coat of approved, alkali-resistant bituminous paint, or separate surfaces with non-absorptive tape or gasket. 3. Moisture-Absorbent Materials and Preservativelv Treated Wood Contractor shall paint such absorbent materials with two coats of approved aluminum house paint and protect aluminum contact surfaces with bituminous paint. END OF SECTION. Revised 11/01/06 Contract No. PKS 08-02 Page 208 of 213 BASIC BUILT UP ROOFING SPECIFICATIONS SECTION 07500 BUILT UP ROOFING PART 1 - GENERAL I I Description of Work A. Scope: 1. The extent of the Built-Up Roof system work is indicated by the provisions of this Section and as specified in the following sections: A. Section 07600 Sheet Metal Components B. System Description: 1. The new roof shall consist of a four ply built-up roof, one layer Type G2 fiberglass base sheet, mechanically attached to wood substrate, three Type IV fiberglass ply sheets mopped to the base sheet with gravel surfacing. 2. Related products and systems are specified in Section 07500, Part 2 - Products, Materials. C. Special Conditions 6 1. Provide GAF 10 year no dollar limit warranty. Adhere to all requirements of GAF to obtain warranty. PART 2 - PRODUCTS 2.01 Acceptable Manufacturers A. The following roofing and flashing specifications are based on GAF Materials Corporation, two year installer warranty, Ten year NO DOLLAR LIMIT roofing and flashing systems. 1. Primary Built-Up Roof products: A. GAF Materials Corporation or approved equal (Johns Manville, Malarkey, Tamko) 2.02 Sheet Materials A. Base Sheet: Gafglas #75 base sheet, Type G2, ASTM D-4601, Type II as manufactured by GAF Materials Corporation, or approved equal. B. Ply Sheets: GafGlas Ply IV, ASTM D-2178, Type Ill as manufactured by GAF Materials Corporation or approved equal. C. Modified Bitimen: Ruberoid granulated modified bitumen as manufactured By GAF Materials Corporation or approved equal. @ Revised 1 1101106 Contract No. PKS 08-02 Page 209 of 21 3 - - 2.03 Bituminous Materials A. Asphalt Primer ASTM D-41-85. B. Plastic Roof Cement ASTM D-4586-86. C. Asphalt ASTM D-312-84 Type Ill 2.04 Cant Strips A. Cant Strips, fiberboard perlite, (inorganic), shall be pre-formed to 45 degree angle. 2.05 Fasteners A. 1" large head nails, Simplex or approved equal with minimum 1" head, ply to nailer assembly only. 2.06 Pitch Pan Sealant A. Gibson-Holman #PC502 neoprene sealant. Apply recommended primer as required by manufacturer. PART 3 - EXECUTION 3.01 Roof Preparation A. The work includes but is not limited to complete removal of the existing roofing system, base flashings, underlayment, flanged metal, etc. down to the bare deck. A complete removal is specified in this manual all materials shall be removed. The Contractor, prior to commencement of roofing work shall complete the removal. B. Prior to commencement of the new roofing material installation, the Contractor shall ensure the Owner that the substrate is ready to accept the new roofing materials in accordance with the specifications, and the Contractor can comply with the Contract Documents. If any deficiencies are noted at the time of removal the Contractor shall notify the Owner, prior to installation of new roofing materials. Proceeding without the consent of the Owner shall be the responsibility of the Contractor. Material installed prior to the Owner approval on substrates which are damaged, or otherwise unacceptable, may be deemed as non-compliance with the Contract Documents and be removed and replaced after proper deck and substrate corrections have be completed at the expense of the Contractor. C. The Contractor shall make a site inspection prior to installation of new roofing materials, to ensure a clean, safe application operation. Any damages to the exterior of the building or finished surfaces which are not documented by the Contractor prior to the commencement of installation of the new roofing materials shall become the responsibility of the Contractor, and shall be corrected at the Contractor's expense. D. The Contractor shall examine the roof drain assemblies to determine the proper height of the flange on the horizontal plane of the roof. If the tear-off of the existing roof requires the drains to be lowered to accept drainage water, the Contractor shall notify the Owner of his findings. Revised 1 1Ml/O6 Contract No. PKS 08-02 Page 210 of 213 3.02 Installation of Base Sheet A. Starting at the low point of the roof, lay one ply base sheet lapping each sheet 2" on side laps, 6" at end laps. Nail base sheet in accordance with U.B.C. (Uniform Building Code). 3.03 Application of Ply Sheets A. Embed three plies of roof ply sheet as specified in shingle fashion. Starter sheets are required to lap the previous sheet 12" into uniform moppings of solid asphalt, using 25 to 30 lbI100 sq.ft. per ply. 6. Starter plies should be cut to dimensions so as to preclude coincident side laps to the base ply. Plies may be left up to six months without coating. 3.04 Application of Flood Coat and Gravel: A. Flood coat entire roof surface with nominal 60 Ibs. Per 100 square foot hot asphalt. While still hot embed clean, dry 318" gravel at the rate of 400# per 100 square feet, assure adequate embedment during gravel application. 3.05 Flashing Installation A. General Flashing Specification: 1. All flashings must be completed daily, unless other building trades interfere with installation. ""r, 2. All flashings not specifically detailed herein will be applied pursuant to GAF Materials Corporation. 6. Contractor shall install flashing at vertical wall and curb surfaces that abut the roof system in the following manner: 1. Apply modified bituminous vertical flashing systems as required by GAF Materials Corporation. 2. Attach cant using hot asphalt or flashing cement or use mechanical fasteners, at the 90 degree juncture of the vertical and horizontal planes. 3. Run specified roofing plies a minimum of 2" above the cant on the face of the vertical surface. 4. Embed specified number of plies at curb base flashings and wall base flashings, in hot asphalt using 25 to 45 Iblpsf. A uniform layer of flashing cement may be substituted for hot asphalt. Lap ply 3" minimum with additional cap sheet with minimum 12" from preceding ply. Run first ply from top of nailer to a minimum of 2" beyond the toe of the cant. Extend succeeding plies a minimum of 1" above and further on deck than the last ply laid. 5. Completely bond all flashings to the underlying surface without any looseness, bubbles, voids at roof to base flashing junctures. Remove and replace any loose or wrinkled flashings. No exposed nails or fasteners shall be allowed to be ex- posed to the elements in the finished flashing detail. Revised 1 IIOIIOB Contract No. PKS 08-02 Page 211 of 213 3.06 Safety Measures A. Each work area should have a fire extinguisher available to the crew readily available. B. Always secure and check all fittings and hoses on any propane, kerosene operated heating equipment for leaks. Leak test with soapy water suspected leaking hoses or fittings or burners. C. Check all propane or kerosene heating devices and related materials for hot, smoldering conditions prior to leaving the jobsite for the day. D. Never leave connected equipment unattended where unauthorized persons may tamper with or activate such equipment. E. Adhere to all federal, state and local safety codes and requirements. F. The Owner shall provide adequate and approved systems for attachment of safety lines as required by CAL-OSHA. G. END OF SECTION. Revised 1 1101 106 Contract No. PKS 08-02 Page 212 of 213 LA COSTA CANYON PARK RESTROOM RENOVATION APPENDIX HAZARDOUS MATERIALS SURVEY The Contractor is advised that hazardous materials are present at the structure included in this Contract. The Contractor is advised that removal and remediation of these materials is included in the Lump Sum Bid price for La Costa Canyon Park Restroom Renovation. A Limited Asbestos Survey & Lead Testing Report dated September 13, 2007 by Winzler & Kelly Consulting Engineers was performed to evaluate the presence of asbestos containing materials and lead based paint conditions at the La Costa Canyon Park Restroom site in order to provide recommendations for engineering design. The data can be used to assist in bid preparation, but said data shall not be construed as a warranty of the hazardous materials conditions existing at the site. Contractor shall, therefore, satisfy himself with regard to all hazardous materials conditions that may affect Contract Work. Personal investigation by Contractor is mandatory. Contractor may perform hazardous materials testing on site prior to bid opening. Contact the Owner to arrange for access to site. Neither the information contained in the hazardous materials report nor that derived from maps, drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. Q) Revised 1 IMIIOB Contract No. PKS 08-02 Page 213 of 213 LIMITED ASBESTOS SURVEY & LEAD TESTING REPORT Project Site: La Costa Canyon Park Pueblo Street near Rana Court Carlsbad, California 92008 Prepared For: Dale A. Schuck City of Carlsbad, California 405 Oak Avenue Carlsbad, California 92008 Prepared By: WINZLER & KELLY CONSULTING ENGINEERS 4180 Ruffin Road, Suite 115 San Diego, California 92123 (858) 244-0440 Winzler & Kelly Project Number: 1038207008.770 10 September 13,2007 WINZLER&KELI,Y CONSULTtNG ENGINEERS TABLE OF CONTENTS - LIMITED ASBESTOS SURVEY AND LEAD TESTING REPORT SECTION 1 - EXECUTIVE SUMMARY SECTION 2 - SURVEY WORT APPENDIX A - CERTIFICATIONS APPENDIX B - ASBESTOS SAMPLE LOCATIONLEAD TESTING 3 ORIENTATION MAP APPENDIX C - ASBESTOS ANALYTICAL DATA (LABORATORY REPORT) APPENDIX D - XW LEAD DATA TABLE SECTION 1 EXECUTIVE SUMMARY WINZLER&ELLY CONSULTING ENGINEERS EXECUTIVE SUMMARY At the request of the City of Carlsbad, Winzler & Kelly Consulti~lg Engineers (Winzler & Kelly) performed a Limited Asbestos Survey and Lead Testing Services of the La Costa Canyon Park located on Pueblo Street nearfhe intersection of Rana Court in the City of Carlsbad, County of San Diego, California (site). The survey and testing was conducted at the restroom building located at the site for the purposes of planned renovation andlor demolition activities. The survey was conducted to identify and sample suspect asbestos-containing materials (ACMs) and asbestos-containing construction materials (ACCMs) and to sample representative building components for tl~e presence of lead-containing surface coatings3 lead-based paints, and lead-bearing substances (LCSCs, LBPs, and LBSs). Pl~ysical limitations, such as locked rooms and fenced areas, were not encountered during the survey and testing activities. Tliere is a possibility that additional hazardous materials may be encountered during building renovation or demolition activities. Suspect hazardous materials encountered during building renovation or demolition activities that have not been assessed either may be assumed to be hazardous and handled accordingly, or may be sampled and analyzed to assess whether they are hazardous. The results of the survey and testing indicate that ACMdACCMs are not present but LBS~/LCSC~ present at the subject site. The following table lists the hazardous materials within the subject site, including the location and the estimated total quantity of the hazardous materials. f-h Survey Report - Executive Summary La Costa Canyon Park Restrooms LA COSTA CANYON PARK RESTROOMS September 13,2007 Page 1 MATERIALICOMPONENT DESCRIPTION Lead-Bearing Substance (ComponenUColor/Substmte): Floor DrainlBlack/Metal . Pipe Cbvering/Gray/Nletal Lead-Containing Surface Coating (CompoocntlColor/Substraie): Beam Bracket/White/Metal Light Cover/Red/Metal Notes: SF = square fcet LF = linear feet EA = each N/A = not applicable Nestos-contain in^ = I% or greater of asbeslas by Polarized Light Microscopy (PLM), as defined by USEPA ,4sbestos-containitit? (<l%la O.I%or grcatu bul less than I% of asbestos by Polarized Light Microscopy (PLM), as delined by CaVOSI-IA a asbestos-containing construetion materials (ACCMs) Lead-Based Paid = 1.00 milligrams per square ccntinicter (mglcn12) of lead or greater is present, ns defined by 17 California Code OF Regulations (CCR) 35001 -361 00 bad-Containing Surface Coatins 0.10 lo 0.99 mglcm2 of lead present (8 California Code of Regulations [CCR] 1532 1). Refer to he XRF @d-Bearine-Substancer; 1.00 mgt'an2 of lead or greater is present LOCATION Interior Roof Interior Interior CONDlT#ON Intact lntact Intact Intact ESTIMATED TOTAL QUANTITY (SFILFIEA) 2 EA I EA NIA . . $!!- VUINZLER&KELLY CONSULTING ENGINEERS Lead-Containing Surface CoatindLead-Bearing. Substance (LCSCILBSl The representative lead testing revealed tliat building co~npolie~lts coated with LCSC and considered LBS are present at the subject site. At present there is no state or federal regulation requiring mandatory lead removal or abatetnent prior to disturbance or demolition of structures with identified lead materials. However, there are applicable Cal/OSHA worker protection and training requirements; Cal/EPA waste disposal requirements, CaIlDl-IS requirements for public and residential buildings, and SB 460 lead hazard regulations that apply to lead- related construction activities, abaternetlt activities and their associated wastes. The following is a brief discussion and summary of applicable regulatory requirements: + CaVOSHA: Title 8, California Code of Regulation (CCR), Section 1532.1 (8 CCR 1532.1) governs occupational exposure to lead. This regulation requires that prior to initiation of certain activities, referred to as "trigger tasks", workers must be trained, ~nedically evaluated, and properly fitted with respiratory protection, and protective clothing until statistically reliable personal eight-hour time weighted average (TWA) resuIts indicate lead exposure levels below the personal Exposure Limit (PEL) for each unique task which disturbs lead-based and lead- containing coatings. This process is known as a Negative Exposure Assessment or Nm. If the result of the exposure assessment is above the Action Level (AL) additional monitoring is required and if the result is above the PEL additional exposure monitoring, worker protection (including respirator protection and PPE), training and medical requirements apply. However even where the NEA criteria is met, certain hazard communication training and work practice controls still apply where lead is disturbed. "Trigger tasks" are tasks that are assumed to exceed the PEL pending an exposure assessment and they encompass the majority of cotistruction activities that disturb surface coatings. Examples of "trigger" tasks range from manual paint scraping as a lower expected exposure up to hot work and abrasive blasting as the highest expected exposures, and include any non-listed task that tlie employer determines may potentially expose employees to lead levels above the AL. NOTE - "OSHA does not consider any method that relies solely on the analysis of bull< materials or surface content of lead (or other toxic material) to be acceptable for safely predicting employee exposure to airborne contaminates. Without air monitoring reults or without the benefit of historical or objective data (including air sampling which clearly demonstrates that the employee can not be exposed above tlle action level during any process, operation, or activity) the analysis of bulk or surface samples can not be used to determine employee exposure." OSHA Standard Interpretation 5/8/2000. Furthermore, OSHA states that these rules apply to "any detectable concentration of lead" without a specified detection level. Due to the Consumer Product Safety Co~lltnission currently allowing paint to contail1 up to 600 parts per ~nilliotl (ppm) of lead, the variation of lead content due to aging and weathering, and the variation of detectio~l limits associated with both paint chip and XRF analysis, it is recommended that all painted or coated surfaces be treated as potentially containing lead. Clearly, positive analytical results by either method can be used to indicate that detectable lead is present but negative resi~lts cannot be interpreted as conclusively demonstrating the absence of lead. Survey Report - Executive Summary La Costa Canyon Park Restrootns September 13,2007 Page 2 # W~NZLER&K_ELLY CONSULTING ENGINEERS Analytical data of bulk paint/coating ntaterials or surface content (by XRF) of lead can be helpful in evaluatioti of lead-related environtnetltal risks in general but cannot be used to calculate worker exposures and are not a substitute for employee exposure monitoring. As a result of the above, any elnployee that works around potential lead-based or lead-containing coatings must have HAZCOM training and personal exposure air monitoring is additionally required for employees that disturb suclt coatings. Significant additional certification, notification, and work practices ate required for materials found to be "lead-based". 4 Any welding, cutting or heating of metal surfaces containing surface coatings should be conducted in accordance with 29 CFR 1926.354 and 8 CCR 1537. These regulations require surfaces covered with toxic preservatives, and in enclosed areas, be stripped of all toxic coatings for a distance of at least 4 inches, in all directions, from the area of heat application prior to the initiation of such heat application. + CalEPA through the Division of Toxic Substance Control (DTSC) regulates disposal of lead hazardous waste (Title 22 Division 4.5, Environmental Health Standards for the Management of Hazardous Waste). DTSC has issued guidance indicating that architectural debris with intact lead paint is normally expected to be handled as general construction waste. However, waste stream segregation and analysis is stilt required for all paint or coating debris regardless of if the paint or coating is intact on a building component or not. The resulting wastes may be hazardous under California and federal RCRA standards for lead and therefore require proper handling, packaging, labeling, and transportation under a proper manifest to a permitted hazardous waste storage, d7 treatment and disposal facility. Cal DHS: The Department of Health Services (DHS) has specific requirements (Title 17 Sections 35001 thru 36100 et. al.) for hazard assessment and work in public or residential structures. These regulations require special certifications, work practices, and notification for such activities. + Senate Bill 460 (SB 460): An act to amend Section 1941.1 of the Civil Code, and to amend Sections 17961, 17980, and 124130 of, and to add Sections 17920.10, 105251, 105252, 105253, 105254, 105255, 105256, and 105257 to, the Health and Safety Code, relating to lead abatement. This bill allows for fines and criminal penalties to be levied on any person who is fou11d to have performed lead abatement witl~out co~ltainment or created a measurable lead hazard based upon current DHS standards. The testing for this determination can be initiated by any local or state building inspector, health department inspector, or other designated state or local official. A determination of a lead hazard is not solely based upon the lead content of the paint or coating and can be the result of the disturbance of such materials with low concentrations of lead. Written notification to Cal/OSI-IA must be accomplished should LBP activities irivolve more than 100 square or linear feet of removal in accordance with the requirements of 8 CCR 1532.1. Proper written notificatio~l to CalIDEfS nzny be required, depending upon the nature of the activity. Proper waste cllaracterization and disposal of lead-containing materials and lead-contaminated debris should be conducted in accordance with Title 22 of the California Code of Regulations and the California Health and Safety Code, Section 25 157.8- lr9: Survey Report - Executive sum'rnary La Costa Catiyon Park Restrooms September 13,2007 Page 3 L. CONSULTING ENGINEERS Notification to e~nployees and contractors working within the building should be made in accordance with the California Health and Safety Code, Section 259 15 ef.scq. and Propositioil65. It is the contractor's responsibly to confirm the hazardous material quantities present prior to initiating renovation or demolition activities at the subject building. Sllould materials si~nilar to those identified in this report, or oher fonns of suspect hazardous materials be present or identified, maintenance personnel/contractors should be instructed to iln~nediately cease work activities wiiich may initiate an exposure episode, and notifjl the appropriate management personnel. Report prepared for City of Carlsbad by: 5"+~72- Stephen . Reese Project Manager Hazardous Material Division Manager Certified Asbestos Consultant #05-3853 Certified Asbestos Consulta~it #97-2324 DHS Lead Inspector-Assessor/Project Monitor #I 3938 DHS Lead h~spector/Assessor #5809 Registered Environmental Assessor I #08323 Survey Report - Executive Summary La Costa Canyon Park Restrooins September 13,2007 Page 4 SECTION 2 SURVEY REPORT # 'VS/INZLER&KEZLLY CONSULTING ENGINEERS INTRODUCTION At the request of the City of Carlsbad, Winzler & Kelly Consulting Engineers (Winzler & Kelly) performed a Limited Asbestos Survey and Lead Testing Services of the La Costa Canyon Park located on Pueblo Street near the intersection ofRana Court in the City of Carlsbad, County of Sali Diego, California (site). The sulvey and testing was conducted at tlie restroom building located at the site for the purposes of planned renovation and/or demolitio~l activities. The survey was conducted to identify and sample suspect asbestos-containing materials (ACMs)and asbestos- containing construction materials (ACCMs) and to sample representative building components for the presence of lead-containing surface coatings, lead-based paints, and lead-bearing substances (LCSCs, LBPs, and LBSs). The survey and testing was conducted OJI August 6,2007, by Mr. Stephen Reese and Mr. Chris Letnaster. Mr. LeMaster and Mr. Reese performed report preparation and Mr. Jerry Slierman performed report review. Mr. Sherman and Mr. Reese are California Occupational Safety and Healtl~ Administration (CaY0SHA)-Certified Asbestos Consultants and California Department of Health Services (Cal/DHS)-Certified Lead-Related Inspector/Assessors. Mr. LeMaster is a CaIlOSHA-Certified Site Surveillance Technician. Mr. Reese is also a CalLDHS-Certified Lead-Related Project Monitor. All members of the survey team are employees of Winzler & Kelly, and have received Hazardous Waste Operations and Emergency Response (HAZWOPER) training in accordance with Title 8 California Code of Regulations (CCR) 51 94. Copies of certifications can be found in Appendix A of this document. The survey and testing was conducted at the La Costa Canyon Park located on Pueblo Street near RanaCourt in the City of Carlsbad, California. The Limited Asbestos Survey and Lead Testing was conducted at tlie Park Restroom Building for purposes of renovation andlor demolition. The building consisted of a concrete and wood-frame building with built-up roofing materials. Physical limitations, such as locked rooms and fenced areas, were not encountered during the survey and testing activities. There is a possibility that additional hazardous materials may be encountered duringbuilding renovation or demolition activities. Suspect liazardous materials encountered during building renovation or dernolitiorl activities that have not been assessed either lnay be assumed to be hazardous and handled accordingly, or may be sampled and analyzed to assess whether they are hazardous. METHODOLOGY Asbestos - Survey Methodology Suspect ACMs and ACCMs visual identification was performed by entering representative areas and assessing accessible structural, architectural, and mechanical components for the presence ofsuspect ACMs or ACCMs. Each suspect ACM or ACCM identified was sampled in accordance with sampling guidelines established by the United States Environmental Protection Agency (USEPA) and 8 CCR 1529. The following summarizes tlie sampling procedures utilized: Survey Report - Section 2 La Costa Canyon Park Restrooms September 13,2007 Page I ~ZL;ER&KEX,LY CONSULTING ENGINEERS 1. The location and total quantity of each ACM, ACCM, and presumed ACM (PACM) was tabulated. 2. These materials were then categorized into homogeneous materials. A hoinogeneous material is defined as being uniform in texture, color, and date of application. 3. A sampling scheme was developed based upon the location and quantity of the various homoge~ieous materials. 4. Bulk samples were collected by trained personnel using an appropriate sampling tool and a leak-tight container. 5. Decontamii~ation of bulk sampling tools to prevent the spread of secondary coiltamination to subsequent bulk samples. 6. Each bulk sample was individually numbered and recorded on a Bulk Sample Log. 7. A Chain-of-Custody Record was maintained and submitted wit11 the samples to the laboratory. A representative drawing showing asbestos sample locations can be found in Appendix B of this document. Asbestos - Analvtical Metl~odolow All bulk samples were analyzed by AmeriSci of Los Angeles, California. AmeriSci is accredited by the National Voluntary Laboratory Accreditation Program (NVLAP), the National Institute of Standards and Technology (NIS'l') and is a successful participant in the Proficiency Analytical Testing (PAT) Program. Polarized Light Microscopy (PLM) All bulk samples were analyzed by Polarized Light Microscopy (PLM) utilizing dispersion staining techniques in accordance with the USEPA Method: "Method for the Determination of Asbestos in Bulk Building. Materials U.S. EPAl600lR-931116" dated July 1993, and adopted by theNVLAP, NVLAP Test Method Code 18lA01, as affiliated will) the NIST. Each sample was subjected to two microscopy examinations. The first examination was performed at 20X mag~iification using a stereo microscope equipped wit11 an external illuminator. Each sample was examined for layering, homogeneity, and the presence of fibrous and non-fibrous materials. An estimate of the percentage for each sample component, relative to the entire sample volume, was made. When discrete strata are identified as a separate material, fibers are first identified and quantified by layer and then the results are combined to yield an estimate of total percent asbestos present. The second examination was performed at a range from of I OOX to 400X magnification using a Polarized Light Microscope equipped with two polarizing filters to observe specific optical characteristics. Tl~e use of polarized light allows the determination of refractive indices along specific crystallographic axes. Morphology and color were also observed. A retardation plate was placed at a 45 degree angle between the cross polars to determine the sign of elotlgation using orthoscopic illumination. Orientation of the two filters such that their vibration planes were perpendicular allowed observation of tlle birefringence and extinction cliaracteristics of anisotropic particles. ""Y ks@ Survey Report - Section 2 La Costa Canyon Park Restrooms September 13,2007 Page 2 $Z& ~ZLER&~L,LY CONSULTING ENGINEERS Lead-Cotltaininn Surface Coatings. Lead-Based Paints. and Lead-Bearing Substances (LCSCs. LBPs. and LBSs) - Testitla and Analvtical Metl~odology Potential LCSCs, LBPs, and LBSs were identified via visual identification. The representative, suspect surface coatings were then measured on-site througll the use of a NITON XL x-ray fluorescence (XRF) spectrum analyzer, in accordance with the requirements of the manufacturer's performance characteristics sheet (PCS) for this instrument. For purposes of this survey, and in accordance with Title 8 of the California Code of Regulations, Section 1 532.1 (8 CCR 1532.1) and Title 1 7 of the California Code of Regulations, Section 35001 et. seq., the XRF measurement data results were interpreted as follows: 1, Positive results (LBPs/LBSs present) were determined when analytical results revealed a lead concentration of 1.00 milligrams per square centimeter (mg/cm2) or greater, equivalent to 5,000 parts per million (ppm) or greater. 2. Positive results (LCSCs present) were determined when analytical results revealed a lead concentration of 0.10 mdcm2 or greater, up ti 1.00 mg/cm2. 3. Negative results (LCSCs not present) were determined when analytical results revealed a lead concentration of less than 0.1 0 mg/cm2, wl~ich is below the analytical sensitivity of tlleXRF measurement methodology. RESULTS Limited Asbestos Survey A total of 7 bulk samples for the determination of asbestos content were collected from the subject site on August 6,2007. Based on the results of the limited asbestos survey of the subject site and laboratory analytical results, the following materials are NOT considered to be ACMs (1% or greater of asbestos) as defined by USEPA, or ACCMs (0.1% or greater but less than 1% of asbestos) as defined by Cal/OSHA: La Costa Canyon Park Restrooms 1. Roof Penetration Mastic 2. Roof Core 3. Sky light Seal Foil W/Adllesive The individual bulksampling results and the materials suspected to be asbestos and determined not tocontain detectable concentrations of asbestos can be found in the AmeriSci laboratory reports, which are located within Appendix C of this documet~t. Lead Testinn Services A total of 60 XRF measurements (including calibration readings) for the determination of lead content were collected from the subject site on August 6, 2007. The analytical results for this testing indicate that the cotnponents and respective surface coatings tested did NLTllave lead concentratio~ls defining them as LBPs, in accordance with Title 17 of the California Code of Regulations, Section 35001 et. Seq. Survey Report - Section 2 La Costa Canyon Park Restrooms September 13,2007 Page 3 ~VINZL;ERG~KELLY CONSULTINO ENGINEERS The following components were considered (locations, conditions, and estimated total quantity of materials are found in the Executive Summary): La Costa Canyon Park Restrooms I. ~lack/Metall~l~or Drains 2, GrayIMetallPipe Covering Tlie XRF measurement results for this survey indicated that the following building component and respective surface coatings had lead concentrations defining them as LCSCs, in excess of the level for compliance with trigger activities, as defined in 8 CCR 1532.1: La Costa Canyon Park Restrooms 1. WhitdMetaVBeam Bracket 2. RedMetalILight Cover A lead testing orientation map can be found in Appendix B of this document. Individual XRF measurement results cat1 be found in Appendix D of this document. Limited Asbestos Survey - The results of the limited asbestos survey indicate that ACMs and ACCMs are NOT present at t1ieLa Costa Canyon Park Restrooms. Lead Testing Services The representative lead testing revealed that building components coated with LCSC and considered LBS are present at the subject site. - At present there is no state or federal regulation requiring mandatory lead removal or abatement prior to disturbance or delnolition of structures wit11 identified lead materials. However, there are applicable CallOSHA worker protection and training requirements; CalIEPA waste disposal requiretnents, CalIDHS requirements for public and residential buildings, atld SB 460 lead hazard regttlations that apply to lead-related construction activities, abatement activities and their associated wastes. The followillg is a brief discussion and summary of applicable regulatory requirements: 4 CalIOSHA: Title 8, California Code of Regulation (CCR), Section 1 532.1 (8 CCR 1532.1)governs occupational exposure to lead. This regulation requires that prior to initiation of certain activities, referred to as "trigger tasks", workers must be trained, medically evaluated, and properly fitted wit11 respiratory protection, and protective clothing until statistically reliable personal eight-hour time weighted average (TWA) results indicate lead exposure levels below the Personal Exposure Limit (PEL) for each unique task which disturbs lead-based and lead-containing coatings. This process is known as aNegative Exposure Assessment or NEA. If the result of the exposure assesslnellt is above the Action Level (AL) additional monitoring is required and ifthe result is above the PEL additional exposure monitoring, worker protection (including respirator protection and PPE), training and medical requirements apply. However even where the NEA criteria is met, certain hazard colntnunication training and work practice controls still apply where lead is disturbed. Survey Report - Section 2 La Costa Canyon Park Restrooms September 13,2007 Page 4 ~ZLER&IUELLY CONSULTING ENOINEERS "Trigger tasks" are tasks that are assumed to exceed the PEL pending an exposure assessment and they encompass the majority of constructiotl activities that disturb surface coatings. Exainples of "trigger" tasks range from manual paint scraping as a lower expected exposure up to hot work and abrasive blasting & the highest expected exposures, and include any non-listed task that the employer determines may potentially expose employees to lead levels above the AL. NOTE - "OSHA does nof consider any method that relies solely on the analysis of bulk materials or surface contcnt of lead (or otlier toxic material) to be acceptable for safely predicting employee exposure to airborne contaminates. Without air monitoring results or without the benefit of l~istorical or objective data (including air sampling which clearly demonstrates that tile employee can not be exposed above the action level during any process, operation, or activity) the analysis of bulk or surface samples can not be used to determine employee exposnre." OSHA Standard Interpretation 5/8/2000. Furtl~ermore, OSHA states that these rules apply to "any detectable concentration of lead" without a specified detection level. Due to the Consumer Product Safety Commission currently allowing paint to contain up to 600 parts per million (ppm) of lead, the variation of lead content due .to aging and weathering, and the variation of detection limits associated with botll paint chip and XRF analysis, it is recommended that all painted or coated surfaces be treated as potentially containing lead. Clearly, positive analytical results by either method can be used to indicate that detectable lead is present but negative results cannot be interpreted as conclusively demonstrating the absence of lead. Analytical data of bulk paintlcoating materials or surface content (by XRF) of lead can be lrelpful in evaluation of lead-related environmental risks in general but cannot be used to calculate worker exposures and are not a substitute for employee exposure monitoring. As a result of the above, any employee that works around potential lead-based or lead-containing coatings must have HAZCOM training and personal exposure air monitoring is additionally required for employees that disturb such coatings. Significant additional certification, notification, and work practices are required for materials found to be "lead-based". + Ally welding, cutting or heating of metal surfaces containing surface coatings skould beconducted in accordarlce with 29 CFR 1926.354 and 8 CCR 1537. Tliese regulations require surfaces covered with toxic preservatives, and in enclosed areas, be stripped of all toxic coatings for a distancebfat least 4 inches, in all directions, from the area of heat application prior to the initiation of sucll heat application. + CalJEPA through the Division of Toxic Substance Control (DTSC) regulates disposal of lead hazardous waste (Title 22 Division 4.5, Environmental I-Iealtli Standards for the Management of Flazardous Waste). DTSC has issued guidance indicating that architectural debris with intact lead paint is norlnally expected to be llandled as general construction waste. However, waste stream segregation and analysis is still required for all paint or coating debris regardless of if tile paint or coating is intact on a building component or not. The resulting wastes may be Ilazardous under California and federal RCRA standards for lead and therefore require proper handling, packaging, labeling, and transportation under a proper manifest to a permitted hazardous wastestorage, treatment Survey Report - Section 2 La Costa Canyon Park Restrooms September 13,2007 Page 5 # WTNZLER&KELLY CONSULTING ENGINEERS and disposal facility. + Cal DHS: The Department of Health Services (DHS) has specific requirements (Title 17 Sections 3 5001 thy 36 100 et. al.) for hazard assessment and work ill public or residential structures. T'l~ese regulations require special certifications, work practices, and notification for such activities. + Senate Bill 460 (SB 460): An act to att~end Section 1941.1 of the Civil Code, and to amend Sectio~ls 17961, 17980, and 1241 30 of, and to add Sections 17920.10, 10525 1, 105252, 105253, 105254, 105255, 105256, and 105257 to, the Health and Safety Code, relating to lead abatement. This bill JIows for fines and criminal penalties to be levied oil any person who is found to have performed lead abatement without containrneilt or created a measurable lead hazard based upon current DHS standards. The testing for this determination can be initiated by any local or state building inspector, health department inspector, or other designated state or local official. A determination of a lead hazard is not solely based upon the lead content of the paint or coating and can be the result of the disturbance of such materials with low concentrations of lead. Written notification to CalJOSHA must be accomplished should LBP activities involve more than 100 square or linear feet of removal in accordance with the requirements of 8 CCR 1532.1. Proper written notificatior~ to Cal/DHS may be required, depending upon the nature of the activity. Proper waste characterization and disposal of lead-containing materials and lead-contaminated debris should be d conducted in accordance with Title 22 of the California Code of Regulations and the California I-Iealth and Safety Code, Section 25 157.8. Notification to e~nployees and contractors worki~lg within the building should be made in accordance with the California Health and Safety Code, Section 25915 et.seq. and Proposition 65. It is the contractor's responsibly to confirm the hazardous material quantities present prior to initiating renovation or de~nolition activities at the subject building. Should materials similar to those identified in this report, or other forms of suspect hazardous materials be present or identified, maintenance personnel/contractors sl~ould be instructed to immediately cease workactivities which may initiate an exposure episode, and notify the appropriate management personnel. Survey Report - Section 2 La Costa Canyon Park Restrooms September 13,2007 Page 6 APPENDIX A CERTIFICATIONS State of California . . j Division of Occupational Safety and Health Certified Asbestos Consultant I . .' •. Jenfy Robert 'Shehftan. ,' • .Certificaiion No. ; • '/' • : 02/06/08Expires on ....... ...: . y- ... '. ... .. .. • %^%«P'!B COPY STATE OF CALIFORNIA DEPARTMENT Of INDUSTRIAL RELATIONS OF OCCUPATIONAL SAFETY CONSULTANT and 2211 ParkTowne Circle, Suite 1 Sacramento, CA 95825 Tel: (916) 574-2993 Fax; (916) 483-0572 Arnold Schwarzenegger, Governor 508173853C Stephen S Reese 4 123 Twilight Ridge San Diego 282 July 19, 2007 CA 92130 Dear Certified Asbestos Consultant or Technician: Enclosed is your certification card. To maintain yoor certification, abide by the ruies on the of the cation card. Your certification is valid for a period of one year. If- you wish to renew your certification, you must apply for renewal at least 60 days before the expiration date shown on your card. [8 CCR 341.15(h)(1)]. Please hold arid do not send copies of your required AHERA refresher renewal certificates to our office until you apply for renewal of your certification. Certificates must be kept current if you are actively working as a CAC or CSST. The grace period is only for those who are not actively working as a CAC or CSST. Please inform our office at the above address, fax number or actu@dir.ca.qov of any changes in your contact/mailing information within 1 5 days of the change. Sincerely,' "*r-«swaa&.-*- Certified Asbastos Consutans Jeff Ferrel! Senior Industrial Hygienist Attachment: Certification Card cc:File &g&± ^g^± Wv^^ Jlf i Stale of California Department of Health Services 00 f 1 3-?1"" Mr. Stephen S. Reese Winzler & Kelly Consulting Engineers 4180RufFmRoad,#115 San Diego5 California 92123 Lead-Related Construction Certificate Certificate LffiS inspector/Assessor 11/25/200? Preject Monitor. 11125/2007 C ^M^ ^^HF ffl! STATE OF CALIFORNIA Arnold Schwarzenegger, Governor DEPARTMENT OF INDUSTRIAL RELATIONS OF AMD and 2211 Park Town8 Circle, Suite 1 Sacramento, CA 95825 . ' • ... Te!i (916) 574-2993 Fax: (918) 483-0572 ' 7042742Q4T Chris A Lemaster ; • 315 Cleveland Ave Huntington Beach .302 304 July 30, 2007' CA Deaf Certified Asbestos Consultant or Technician: Congratulations, you have passed your certification examination! Enclosed is your certification card. To maintain your certifications abide by the rules printed on the back of the certification card. Your certification is valid lor a period of one year. If you wish to renew your certification, you must apply for renewal at least 60 days before the expiration date shown on your card. {8 OCR 341.15(h)(1)]. Please hold and do not send copies of your required AHERA refresher renewal certificates to the Division until you apply for renewal of your certification. Please inform the our office ai the above address or fax number of any changes in your mailing address or work address within 15 days of the change. Siiftcerefy! Jeff Ferret! ' 'Senior Industrial Hygienist JF/ms Attachment . .cc: File State of California . -. •. Division of Occupational Safety and Health , | Certified Site Surveillance Technician' : . , .Chris A Leraaster „•%• frams 07-4204Certification No.. . Expires on PwfcsseraCofe. BEST ^9$^ ^RJ<y & APPENDIX B ASBESTOS SAMPLE LOCATION/LEAD TESTING ORIENTATION MAP 4180 RUFFIN ROAD SUITE 115 --&-my SANDIEGO.CALlFORNIA92123 CONSULTI NG ENGI NEERS PH (858) 244-0440 FAX (858) 244-0441 BY: LeMASTER/REESE REPORT DATE: 09/13/07 CLIENT:CITY OF CARLSBAD SUBJECT: ASBFSTOS SAMPLE LOCATION/LEAD TESTING ORIENTATION MAP JOB No. 1038207008.7701 0 LOCATION: 1 a COSTA CANYON PARK SHEET No. 1 of 1 - MRWIWS ARE APPR(~~ME SIDE B LEGEND: A = APPROXIWE LOCATION OF ASBESTOS ROOF SAMPLE XXX = APPROXlMATE LOCATION OF SAMPLE ANALYZED FOR ASBESTOS XXX SIDE A= LEAD TESTING ORIENTATION Q E W 0 0 m V) 0 SlDE D i NOT 70 SCALE LA COSTA CANYON PARK RESTROOMS APPENDIX C ASBESTOS ANALYTICAL DATA (LABORATORY REPORT) . -- - - - - "I AmeriSci Los Angeles d 24416 SOUTH MAIN S'FREET SUITE 308 CARSON, CA 90745 TEL: (310) 834-4868 FAX: (310) 834-4772 August 9,2007 Winzler & Kelly Consulting Engineers I San Dl Attn: Steve Reese 4180 Ruffin Road Suite 115 San Diego, CA 92123 RE: Winzler & Kelly Consulting Engineers I San Di Job Number 907081193 P.O. # City Of Carlsbad City Of Carlsbad; La Costa Cnyn Park (Report Amended 8/9/2007) Dear Steve Reese: Enclosed are the results for polarized light microscopy analysis (PLM) of the following Winzter & Kelly Consulting Engineers / San Di samples received at ArnerlSci on Tuesday, August 07,2007, for a 24 hour turnaround: The 7 samples contained in Ziplock Bags were shipped to AmeriSci via Federal Express. These samples were prepared and analyzed according to the EPA Interim Method (EPA 6001M4-82-020 per 40 CFR 763, subpt F, App. A). The samples were evaluated for homogeneity by low power stereomicroscopy. Asbestos fibers were identified by PLM and dispersion staining through the determination of the required optical properties including: morphology, color, pleochrdsm, refractive indices, birefringence, extlncllon and sign of elongation, The required analytical information, analysis results, analyst signature and laboratory identification is contained in the Analyst's Report. This repod relates ONLY to the sample analysls expressed as percent asbestos. The CV for this analysis is expected to range from 0.3 to 1.2, depending on the quantlly of analyte present, AmeriSci assumes no responsibility for customer supplied data such as -sample type", "locstion". or 'area sampled". This report must not be used to claim product endorsement by ArneriSci, NVLAP or any agency of the U. S. Government. The National Institute of Standards and Technology Accreditation requirements mandate that this report must not be reproduced, except in full without the written approval of the laboratory. This report may contain specific data not cavered by NVLAP or ELAP accreditations mpectively, if so identified in relevant footnotes. ArneriSci appreciates this opportunity to serve your organization. Please contact us for any further assistance or with any questions. u~lient Se~ices Manager Boston Los hgeler Now York RIchmond AmeriSci Los Angeles 24416 S. Main Slreet, Ste 308 Carson, California 90746 TEL: (31 0) 834-4888 - FAX: (310) 834-4772 ; PLM Bulk Asbestos Report Winzler & Kelly Consulting Date Received 08/07/07 AmeriScl Job No. 907081 193 Engineers / San Di Date Examined 08/08/07 P.O. # City Of Carlsbad Attn: Steve Reese Page 1 of 2 41 80 Ruffin Road RE City Of Carlsbad; La Costa Cnyn Park (Report Suite 1 15 Amended 8/9/2007) San Dieao, CA 92123 Client No. I HGA Lab No. Asbestos Present Total % Asbestos -01 907081 193-01 NO NAD A Location: Restroom Roof West I Roof Mens Core / Grey I Black (by CVES) by Javier Cortes Description: Black, Heterogeneous, Fibrous, Bulk Material on 08108107 Asbestos Types: Other Material: Cellulose 20 %, Fibrous glass 30 %, Non-fibrous 50 % -02 90708 1 193-02 NO NAD A Location: RIR Roof I Storage South I Roof Mens Core I Grey I Black (by CVES) by Javier Cortes Description: Black, Heterogeneous, Fibrous, Bulk Material on 08108107 Asbestos Types: Other Material: Cellulose 20 %, Fibrous glass 30 %, Non-fibrous 50 % -03 907081 193-03 NO A Location: RIR Roof East I Roof Mens Core / Grey 1 Black Description: Black, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Cellulose 20 %, Fibrous glass 30 %, Non-fibrous 50 % NAD (by CVES) by Javler Cortes on 08/08/07 -04 907081 193-04 NO NAD B Location: Roof @ Penetration i Penetration Mastic I Grey I Black (by CVES) by Javier Cortes Description: Black, Homogeneous. Non-Fibrous, Bulk Material on O8m8/07 Asbestos Types: Other Material: Cellulose 10 %, Non-fibrous 90 % -05 90708 1 193-05 NO NAD 8 Location: Roof @ Penetration I Penetration Mastic I Grey I Black (by CVES) by Javier Cortes Description: Black, Homogeneous, Non-Fibrous. Bulk Material on 08/08/07 w Asbestos Qpes: Other Material: Cellulose 10 %, Non-fibrous 90 % See Reporling notes on last page ArneriSci Job #: 907081193 Client Name: Winzler & Kelly Consulting Engineers 1 San Di PLM Bulk Asbestos Report City Of Carlsbad; La Costa Cnyn Park (Report Amended 8/9/2007) Page 2 of 2 9 d Client No. / HGA Lab No. Asbestos Present Totaf % Asbestos -06 907081 193-06 NO NAD 6 Location: Roof @ Penetratioti 1 Penetration Mastic I Grey I Black (by CVES) by Javier Cortes Descriptlon: Black, Homogeneous, Non-Fibrous, Bulk Material on 08K)8/07 Asbestos Types: Other Material: Cellulose 10 %, Non-fibrous 90 % -07 907081 103-07 NO NAD C Location: Women RIR @ Skylight - Int. I Metal Foil WfAdhesive I Silver (by CVES) by Javier Cortes Description: Silver, Homogeneous, Non-Fibrous, Bulk Material on 08108107 Asbestos Types: Other Material: Non-fibrous 100 % 8- 07 Date Analyzed: 8/8/2007 - Q Limits: CVES = 1%. 400 Pt Ct = 0.25 o, 1000 Pt Ct = 0.1%: NA3 4 not analyze@ fUWS = not analyzed I positive stop; PL& (piiarized light nimciPy) Bulk Asbestos Analysis by EPA 600M4-82-02 per 40 CFR 763 (NVLAP Lab #200346-0, CA €LAP lab #2322); Note: PLM is not consistently reliable in detecting asbestos in float coverings and similar NO0 materials. TEM is currently the only method that can be used to determine if this ew Yark State (also see EPA Advisory for floor tile. FR 59. is report must not be reproduced except in full with the Title Title Inclusive Dates Asbestos Bulk Sample Log @1081193 NZLER 6- KELLY CONSULTING ENGINEERS 4180 Rutn Road, Suite 1 IS Phone: (858) 244-0440 San Diego, C;4 92123 A I + Fa: (858) 24450441 Date: 8/6/67 Project Number: / / Sample Sample Location Homo Material Description Quantity No. Area . (SFM) I.D. l -a v4mv- 9'w I I 0-- Ti s" -05 -0 6 \ \ / Y 5/~1/% /6 LF 3. Signature > Title Inclusive Dates page of / I Analytical Method: Turnaround Time: am. ~a~m 3 day Sample Receiver: Winzler & Kelly Consulting Engineers - 4180 Ruffin Rd., #115, San Diego, CA 92123 APPENDIX D XRF LEAD DATA TABLE WINAER AND KELLY CONSULTING ENGtNEERS XRF LEAD DATA TABLE September 13,2007 WIUZLER AND KEUY CONSULTINO ENGINEERS XRF LEAD DATA TABLE September 13,2007 3 -ray fhmwcence spdchrn analyzer - mfUigremb pm square atn!imeter