Loading...
HomeMy WebLinkAboutEdge Development Inc; 2005-04-01;RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 fe ; '& DGC# 2007-0484395 JUL19, 2007 3:31 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH. COUNTY RECORDER FEES: 0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on June 19, 2007. 6. The name of the contractor for such work or improvement is Edge Development, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 3802-2, Pine Avenue Park. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD Robert T. Johnson, Jr. Acting City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad^200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on C^uJL^. I ? , 2QQ 7 . accepted the above described work as completed and ordered tWat a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on OJIL!^ I ? 200") , at Carlsbad, California. CITY OF CARLSBAD° RRAjfyE M. City Cl Word\Masters\Forms\Notice of Completion (City)3/9/98 c c c c c - ?-- San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR P 7 i- t r PINE AVENUE PAR CONSTRUCTION CONTRACT NO. 38022 4-m Revised 10/08/03 Contract No. 38022 Page 1 of 321 Pages TABLE OF CONTENTS Item - I -- Notice Inviting Bids ....................................................................................................................... - Contractor's Proposal ................................................................................................................... Bid Security Form ............................................. : ........................................................................... Bidder's Bond To Accompany Proposal ....................................................................................... Guide For Completing The "Designation Of Subcontractors" Form ............................................ Designation Of Subcontractor and Amount Of Subcontractor's Bid Items ................................. Bidder's Statement Of Financial Responsibility ........................... : ...... ........................................ Bidder's Statement Of Technical Ability And Experience ............................................................ Bidder's Certificate Of Insurance For General Liability, Employers' Liability, Automotive Liability And Workers' Compensation.. ......................................................................................... Bidder's Statement Of Re Debarment .......................................................................................... Bidder's Disclosure Of Discipline Record ........................................................................ Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. Contract Public Works .................................................................................................................. Labor And Materials Bond ............................................................................................................ Faithful PerformanceNVarranty Bond ........................................................................................... Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ...................................... 6 10 14 15 17 19 20 21 22 23 24 26 27 33 35 37 <> Revised 10/08/03 Contract No. 38022 Page 2 of 321 Pages . . I SUPPLEMENTAL PROVISIONS .. . . . . . .. . . . . . .. . . . .. Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 4-2 Section 5 5-1 5-4 5-6 Section 6 6- 1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 8 8-2 8-6 General Provisions Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... Definitions ............................................................................................................. Abbreviations ........................................................................................................ Scope And Control Of The Work Subcontracts ......................................................................................................... Contract Bonds ..................................................................................................... Plans And Specifications ...................................................................................... Surveying .............................................................................................................. Authority Of Board And Engineer ......................................................................... Changes In Work . Changes Initiated by the Agency .......................................................................... Extra Work ............................................................................................................ Changed Conditions ............................................................................................. Disputed Work ...................................................................................................... Control Of Materials Materials And Workmanship ................................................................................. Materials Transportation. Handling and Storage ................................................. Utilities Location ................................................................................................................. Relocation ............................................................................................................. Cooperation ........................................................................................................... Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................. Delays And Extensions Of Time ........................................................................... Time of Completion ............................................................................................... Completion And Acceptance ................................................................................ Liquidated Damages ............................................................................................. Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ...................................................................... Permits .................................................................................................................. Cooperation and Collateral Work ......................................................................... Project Site Maintenance ...................................................................................... Public Convenience And Safety ........................................................................... Laws To Be Observed .......................................................................................... Facilities For Agency Personnel Field Off ice Facilities .. : .......................................................................................... Basis Of Payment ................................................................................................. 40 40 41 42 42 43 45 45 46 46 47 48 51 51 52 52 52 53 58 58 58 59 59 59 59 60 60 60 61 65 65 66 Revised 10/08/03 Contract No. 38022 Page 3 of 321 Pages . - Section 9 9- 1 9-3 Section 10 Section 11 Part 2 Section 200 Section 21 1 Section 21 2 Part 3 Section 300 Section 308 Part 4 - Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................ Special Provisions ................................................................................................. Technical Specifications ....................................................................................... Construction Materials Rock Materials ...................................................................................................... Soils and Aggregate Tests .................................................................................... Landscape And Irrigation Materials ...................................................................... Construction Methods Earthwork .............................................................................................................. Landscape and irrigation Installation .................................................................... Section 400-(Not Applicable) Part 5 Section 500-(Not Applicable) Part 6 Section 600-(Not Applicable) Part 7 Additional Specifications - Construction Specifications Institute Format Division 2 - Site Work 0201 0 02220 02223 02225 02233 0251 3 0251 5 02540 02620 02660 Demolition and Removal ........................................................................................... Earthwork for Structures and Pavement .................................................................. Trenching, Excavation, Backfilling, and Compacting .............................................. Excavating, Backfilling, and Compacting for Utilities ............................................... 021 10 Site Clearing .............................................................................................................. Graded Crushed Aggregate Base Course for Pavements.. ............................ Asphalt Concrete Pavement ................................................................... Pervious Concrete Pavement.. ............................................. :. ................. Pavement Markings and Related Signs .................................................... Concrete, Curbs, Gutters, and Walks ....................................................... Exterior Water Distribution System .......................................................... 02720 Storm Drainage System.. ....................................................................... 02730 . Exterior Sanitary Sewer System ............................................................. Play Equipment and Resilient Surfacing ................................................... 02832 Wood Fence .............................................................................................................. 02850 66 66 68 68 70 70 70 80 85 101 106 109 117 126 134 139 145 150 154 160 170 176 180 182 <$ Revised 10/08/03 Contract No. 38022 Pane 4 of 321 Pages Division 9 - Finishes 09860 Graffiti Resistant Coating .......................................................................................... Division 15 - Plumbing I 15000 General Piping System and Appurtenances ............................................. 15041 Disinfection of Piping.. ......................................................................... 15044 Hydrostatic Testing of Pressure Pipelines ................................................ 15056 Ductile-iron Pipe and Fittings ................................................................ 15057 15064 15092 Copper Tubing, Brass, and Bronze Pipe Fittings ....................................... Polyvinyl Chloride (PVC) Pressure pipe and Fittings (AWWA C900) ............. Miscellaneous Couplings, Pipe, and Appurtenances ................................. Division 16 - Electrical 16060 16110 161 20 161 30 161 40 16050 Basic Electrical Requirements ............................................................... Operation and Maintenance Manuals ..................................................... Raceways, Boxes, Cabinets, and Cable Trays .......................................... Wire and Cable (600) Volts and Below .................................................... Wire Connection Accessories . .: ............................................................ Wiring and Control ............................................................................. 16425 Low Voltage Switchboards .................................................................. 16450 Grounding and Bonding.. ..................................................................... 16520 Exterior Lighting.. ............................................................................... 16470 Circuit Breakers and Panel Boards ......................................................... Part 8 Artificial Turf 02222 Site Specialties ......................................................................................................... 02501 Porous Base System - Synthetic Grass Base ....................................................... 02535 Synthetic Grass System ........................................................................................... 02535 Warranty and Guarantee ......................................................................................... 02922 Sterilant and Geotextile Membrane .......................................................................... Part 9 Appendices A. B. C. D. E. F. G. 185 190 203 208 21 2 21 9 222 226 228 244 247 258 263 266 272 282 290 295 300 303 308 31 9 320 Deductive Alternate “A- Madison Entrance. Deductive Bid Alternate “B - Natural Turf Multi-Purpose Field. CMWD Standard Drawings W2, W4, W8, W20, and W25 for reclaimed waterline construction. Resident Notification Form. Recommendations and conclusions from Geotechnical Investigation (Full copy available for review by request). San Diego Regional Standard Drawings. Storm Water Pollution Prevention Plan Template (available for review by request). e- %$ Revised 10/08/03 Contract No. 38022 Page 5 of 321 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO Dm on Wednesday, Januarv 19, 2005, 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: Construction of a 7.7-acre community park including a lighted multiuse sportsfield, an informal amphitheater, a playground, basketball courts, street improvements, parking, picnic areas, and other elements as outlined in the plans and specifications. CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Recreation Department. The specifications for the work include the Standard Specifications for Public Works Construction, 1997 Edition, and the 1998 and 1999 supplements thereto, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. r The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $1 00,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed and properly executed including notarization where indicated are: r“ em kp Revised 10/08/03 Contract No. 38022 Page 6 of 321 Pages 1. Contractor's Proposal 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner OperatorILessors 8, Amount of Owner Operator/Lessor Work 6. Bidder's Statement of Financial Responsibility 7. Bidder's Statement of Technical Ability and Experience rc 2. Bidder's Bond 8. Acknowledgement of Addendurn(a) 9. 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. 1O.Bidder' s Statement Re Debarment 11. Bidder's Disclosure Of Discipline Record 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $4,819,000.00. 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 non-responsive 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. Only a Class A classification is acceptable for this contract. - If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. - Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-731 4, for a non-refundable fee of $100.00 per set. If plans and specifications are to be mailed, the cost for postage shall be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 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 c e= ks Revised 10/08/03 Contract No. 38022 Page 7 of 321 Pages workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. f- The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A non-mandatory pre-bid meeting and tour of the project site will be held at the project site on Wednesdav, December 15th at 1O:OO am at the existing Harding Street parking lot located adjacent the baseball field. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. - If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: r I %#Revised 10/08/03 Contract No. 38022 Page 8 of 321 Pages 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. .,--- Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' com pen sat ion insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2004-324, adopted on the 12'h day of October, 2004. rc ISABELLE J. PAU~EN, CMC DeputyClerk DATED: December 27, 2004 0- GSRevised 10/08/03 Contract No. 38022 Page 9 of 321 Pages c CITY OF CARLSBAD CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION CONTRACTOR’S PROP(8&, WITNESSED AND RECORDED: City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 38022 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefore the following lump sum price complete, to wit: L_ “BASE BID” + Total amount of bid in words for “Base Bid”- Lump sum bid for the entire scope of work as defined in -- L e Alternate “A and “Base Bid”. 1 $?BOO, 007. 89 DEDUCTIVE ALTERNATE “A”: MADISON ENTRANCE - Total amount of bid in words for Deductive Alternate “A: Madison Entrance, as outlined in the plans and specifications. This deductive bid alternate includes all the work called out on the plans as items “A-I” through “A-6” as well as all associated work in the Madison Avenue area. Under this Deductive Alternate “A, the project area covered by this Alternate shall be left in its current condition. Deductive Alternate “A” shall be the amount that the base bid will be reduced to delete the Madison Entrance work. c bid in numbers for Deductive Alternate “A”, Madison Entrance. -- - 4m Revised 10/08/03 Contract No. 38022 Page 10 of 321 Pages c “DEDUCTIVE ALTERNATE “6”: NATURAL TURF MULTI-PURPOSE FIELD -- Total amount of bid in words for Deductive Alternate “B”: Natural Turf Multi-Purpose Field, as outlined in the plans and specifications. This bid alternate includes deletion of the artificial turf multi- purpose field and all associated work within the boundaries of the field fence and backstop (including the grading and drainage related to the artificial turf). This Alternative includes replacing the artificial turf with natural turf, irrigation, infield mix, revised grading, alternative base pegs, and all work outlined in Appendix “6”. Deductive Alternate “6” shall be the amount that the base bid will be reduced to delete the Artificial Turf and install the Natural Turf alternative. -L &&~cT- &jew MUX/A~ dNE7z-m ma d&fA/L)&d FOEry-5t&wed & LCpS;R5. I amount of bid in numbers for Deductive Alternate “B”, Natural Turf Multi-Purpose Field. s;lzL/7 -00 \ - PROCEDURE FOR AWARD OF CONTRACT The award of contract will be determined using the following procedure: 1. If the lowest responsive, “Base Bid” does not exceed $5,059,590 (the Engineer’s Estimate plus 5%), then, the award will be made based upon the “Base Bid” amount. 2. If the lowest responsive, “Base Bid” exceeds $5,059,590, then the amount of Deductive Alternate “A” will be subtracted from the “Base Bid” amount. If the lowest responsive “Base Bid” less Deductive Alternate “A” does not exceed $5,059,590, then the award will be made based upon the “Base Bid” minus Deductive Alternate “A”. 3. If the lowest responsive, “Base Bid” minus Deductive Alternate “A” still exceeds $5,059,590, then the amounts of Deductive Alternates “A” and “By’ will be subtracted from the “Base Bid” and the award will be made based upon this amount. _- - - Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 1 .. 3. hadhave been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under -. license number 7 2 3 9 9 3 , classification A, R .. c - 8 which expires on , 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 non-responsive and shall be rejected by the 4- c kg Revised 10/08/03 Contract No. 38022 Page 11 of 321 Pages City 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code Q 201 04. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted himher to enter into this Contract, excepting only those contained in this form Of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is a Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (I 0%) of the amount bid. - The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. _* The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. - IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (I) Name under which business is conducted N/A (2) Signature (given and surname) of proprietor (3) Place of Business City and State (Street and Number) (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted N/A A (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) e - r,# Revised 10/08/03 Contract No. 38022 Page 12 of 321 Pages City and State (4) Zip Code Telephone No. (5) E-Mail IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted EDGE Development Inc. (Signature) (Tit I e) \ Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 27368 Via Industria, Suite I01 (Street and Number) -- e- + City and State Temecula, CA (5) Zip Code 92590 Telephone No. 951 -296-0776 E-Mail www.edqe-dev.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Steve Prophet President/COO Kenneth Dayne Wagoner SecretaryjCEO e Revised 10/08/03 Contract No. 38022 Page 13 of 321 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of QLLKEA } SS. before me, Name and Tille 01 nicer (e g 'Jane Doe Notary Public") lame(s) 01 Signer(s) (A-n/ Dale personally appeared !@personally known to me 0 proved to me on the basis of satisfactory evidence to be the person$) whose named) is/@ subscribed to the within instrument and acknowledged to me that he/&e&ey executed the same in his/tt&htr- ' authorized capacity(iedf, and that by his/be&k& signature(# on the instrument the person(4, or the entity upon behalf of which the person@) acted, executed the instrument. WITNESS my hand and official seal, 0 PTlONAL 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 ibis 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 0 Corporate Officer - Title(s): Partner - 0 Limited 0 General Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1999 National Nolary Associalion * 9350 De Soto Ave.. P.O. Box 2402 * Chatsworlh. CA 91313-2402 w.nalionaliwta~.org Prod. No. 5907 Reorder: Call Toll-Free 1-600-876-6827 - License Detail Page 1 of2 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 723993 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments known to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 01/20/2005 * * * Business Information * * * EDGE DEVELOPMENT INC 27368 VIA INDUSTRIA SUITE I01 TEMECULA, CA 92590 Business Phone Number: (909) 269-0776 Entity: Corporation Issue Date: 06/14/1996 Expire Date: 06/30/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * I Description I iB /GENERAL BUILDING CONTRACTOR 1 IA \GENERAL ENGINEERING CONTRACTOR 1 * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 6244751 in the amount of $10,000 with the bonding company e http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 01/20/2005 License Detail Page 2 of 2 SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 05/29/2004 Contractor's Bondina History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) STEPHEN SIMEON PROPHET certified that he/she owns 10 percent or more of the voting stocwequity of the .- corporation. A bond of qualifying individual is not required.- Effective Date: 02/02/2000 BQl's Bondina History * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE-FUND Policy Number: 046-0009639 Effective Date: 01/01/2003 Expire Date: 01/01/2006 Workers Compensation History * * * Miscellaneous Information * * * Date Description 06/27/2000 ! CLASS REMOVED Personnel List Other Licenses Personnel listed on this license (current or disassociated) are listed on other licenses. License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request 0 2005 State of California. Conditions of Use Privacv Policy http://www2 .cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 0 1/20/2005 BID SECURITY FORM (Check to Accompany Bid) CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ )I this amount being ten percent (1 0%) 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. c- I_ + BIDDER _- *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) e= k# Revised 10/08/03 Contract No. 38022 Page 14 of 321 Pages w BIDDER'S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. 380221 PINE AVENUE PARK CONSTRUCTKIN ,.NOW ALL PERSONS BY THESE PRESENTS: That we, ... * as Surety are held and firmly bound unto the City of Cadsbad g:alifomia, in an amount as follow: for which (must be at least ten percent (10%) of the bid amounk]mmTv RTn- ,. payment, well and tmfy made, we bind ourselves, our heirs, executors and admlnisttators, 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: EDGE DEVELOPMENT, INC. , as principal, mtj SAFECO INSURANCE COMPANY OF AMERICA TEN Pk CENT OF GREATER .. . PlNE AVENUE PARK CONSTRUC'IION CONTRACT NO. 38022 in the City of Carisbad; is accepted by the City Co.uncil, and if We Principal shall duty 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, behg duly notified of said award, then this obligation shall become,null and void; otherwise, It shall be and rem& in full fom and effect, and the amount specified herein shall be foorfeited to the said City. I ... ... -. . .*. ... ... 1.. ... .-, ..+ ..- .. . C.. .. w +. . ... ,.a ... .., ... @ Revised 1 O/OWO3 Contract No. 90% Page 15 of 321 Pages. Ih the event Prfncipal executed this bond as an indkidual, it Is agreed that the death of Prlnoipal shall not eX0nerat8 the SurQty from its obligations under this bond. Executed by PRINCIPAL this 18TH day of JANUARY ,20 05 . PRINCIPAL: Executed by SURETY this 18~~ - day ,2005 _. SMECO INSURANCE COMPANY OF AMERICA \. PRINCIPAL/COO KENNETH DAYNE .WAGONER \ 1 (print name here) . PRINCIPAL/CEO (name of SLlrety) (address of hrety) 330 NORTH BSAND BOULEVARD, TENTH FLOOR GLENDALE, CA 91203 818/956-4200 ' . s (title and organization of signatory) KAREN JEAN HALL, ATTORNEY-IN-FACT . (printed 17813119 of Attorney-in-Fact) b I (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execuhon by PRINCIPAL and Wff ETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If onty one offker signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) P APPROVED AS TO FORM: RONALD R. BALL City Attorney 4w k# Revised 1 O/O8/m Contract No. 380% Page 16 of 324 Paues .. ' State of CALIFORMA SAN DIEGO County of DEBORAH D. DAVIS, NOTARY PUBLIC I NAME, TITLE OF OFflCER ~ E.G.. "JANE DOE, NOTARY PUBLIC" On 01/18/2005 before me, DATE personally appeared_STEvEN S . PROPHET, KENNETH DAYNE WAGONER NAME(S) OF SIGNER(S) I personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in hislheritheir 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@) acted, executed the instrument. WITNESS my hand and official seal. - - SIGNATURE OF NOTARY - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below. doing so may prove tnvaluabie to persons relying on the document 0 INDIVIDUAL ' CORPORATE OFFICER(S) 'RIN~OBDCDAI&E( TITLElS) 0 PARTNER(S) 0 LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE@) 0 GUARDIANCONSERVATOR 0 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTWf(IES) 8 OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT I NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law. it could prevent fraudulent reattachment of this form. SIGNER@) OTHER THAN NAMED ABOVE .- /- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5193 on 01/18/2005 before me, DEBORAH D. DAVIS, NOTARY PUBLIC I DATE NAME, TITLE OF OFFICER - E.G., *JANE WE, NOTARY PUBLIC” KAREN JEAN HALL personally appeared I NAME@) OF SIGNER@) personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. I 1- SIGNATURE OF NOTARY - - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to pecsons relying on the document. 0 INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) 0 PARTNER(S) LIMITED 0 GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIANKONSERVATOR 0 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON@) OR EMITY(IES) I OPTIONAL SECTION THIS CERTIFICATE MUST BE AlTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT f NUMBER OF PAGES DATE OF DOCUMENT I Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER@) OTHER THAN NAMED ABOVE SAFECO" r- POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL'INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 12th day of November , 2002 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making cf evidencing such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or -undertaking of the company, the seal, or a facsimile thereof, may be impressed or aftixed or in any other manner reproduced; provided, however, that the Seal shall not 4 necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V. Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certfling that said powerd-attorney appointment is in full force and effect, the signature of the cerljfying ofticer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resdution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said qorporation this 18TH day of JANUARY , 2005 . CHRISTINE MEAD, SECRETARY S-O974/SAEF 2/01 G3 A registered trademark of SAFECO Corporation 11/12/2002 PDF IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance cmpanies (SAFECO Insurance Company of America, General Insurance Company of America, First National kurance Company of America, American States Insurance Company or American Economy lnsurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to ''surety insurae'. This means that under certain circum- stances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. - Under this formula, the United States government pays 90% of losses caused by certifed acts of terrorism that exceed a statutorily established deductible to be paid by the iwance company providing the bond. The AC~ also establishes a $1 06 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and condrbons of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of VUS bond or any generally applicable rules of law. At this time there is no premium change resulting from this Adi. *- e Company Profile Page 1 of 2 Lompany Profile SAFECO INSURANCE COMPANY OF AMERICA STATE FILINGS C-2 SAFECO PLAZA SEATTLE, WA 98 185 800-332-3226 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 11-02-1953 Agent for Service of Process DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Unable to Locate the Agent for Service of Process? I II I ~ II I Reference Information Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE http://cdinswww.insurance.ca.gov/pls/~~coqrof/idb~coqrof~utl.get~co~ro~p~EID=3 3 6 1 01/20/2005 Company Profile Page 2 of 2 I--- ,- MISCELLANEOUS PLATE GLASS SPRTNKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Comuany Representative in My Area Financial Rating Organizations Last Revised - November 04,2004 1 1 : 18 AM Copyright 0 California Department of Insurance Disclaimer http://cdinswww. insurance .ca. gov/pls/wu~coqrof/idb~co~rof~utl. get-coqrof?p-EID=3 3 6 1 01/20/2005 c GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC (“Greenbook”) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract“, ‘Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer“, “Subcontractor” and Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 75 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 are not included in computing the percentage of work proposed to be performed by the Bidder. SPECIALTY ITEMS Specialty Items include: Multi-purpose field sports lighting Playground equipment Signage Landscape and irrigation Artificial turf installation including drainage system Contractor must still list the above subcontractors on the “Designation of Subcontractors” list. 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 ($1 0,000) whichever is greater. Said name(@ and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. - - A - The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to orovide comdete and correct information may result in reiection of the bid as non- resoonsive. - 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. - - I - 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. c 63 Revised 10/08/03 Contract No. 38022 Page 17 of 321 Pages ~ ~ -- 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 twenty-five percent (25%) of the work with its own forces. ...... -. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. 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 10/08/03 Contract No. 38022 Page 18 of 321 Pages ~ Designation of Subcontractor and Amount of Subcontractor’s Bid Items Contract No. 38022 Pine Avenue Park Construction Subcontractor’s Subcontractor Name and Location of Business Mountain Movers San Marcos, CA Flintridge Landscape Costa Mesa. CA lid Items Portion of Work* Indicate by an (S) if this work is a “Specialty Item” Amount of Work in Dollars $3 3 5,000 $354,152 License Number 767 120 EarthworkDemolition 2769 19 Landscaping (S) JD Paving San Marcos. CA 652554 $72,738 $44,430 $210,383 Asphalt Paving 683317 Quality Reinforcing Poway, CA Concrete Reinforcing 580460 Underground Utilities Spring Valley, CA Site Utilities $122,800 Crown Fence San Dierro. CA 1315 Fencing Playground Equipment( S) 66726 1 Tot Turf Chandler, AZ Underground Utilities Spring Valley, CA ACE Electrical San Dierro. CA $46,785 $15,000 580460 Plumbing Electrical $474,000 835109 835109 $55,000 $1 89,750 ACE Electrical San Diego, CA Sports Lighting (S) Shade Structures Artificial Turf (S) 819631 Shade Structures Costa Mesa, CA 820569 Forever Green Levitton. PA $557,235 L DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS LandscaDina (s) c A / Subcontractor's License No." Page 1 of 4 pages of this Subcontractor Designation form Pursuant to section 41 04 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 4j Revised 10/08/03 Contract No. 38022 Page 19 of 321 Pages "t I 9i 'I .I -1 I -1 .I i .1 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor's License No." Page 2 of 4 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." r.# Revised 10/08/03 Contract No. 38022 Page 19 of 321 Pages :I .i r! I .t .I I. DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor's License No.* Page 3 of 4 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." e- t# Revised 10/08/O3 Contract No. 38022 Page I9 of 321 Pages '1 -? ! .j .i DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Artificial Turf jDee 3- d,P II I Subcontractor's License No." Page 4 of 4 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 4p Revised 10/08/03 Contract No. 38022 Page 19 of 321 Pages c BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. See enclosure marked "Confidential" '3 Revised 10/08/03 Contract No. 38022 Page 20 of 321 Pages EDGE DEVELOPMENT, INC. Financial Statements and Supplementary Information with Independent Auditors’ Report For the Year Ended December 31, 2003 , i ? rc ? TABLE OF CONTENTS Independent Auditors’ Report Financial Statements Balance Sheet Statement of Operations Statement of Stockholders’ Equity Statement of Cash Flows - Notes to Financial Statements Supplementary Information Revenues Earned and Cost of Revenues Earned Completed Contracts Contracts in Progress Contract Receivables Page 1 14 15 17 21 f Gary L Christenson, c PA John D Goddard, c PA Kcnncth N Goddard, 111, c PA Douglas R McAdain, c r A Stephen W Nash, J D Jams L Sorcn, c PA Kirk G Stitt, c rA David P Tuttlc, c PA Rogcr E Wadcll, c r A Cindy R Watts, c PA i , I‘ Soren McAdam Christenson LLP Certified Public Accountants and Business Advisors e- Independent Auditors’ Report To the Board of Directors EDGE Development, Inc. We have audited the accompanying balance sheet of EDGE Development, Inc. as of December 31, 2003 and the related statements of operations, stockholders’ equity and cash flows for the year then ended. These financial statements are the responsibility of the Company’s management. Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audit provides a reasonable basis for our opinion. _- In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of EDGE Development, Inc. as of December 31, 2003, and the results of its operations and its cash flows for the year then ended, in conformity with accounting principles generally accepted in the United States of America. Our audit was made for the purpose of forming an opinion on the basic financial statements taken as a whole. The supplementary information shown on pages 14 through 22 is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such information has been subjected to the auditing procedures applied in the audit of the basic financial statements and, in our opinion, is fairly stated in all material respects in relation to the basic financial statements taken as a whole. March 12, 2004 - -1 - - 2068 Orange Tree Lane, Suite 100 P.O. Box 8010 Redlands, CA 92375-1210 (909) 798-2222 (909) 798-9772 fax smc@smc-cpas.com Members of PKF North American Network and correspondent of PKF International, an association of legally independent finns and American Institute of Certified Public Accountants Private Companies Practice Section t EDGE DEVELOPMENT, INC. Balance Sheet December 31, 2003 ASSETS Current assets Cash and cash equivalents (restricted $2,935,620) Receivables Contract Other Revenues earned in excess of billings Refundable deposits Prepaid expenses Total current assets Equipment, property, and leasehold improvements Transportation equipment Construction equipment Office equipment Real estate Leasehold improvements / Note receivable Total assets Less accumulated depreciation The accompanying notes are an integral part of these financial statements. -2- $21,270,642 19,289,721 1,110,293 4,091,822 1,352,662 154,447 47,269,587 1,413,963 823,625 674,000 27 1,8 13 50,130 3,23 3,53 1 (1,432,442) 1,80 1,089 433,800 $49.504.476 LIABILITIES AND STOCKHOLDERS’ EQUITY Current liabilities Current portion of long-term debt Accounts payable and accrued liabilities (including retentions of $9,829,524) Billings in excess of revenues earned Total current liabilities Long-term debt Notes payable to stockholders Total liabilities Stockholders’ equity Common stock, no par value Additional paid-in capital Retained earnings Authorized, issued, and outstanding: 100,000 shares Total liabilities and stockholders’ equity $ 246,047 28,586,266 14,257,93 1 43,090,244 13 1,520 980,522 44,202,286 7,502 2,130,002 3,164,686 5,302,190 $49,504,476 -3- EDGE DEVELOPMENT, INC. Statement of Operations For the Year Ended December 3 1, 2003 Revenues earned Cost of revenues earned Gross profit General and administrative expenses Officers’ salaries Administrative salaries Payroll burden Temporary employment Management fees Consulting fees Estimating Office supplies and expense Office rent Office equipment and storage rent Telephone and utilities Depreciation Insurance Legal and accounting Promotion and advertising Automobile expense Fuel Taxes, licenses and permits Dues and subscriptions Seminars and education Travel and entertainment Donations rc Income from operations Other income (expense) Interest income Interest expense Loss on disposal of equipment Miscellaneous income Net income The accompanying notes are an integral part of these financial statements. -4- $1 14,553,078 106,463,24 1 8,089,837 475,655 1,320,292 203,751 59,992 9 18,869 3,200 10,53 1 722,664 588,323 125,199 2 15,539 257,93 1 765,211 215,316 97,339 2753 13 70,896 6 1,454 20,734 23,688 134,854 8,600 6,575,85 1 1,5 13,986 95,421 (82,279) (293) 24;814 37,663 $ 1,551.649 ! 1 t Balances, December 3 1, 2002 Capital contributions Dividends paid Net Income Balances, December 3 1, 2003 EDGE DEVELOPMENT, INC. Statement of Stockholders’ Equity For the Year Ended December 3 1, 2003 Additional Common Paid-In Retained Stock Capital Earnings Total $7,502 $ 130,002 $ 3,122,322 $ 3,259,826 2,000,000 2,000,000 (1,509,285) (1,509,285) 135 1,649 1,551,649 $7.502 $2.130,OO2 $ 3.164.686 $ 5.302.190 i f - I 1 The accompanying notes are an integral part of these Jinancial statements. 9 ! -5- EDGE DEVELOPMENT, INC. Statement of Cash Flows For the Year Ended December 3 1 , 2003 Cash flows from operating activities Net income Adjustments to reconcile net income to net cash provided by operating activities Depreciation Loss on sale of equipment (Increase) decrease in: Contract receivables Other receivables Revenues earned in excess of billings Refundable deposits Prepaid expenses Accounts payable and accrued liabilities Billings in excess of revenues earned Net cash provided by operating activities Increase in: Cash flows from investing activities Purchases of equipment Proceeds from sale of equipment Redemption of certificates of deposit Issuance of note receivable to a related entity Payments received on note receivable Net cash used in investing activities c Cash flows from fmancing activities Proceeds from lines of credit Principal payments on lines of credit Principal payments on long-term debt Capital contributions Dividends paid Net cash used in financing activities Net increase in cash and cash equivalents Cash and cash equivalents Balance, December 3 1, 2002 Balance, December 31, 2003 Cash paid during the year for interest Noncash financing and investing activity: Long-term debt incurred for the acquisition of equipment Purchase of a company vehicle by stockholder in lieu of cash distribution - The accompanying notes are an integral part of these Jnancial statements. -6- $ 1,551,649 493,588 293 (8,259,868) 232,546 (2,915,193) (1,250,256) (1 06,573) 12,458,269 10,341,116 12,545,57 1 (348,376) 5,000 496,000 (460,404) 5,189 (302,591) 11,050,000 (1 1,362,478) (464,774) 2,000,000 ( 1,458,784) (236,036) 12,006,944 9,263,698 $21,270.642 $82,279 $76,451 $50,501 EDGE DEVELOPMENT, INC. Notes to Financial Statements 1. Summary of Operations and Significant Accounting Policies The Company is engaged in the construction of institutional, industrial, and commercial buildings in Southern and Northern California. The work is performed under fixed-price, time and materials and design and build contracts. The contracts generally provide for progress payments as stages of the work are completed. The Company also manages, for a fee, construction projects of others. f The preparation of these financial statements requires management to make estimates and assumptions. Those estimates and assumptions affect the reported amounts of assets, liabilities, revenues, and expenses, as well as the disclosure of contingent assets and liabilities. Actual results could differ from those estimates. Management also determines the accounting principles to be used in the preparation of the financial statements. A description of the significant accounting policies employed in the preparation of these financial statements follows: Recognition of Revenue on Contracts The accompanying financial statements are prepared using the percentage-of-completion method, which takes into account the revenue earned to date on fixed-price and design and build construction contracts. The amount considered as revenue earned under this method is that portion of the total contract price that the costs incurred to date bear to the anticipated total costs, based on current estimates of costs to complete the project. Because of uncertainties involved in estimating these future costs, it is at least reasonably possible that the estimates used will change within the next year, and the change could be significant. Revenues from time and materials contracts are recognized on the basis of costs incurred during the period, plus a percentage for overhead and profit. Revenues earned under some construction management agreements is the portion that elapsed time bears to the total estimated time to complete the project and on others on the basis of the project's completion percentage which is the portion of costs incurred to date by contractors performing on the project bear to the anticipated total costs. Provisions for estimated losses on contracts in progress are made in the period in which such losses are determined. Changes in estimated profitability are recognized in the period in which the revisions are known. Cash and Cash Equivalents The Company considers all highly liquid debt instruments with a maturity of three months or less to be cash equivalents. The Company maintains cash balances with one financial institution in excess of the FDIC insurance limits. Restricted amounts consisted of deposits in lieu of retentions. Equipment, Property and Leasehold Improvements -7- Equipment, property and leasehold improvements are stated at cost. Depreciation is calculated using straight-line and accelerated methods over the estimated useful lives of the assets. Additions and major improvements are capitalized while expenditures for maintenance, repairs, and minor improvements are expensed as incurred. EDGE DEVELOPMENT, INC. Notes to Financial Statements .- 1. Summary of Operations and Significant Accounting Policies (Continued) Income Taxes The stockholders of the Company have elected to be subject to the provisions of Subchapter S of the Internal Revenue Code and comparable state statutes. In lieu of corporate income taxes, the stockholders report their proportionate share of the Company’s taxable income on their income tax returns. Accordingly, no provision for federal income taxes is included in these financial statements. State income taxes at the S Corporation tax rate are not significant and are included in operating expenses. 2. Contract Receivables Contract receivables consisted of the following: Billings Completed contracts Contracts in progress Retentions $ 419,012 12,539,254 6,331,455 $19,289.721 A summary of costs and earnings on contracts follows: Completed Contracts Contracts in Progress Total Costs to date Gross profit to date Revenues earned to date Billings to date Included in balance sheet: Revenues earned in excess of billings Billings in excess of revenues earned $60,438,804 $1 11,796,187 $172,234,991 2,683,762 12,704,977 15,388,739 63,122,566 124,501,164 187,623,730 63,122,566 134,667,273 197,789,839 $ (10.166.109) $ (lo. 166,109) $- $ 4,091,822 (14,257,931) $( 10.166.109) -8- /- EDGE DEVELOPMENT, INC. Notes to Financial Statements 3. Lines of Credit The Company has two revolving lines of credit with California Bank and Trust totaling $2,750,000. The lines expire in August 2004, bear interest at 5 percent (as of December 31, 2003), require monthly interest payments, are collateralized by substantially all of the Company’s assets, are guaranteed by the stockholders, and contain certain financial covenants. As of December 31, 2003, there were no outstanding balances due. 4. Long-Term Debt Long-term debt at December 3 1, 2003 consisted of the following: Payable to Ford Motor Credit Interest rate: 2.90% Repayment provisions: Monthly principal and interest Security: Transportation equipment with a net book Balance of $601 through February 2004 value of $9,477 Payable to Ford Motor Credit (6) Interest rate: .90% Repayment provisions: Total monthly principal and Security: Transportation equipment with a net book Balance interest of $4,308 through July 2005 value of $105,020 Payable to Ford Motor Credit (21) Interest rate: None Repayment provisions: Total monthly principal of $13,417 Security: Transportation equipment with a net book Balance through November 2005 value of $378,655 $ 1,203 47,414 219,663 ’ -9- .- EDGE DEVELOPMENT, INC. Notes to Financial Statements 4. Long-Term Debt (Continued) Payable to Ford Motor Credit (3) Interest rate: 7.75% Repayment provisions: Total monthly principal and Security: Transportation equipment with a net book Balances interest of $1,775 through December 2005 value of $56,407 Payable to Ford Motor Credit (4) Interest rate: 7.50% Repayment provisions: Total monthly principal and Security: Transportation equipment with a net book Balances interest of $2,386 through February 2006 value of $68,925 Payable to John Deere Credit Interest rate: 1.9% Repayment provisions: Monthly principal and Security: Construction equipment with a net book Balance interest of $1,253 through January 2005 value of $29,66 1 Less current portion $ 39,326 55,084 14,877 377,567 246.047 $13 1,520 As of December 31, 2003, the annual maturities of long-term debt are as follows: Year ending December 3 1, 2004 2005 2006 $246,047 129,114 2,406 $377.567 -10- f ' I- ? EDGE DEVELOPMENT, INC. 1 I I i Notes to Financial Statements 5. Notes Payable to Stockholders The Company has note obligations to the two stockholders totaling $980,522. In accordance with a subordination agreement entered into with the Company's surety, payment of these obligations is subordinate to all other obligations incurred by the Company in the normal course of business. The notes are unsecured and bear interest at 5.75 percent. Repayment terms call for interest only payments through December 2004, then monthly principal payments of $40,855 plus interest through December 2006. All unpaid principal and interest is due at maturity of December 2006. The annual maturities are as follows: Year ending December 3 1, 2005 2006 6. Operating Leases $490,26 1 A 490 261 $980.522 The Company leases a facility, transportation equipment, and office equipment under operating lease agreements that expire over the next several years. Related rental expense included in operations for the year ended December 31, 2003 was $784,767. As of December 31, 2003, the annual minimum lease payments are as follows: Year ending December 3 1, 2004 2005 2006 2007 2008 Thereafter 7. Employee Benefit Plans Multiemployer Plan $ 706,975 648,229 656,319 649,408 656,638 2,916,353 $6.233.922 The Company adopted a money purchase pension plan in the form of the Contractors and Employees Retirement Plan and Trust. The plan covers employees working on public works contracts with prevailing wage requirements. The Company charged to operations contributions in the amount of $652,954 as determined in accordance with provisions of the plan, generally based on the number of hours worked. -11- EDGE DEVELOPMENT, INC. Notes to Financial Statements 7. Employee Benefit Plans (Continued) 401(k) and Profit Sharing Plan The Company has adopted both a 401(k) plan and a profit sharing plan which cover all employees who meet the eligibility requirements. The 401(k) plan requires the Company to match a percentage of employee contributions, but contributions to the profit sharing plan are at the discretion of management. During the year ended December 31, 2003, the Company contributed $26,253 to the 401(k) plan, and $0 to the profit sharing plan. 8. Related Party Transactions The Company has had business transactions with its stockholders and entities in which they have ownership interests. For the year ended December 31, 2003, rents of office facilities, construction yard, and equipment totaled $676,743, subcontractor fees amounted to $7,153,935, and management fees totaled $918,869. At December 3 1, 2003, accounts payable include $1,844,282 payable to related parties from these transactions. Contract revenues earned from contracts with related parties amounted to $39,852,042 and contract receivables at December 31, 2003 on these contracts were $7,905,597. A promissory note bearing interest at five percent with a balance of $455,216 at December 31, 2013 was due from a related party. The note is payable in monthly installments of $3,641 including interest. Other receivables include non-interest-bearing advances to related parties aggregating $1,013,643 at December 31, 2003. Notes payable to related parties are discussed in Note 5. - 9. Backlog The following schedule shows a reconciliation of backlog representing signed contracts in existence during the year ended December 3 1, 2003: Balance, December 31, 2002 Contract adjustments New contracts Less contract revenues earned Balance, December 31, 2003 $ 83,427,283 1 ,020,290 232,9 17,790 (1 14,553,078) $ 202.812.285 -12- EDGE DEVELOPMENT, INC. Notes to Financial Statements 10. Contingencies The Company is obligated to purchase, at appraised value, the shares of its two stockholders upon their death, disability, or termination of employment. At December 31, 2003, the Company held a life insurance policy on each of the stockholders’ lives with a face value of $10,000,000. The Company has guaranteed debt for various related entities. The amount for which the Company is a guarantor at December 3 1, 2003 amounted to $1,296,984. In the normal course of business, the Company is party to various legal claims, actions and complaints. It is not possible to predict with certainty whether or not the Company will ultimately be successful in any of these legal matters or, if not, what the impact might be. However, the Company’s management does not expect that the results in any of these legal proceedings will have a material adverse effect on the Company’s results of operations, financial position or cash flows. I i -13- ' .- I SUPPLEMENTARY INFORMATION 1 '- I I Completed contracts Contracts in progress Unallocated costs EDGE DEVELOPMENT, INC. Revenues Earned and Cost of Revenues Earned For the Year Ended December 31, 2003 cost of Gross Revenues Revenues Profit Earned Earned (Loss) $ 15,158,549 $ 16,553,525 $(1,394,976) 99,394,529 89,791,458 9,603,07 1 118.258 (1 18.258) $1 14,553,078 $106.463.241 $ 8,089.837 Summary of cost of revenues earned: Subcontractors Materials Labor and labor burden Equipment costs Unallocated costs -c $ 82,156,820 6,717,580 1 1,05 1,485 6,4 19,098 118,258 $106.463.241 I 1 -14- EDGE DEVELOPMENT, INC. Completed Contracts December 31, 2003 From Inception to Date cost of Gross Job Revenues Revenues Profit No. Contract Earned Earned (Loss) Fixed Price Contracts Temecula 01012 Calavera Hills Elementary 01018 Pechanga modernization 01020 Ladera Ranch 01022 Riverside Elementary School t29 02003 Cal State San Marcos 02004 02006 Talega Otay Mesa High School #11 Construction Management Contracts Temecula 02002 - 01001 Canyon Lake 4/Cottonwood 13 TVHS - Two story classroom Design and Build Contracts Temecula 01007 Inland Valley Terrace 02036 KTM Motorcycles 02011 CNUSD Mod #7 Small jobs and jobs closed in prior year $ 9,543,320 $ 9,180,250 $ 363,070 15 1,020 127,634 23,386 20,173,180 19,398,270 774,910 1,452,228 88,715 1,540,943 6,243,885 6,025,119 218,766 3,146,097 2,730,646 415,45 1 16,784,007 15,942,173 841,834 1,78 1,000 993,684 787,316 322,430 191,150 131,280 2,943,3 94 2,988,898 (45,504) 2 10,621 2 17,473 (6,852) 47,670 2,763 44,907 234,999 1,188,5 16 (953,5 17) $63.122.566 $60.438,804 $2,683,762 -15- Current Year cost of Gross Revenues Revenues Profit Earned Earned (Loss) $ (17,018) $ 50,129 $ (67,147) 3,416 20,227 (16,8 11) 3,150,037 3,566,740 (4 16,703) 93,379 77,043 16,336 1,894,523 1,893,226 1,297 1,065,770 941,564 124,206 8,103,268 7,695,476 407,792 453,730 (453,730) 172,946 118,021 54,925 198,938 326 , 775 ( 127,837) 2 10,621 214,634 (4 7 0 1 3) 47,670 2,583 45,087 234,999 1,193,377 (958,378) $15,158,549 $16.553.525 $( 1.394.976) -16- Page 1 of 2 EDGE DEVELOPMENT, INC. Contracts in Progress December 31, 2003 Estimated Job Contract Total No. Contract Amount costs Fixed Price Contracts Temecula 01026 Hemet Public Library 02009 Cal Poly Pomona 02031 Temecula High School #3 03006 Pete Knight High School 0301 1 Foothill Oak Elementary 03018 Summit High School Auburn 02020 Del Or0 High School addition Time and Materials Contracts Temecula - 02087 Inland Terrace TI Phase I1 02-09B Cal Poly water damage 03016 San Dieguito Academy Consulting 02-TEM Estimating and contract review Auburn 03-019 Anthony Traina - preconstruction 02-AUB Estimating and contract review Design and Build Contracts Temecula 01014 Rio Vista Elementary School 01021 Elsinore High School #4 02021 Valley High School 02032 Ana Verde 02033 Ponderosa 02034 Granite Hills 02035 4s Stone Ranch Elementary Auburn 02007 Bear River Middle School 02025 12 Bridges Elementary School $ 9,953,320 18,919,969 5,958,909 35,655,767 10,008,156 41,758,007 10,980,621 450,000 3,000,000 64,530 125,327 62,500 382,610 11,503,362 60,148,013 6,O 1 0,000 18,93 1,661 15,690,508 15,162,430 13,023,442 16,702,548 16,489,205 $ 9,754,254 17,917,211 4,886,305 33,338,142 9,507,748 40,087,687 10,431,590 382,500 2,700,000 54,850 78,134 59,375 256,936 10,928,194 55,636,912 5,709,500 17,417,128 14,435,267 13,949,436 12,111,801 15,282,83 1 14,840,284 Gross costs to Percent Profit Complete Complete $ 199,066 1,002,758 1,072,604 2,3 17,625 500,408 1,670,320 549,03 1 67,500 300,000 9,680 47,193 3,125 125,674 575,168 431 1,101 300,500 1,514,533 1,25 5,24 1 ,212,994 91 1,641 ,419,717 ,648,92 1 $ 11,922 203,711 2,191,080 27,285,9 16 6,726,062 37,596,838 2,266,103 3,565 2,141,937 49,595 50,965 278,506 46,018,313 32,061 10,485,277 8,968,254 1 2,920,05 5 7,733,789 5,253,9 13 11,580,918 99.88% 98.86% 55.16% 18.15% 29.26% 6.21 % 78.28% 99.07% 20.67% 9.58% 100.00 % 14.16% 100.00% 97.45% 17.29% 99.44% 39.80% 37.87% 7.38% 36.15% 65.62% 21.96% -17- f From Inception to Date (Over) cost of Gross Under Revenues Revenues Profit Billings Billed Earned Earned (Loss) $9,953,320 $ (12,163) $9,941,157 $ 9,742,332 $198,825 18,820,417 ( 1 15,568) 18,704,849 17,7 1 3,500 991,349 3,9 1 5,746 (628,883) 3,286,863 2,695,225 591,638 8,782,693 (2,309,709) 6,472,984 6,052,226 420,758 3,586,963 (658,877) 2,928,086 2,781,686 146,400 2,34 1,3 12 253,322 2,594,634 2,490,849 103,785 8,033,838 56 1,408 8,595,246 8,165,487 429,759 - 441,991 3,815 445,806 378,935 66,871 592,558 27,512 620,070 558,063 62,007 32,265 (26,083) 6,182 5,255 927 125,327 125,327 78,134 47,193 8,853 8,853 8,410 443 382,610 382,610 256,936 125,674 11,203,362 6,837 11,210,199 10,649,688 560,511 19,107,380 (8,708,871) 10,398,509 9,6 18,599 779,910 6,005,995 (29,741) 5,976,254 5,677,439 298,815 5,843,755 1,690,857 7,534,6 12 6,93 1,85 1 602,76 1 4,752,432 1,189,971 5,942,403 5,467,013 475,390 769,649 349,247 1,118,896 1,029,38 1 89,515 5,104,558 (397,013) 4,707,545 4,378,012 329,533 12,007,999 (1,047,436) 10,960,563 10,028,918 93 1,645 3,945,111 (323,587) 3,62 1,524 3,259,366 362,158 Current Period Gross cost of Revenues Revenues Profit Earned Earned (Loss) $ 2,449,579 $2,812,619 $(363,040) 9,952,312 9,314,569 637,743 3,286,675 2,695,044 591,63 1 6,472,984 6,052,226 420,758 2,928,086 2,78 1,686 146,400 2,594,634 2,490,849 103,785 7,861,860 7,468,774 393,086 445,806 378,935 66,871 620,070 558,063 62,007 6,182 5,255 927 50,836 35,674 15,162 8,853 8,410 443 303,610 201,667 101,943 6,334,303 6,261,379 72,924 10,298,474 9,601,772 696,702 5,523,659 5,247,476 276,183 7,534,612 6,931,851 602,76 1 5,942,403 5,467,013 475,390 1,118,896 1,029,381 89,515 4,707,545 4,378 ,O 12 329,533 10,758,659 9,847,207 91 1,452 3,621,524 3,259,366 362,158 b i 1 -18- Page 2 of 2 EDGE DEVELOPMENT, INC. Contracts in Progress December 3 1, 2003 Estimated Job Contract Total Gross Costs to Percent No. Contract Amount costs Profit Complete Complete Construction Management Contracts Temecula 01006 00022 0101 1 01013 01017 02-02B 02008 020 1 0 020 1 2 020 1 8 02022 02029 ,_ 02030 03004 03005 03007 030 12 03013 03014 Temecula ES Mods Misc elementary modifications Vista Murrieta High School Warm Springs Middle School Elsinore HS expand and modernize Alt ED relocatables Crown Hill Elementary Monte Vista Elementary #9 Butterfield MS expansion RUSD wing additions Antelope Hills Elementary #10 Temecula Middle School Rancho Bella Vista Elementary Quartz Hill High School modernize Palmdale High School modernize Barnett Elementary expansion Vista Murrieta High - sportsiaquatics Aurantia Park Central Park $ 353,225 2,154,000 1,998,000 800,000 2,520,000 165,000 222,663 605,000 490,000 565,000 605,000 1,203,767 873,607 1,546,730 1,414,983 219,168 240,000 80,227 $ 176,612 1,184,700 1,098,900 400,000 1 ,OO8,000 66,000 140,278 363,000 196,000 226,000 242,000 481,507 349,443 61 8,692 565,993 87,667 96,000 32,091 $ 176,613 969,300 899,100 400,000 1,5 12,000 99,000 82,385 242,000 294,000 339,000 363,000 722,260 524,164 928,038 848,990 131,501 144,000 48,136 $ 91,709 500,44 1 9,874 54,673 599,529 66,000 138,521 13,476 187,087 8,906 235,035 273,923 257,362 477,427 419,311 8 1,435 81,183 15,592 46.26% 64.64% 86.23 % 72.43 % 53.87% 46.00% 0.00% 100.00% 0.00% 99.56% 0.00% 52.90% 41.37% 44.93% 44.72% 0.00% 41.11% 43.33% 276,194 110,478 165,7 16 102,995 0.00% $327,313.449 $297,209,446 $30,104,003 $185.4 13,259 -19- '7 t From Inception to Date Current Period (Over) cost of Gross cost of Gross Under Revenues Revenues Profit Revenues Revenues Profit Billings Billed Earned Earned (Loss) Earned Earned (Loss) $ 163,417 1,392,256 1,722,798 579,452 1,357,460 75,900 605,000 562,499 636,735 361,379 694,886 632,777 98,667 34.766 $ 163,417 1,392,256 1,722,798 579,452 1,357,460 75,900 605,000 562,499 636,735 361,379 694,886 632.777 98,667 34,766 $ 84,903 684,259 1,089,026 345,327 408,471 1,757 349,524 8,913 2 1 7,094 6,965 207,584 92,081 141,265 146,682 6,232 14,817 16,499 7,483 $ 78,514 707,997 633,772 234,125 948,989 75,900 (1,757) 255,476 (8,913) 345,405 (6,965) 429,151 269,298 553,621 486,095 (6,232) 83,850 18,267 (7,483) $ 163,417 $ 83,937 856,756 618,154 567,64 1 56 1,923 349,618 191,952 1,262,060 370,976 1,757 275,866 284,082 3,374 562,499 212,996 5,421 636,735 204,599 361,379 92,081 694,886 14 1,265 632,777 146,682 6,232 98,667 14,817 34,766 16,499 7,483 75,900 $ 79,480 238,602 5,718 157,666 89 1,084 75,900 (1,757) (8,216) (3,374) 349,503 (5,421) 432,136 269,298 553,621 486,095 (6,232) 83,850 18,267 (7,483) $134,667,273 $(10,166.109) $124,501,164 $1 11,796,187 $12,704,977 $99,394.529 $89,791,458 $9.603,071 -20- EDGE DEVELOPMENT, INC. Contract Receivables December 31, 2003 Job 90 Days No. Customer Current 30 Days 60 Days and Over Subtotals Various NTD Architects 03016 02009 Cal State University Pomona 01026 City of Hemet San Dieguito Union High School District 00020/00022/01017 01021 Lake Elsinore Unified School District 0101 1/03003 03012 Murrieta Unified School District 01 006/02002/02029/02030/0203 1 _- 03007 Temecula Valley Unified School District 0301 1 Vista Unified School District 01014 Palm Springs Unified School 02020 0209B Zurich American Insurance Co. Various NTD - EDGE District Placer Union High School District 03004/03005 03006 03013 02037 02003 020 1 8 0 1020 03018 02004 Various Various ,- Antelope Valley UHSD City of Highland Inland Terrace Investment Group Cal State University San Marcos Riverside Unified School District Capistrano Unified School District Fontana Unified School District Sweetwater Union High School Various small jobs Subtotal - construction contracts District Labor compliance and extra services $ 32,265 2,753,753 145,892 316,979 966,321 307,583 29,059 3,011,140 1,178,138 10,363 68,458 50,031 33,750 2 17,236 797 $ 170,719 67,762 559,402 163,498 1,380,097 24,402 44,292 $ 3,434 2,830 78,426 57,578 287,609 20 $ 4,944 $ 4,944 32,265 723,100 893,8 19 3,434 2,753,753 145,892 387,571 966,321 866,985 192,557 4,469,663 1,178,138 34,765 44,647 113,105 4,000 54,031 148,130 283,750 429 288,038 2 17,236 20 1,748 10,341 32,100 44,986 9,121,765 2,411,920 440,238 957,350 12,931,273 23,038 3,955 26,993 $9,144,803 $2,415,875 $440,238 $957,350 $12.958.266 -21- Funds Held in Escrow Retentions (Restricted Cash) Totals t $ 4,944 $ 761,961 1,900,73 5 300,592 $ (284,381) 32,265 1,655,780 3,434 4,654,488 162,103 .- 508,03 6 (492,298) 403,309 358,696 (251,327) 1,073,690 575,168 (575,168) 401,692 (356,06 1) 912,616 192,557 3,3 16,545 7,786,208 878,269 (766,391) 1,290,016 34,765 113,105 54,031 3 1,250 315,000 28 8,038 234,13 1 (209,994) 241,373 20 44,986 9,267,075 (2,935,620) 19,262,728 26,993 $9,267,075 $(2,935.620) $19,289,721 -22- i c BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge hisher responsibility, experience and skill. An attachment can be used. In addition to general qualifications, the bidder or designated sub-contractor performing installation of the synthetic turf, must demonstrate by listing below, successful completion of at least five examples within the last five years. @ Revised 10/08/03 Contract No. 38022 Page 21 of 321 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 51 DEBORAH D. DAVIS, NOTARY PUBLIC I NAME, TITLE OF OFFICER - E.G.. "JANE DOE, NOTARY PUBLIC" On 01/18/2005 before me, DATE KAREN JEAN HALL personally appeared 1 NAME(S) OF SIGNER@) [lil personally known to me - OR - 0 proved to me on the basis of satisfactoly evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature@) on the instrument the person@), or the entity upon behalf of which the person@) acted, executed the instrument. TAAY PUBLICCALIFOANIA SAN DIEGO COUNTY My Comm Exp APRIL 21.2007 b WITNESS my hand and official seal. - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) PARTNER(S) c] LIMITED n GENERAL U ATTORNEY-IN-FACT 0 TRUSTEE(S) ' 0 GUARDIAN/CONSERVATOR 0 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNATURE OF NOTARY 1 OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES SIGNER@) OTHER THAN NAMED ABOVE DATE OF DOCUMENT Though the data requested here IS not required by law. could prevent fraudulent reattachment of this form . -- -. Jans19. 2005 5:41PM FOREVER GREEN Site/ Location Pershing School San Diego, CA Install 2004 Calvary Christian School Pacific Palisades, CA Installed 2003 Flushing Bay CSO NYC-DEP 8. NYC-P&R New York City, NY Installed 2004 Greenwich High School Greenwich, CT Nos1601 Pa 3/5 Contact JoEllen Jacoby Jim Wadsworth Frank Visingardi James DeCarla, Athletic Director ,- a- t . *. . Phone 619-533-4017 Forever Green Athletic Fields Reference List (last updated August, zoo41 Square Foot 200,000 sq. ft. Forever Green Projects Installed 2003 - Prodrain , Mqrin Catholic High School Greenbrae. CA Larry Gondola Installed 2002 Harry S. Truman High School 1 Ron Matlack 609-394-3077 805-484-7384 972-494-8589 100,000 Outdoor Mu It i- pu rpase Indoor Soccer 78,000- Outdoor Footba fI 15,725 - Camarrillo, CA Installed 01/2004 Garland Independent School District - Garland, TX Installed 2002 Cornwall Soccer Assot.** Corn wall, Ontario Canada Installed 2001 Levi&wn, PA 19057 Installed 4/2004 - Prodrain At The Playground, Inc. Desert Breeze Community Center City of Las Vegas - Las Vegas, NV Lisa Muftah 3eff Jordan 613-933-5103 Frank Chartrand 23,000 I James Woolsey I 702-455-8294 10,000 - Baseball infield Installed 2002 Ga tesvi II e Independent School District - Gatesvilte, TX Installed 2002 Atlantic Coast Athletic Club Cha rlottesvi I I e, VA Installed ZOO2 New Jersey Stallions, Professional Mens Soccer Team - Clifton, NJ Installed 2002 Peak Performance Center (Sports Medicine & Rehab) Henderson, NV Installed 2002 Soccer City Wllbraham, MA Installed 2002 Santa Maria Valley YMCA Santa Maria, CA Installed 2002 I (310) 347-2407 I 33,000 I. L Keith Bell Dan Link Rictiard GentiIe Dr. Michael Crovetti, Othapedic Surgeon Ron' Hardick Maynard Silva I under construction 973-773-4562 (203) 625-8000 100,000 - Outdo0 mulitsport (415) 464-3821 120,000 - Outdo0 i Soccer and Baseba 19,000 805-937-8521 14,200 soccer 0 Copyright 2003 Forever Green Wthletlc Fields, Inc and ProGreen Sport Surfaces, LLC 4 Jana19. 2005 5:42PM FOREVER GREEN Woodcrest Schaak Tarzana, CA Installed 2002 Laguna Niguel, CA Installed 2002 Carson, CA Installed 2002 Harmony Indoor Soccer Mickslton, N3 , McDowell Elementary School Communities in Schoots Poway SportsPlex Poway, CA Installed 2003 NYC Parks & Recreation Redhook Recreation Center Brooklyn, NY I nsta I led 2002 Bentonville High School Bentonville, AR Install 2004 Dlsttlct Batesvtlle, AR Install 2004 Sheltan, Cr Installed 2p03 - Probrain Batesville Independent School Shelton High School Noq1601 P. 4/5 Scott Weberman 8213 708-2720 6,000 _II c- , .. . Greg Cygan 714-40 1-2636 4,400 Kevin Woods 310-637-3586 9,000 Frank Muraca 856-423-9101 13,800 - Indoor Soccer Bill Berkoff 858 679-7000 20,000 Cella M. Petersen (718) 760-6700 71,500 - Outdoor R. L.A. soccer Joe Haynie 479-254-5085 148,000 2 Fields under constuct Dr. Jeff Angel 870-793-2371 74,000 Outdoor football Jim Lineski 203-924-0265 90,000 Ext 529 Contact ' . Phone Coach Shows (318) 355-3771 Site/Location West Monroe High School west Monroe, LA Installed 2003 - ProBase/ PrsDrairt Ripken Stadium 923 Gllbert Rd Square Foot 79,000 - Outdoor Foot ba I I George Cowan 4 10-439-3966 Outdoor Baseba I I Field Aberdeen, MD 21001 - ProDrain Auburn Sports Complex Auburn, MA Xnstalted 2001 Key Elementary School Washington, DC Peter Natoll (508) 330-4436 35,000 - Indoor Julie Cozella mu I itsport playground (202) 244-4311 7,500 - Outdoor Installed 2001 - ProDrain Q Copyright 2003 Forever Green Athletic Fields, Inc and ProGreen Sport Surfaces, LLC I Monsey, NY Installed 2001 - ProDrain Acton Indoor Soccer Acton, MA Installed 2003 Rhode Island Indoor Sports Warwick, RI Installed 2003 Slammers Lakewood, CO @stalled 1999 playgrau nd and Outdoor soccer/l.acrgsse fie I c soccer/lacmsse fiielc Tom Mclaughtin (978) 287-0212 31,000 - Indoor Scott or J.R. (401) 463-5565 26,000 - 2 Indoor Mike Coy (303) 988-7426 8,000 - Indoor Base ba I I Jan,19- 2005 5:42PM FOREVER GREEN University of Arkansas - Indoor Manticello, AR -. Installed 2004 University of Arkansas - Outdoor Monticsllo. AR No.1601 P. 5/5 Jerry Walt 870-46U-1158 75,222 - Indoor Foottral C Jerry Pufall 870-460-1158 71,810 - Outdoor Football Installed 2004 - Probrain JNC Statz 1 Brian: Wrightson (570)-840-7102 80,000 - Indoor Jessup, PA Installed 2004 - ProDrain Tarleton State University Stephenville, ix XnQalled 2064 - ProDrain I Shiloh/Siloam I Jimmy Dykes I 479-756-1140 I 75,000 - Outdoor Soccer Aaron Wand (254)-592-9667 94,751 - Outdoor Football Springdale, AR Installed 2004 Rodgers Public HS Rodgers, AR Installed 2004 - ProDrain Concordla University Irvine, CA Installed 2004 -ProDrain, Billy Dawson 479-524-5134 Football David Cauldwell 80,000 - Outdoor Foo tba I I Doug Culter (3101-261-3827 30,000 - Soccer 0 Copyright 2003 Forever Green Athletic Fields, tnc and ProGreen Spbrt Surfaces, LLC;: Chaminade High School Chatsworth, CA Installed 2004 Four Fathers East Windsar, CX Installed 2004 - Manhattan, NY Installed 2004 - ProDrain South Shore Sports Center Hingham, MA Installed 2003 Flushfng Meadows New York, NY Installed 2003 Salisbury University Salisbury, MD Installed 2004 Pulaski Academy Little Roack, AR Installed 2004 Jacob Schiff Playground Ron Erannsel. ($181-366-9284 92,500 - Outdoor Fmtba I I Clan Daluise (508)-954-1000 70,000 - Indoor Soccer Mike Uckar (718)-760-6771 58,000 Sq. ft. Outdoor Sacce r/Base ball Tony Martone (781) 740-1105 27,000 - Indoor Soccer Celia M. Petersen (718) 760-6700 68,500 - Outdoor R. L.A. soccer Kevin Mann (410-543-6202 19,000 - Basball Director of Physical Infield Plant Kevin Kelley 501-225-9320 80,000 sq ft Footba Director of Athletics Field - EDGE Development, Inc. Completed Proiects EDUCATIONAL FACILITIES: Name of Project: Project Location: Owner of Project: Total Value of Construction: $65,000,000 Completion Date: August 2004 Reference: Vista Murrieta High School 28251 Clinton Keith Road, Murrieta, CA 92563 Murrieta Valley Unified School District Bill Olien, (951) 696-1478, Fax (951) 696-1453 Name of Project: Project Location: Owner of Project: Total Value of Construction: $15,000,000 Completion Date: August 2004 Reference: Warm Springs Middle School 39245 Calle De Fortuna, Murrieta, CA 92563 Murrieta Valley Unified School District Bill Olien, (951) 696-1478, Fax (951) 696-1453 Name of Project: Project Location: Owner of Project: Total Value of Construction: $12,000,000 Completion Date: August 2004 Reference: Alamos Elementary School 38200 Pacific Park Drive, Murrieta, CA 92563 Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $18,000,000 Completion Date: August 2004 Reference: Bella Vista Middle School 31650 Browning Street, Murrieta, CA 92563 Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $19,000,000 Completion Date: August 2004 Reference: 12 Bridges Elementary School 2450 Eastridge Drive, Lincoln, CA 95648 Western Placer Unified School District Roger Yohe, (916) 645-6350, Fax (916) 645-6356 Name of Project: Project Location: Owner of Project: Total Value of Construction: $13,000,000 Completion Date: August 2004 Stone Ranch Elementary School 16150 4s Ranch Parkway, San Diego, CA 92127 Poway Unified School District - Reference: Doug Mann, (858) 748-0010, Fax (858) 748-1342 - Name of Project: Foothill-Oak Elementary School Project Location: Owner of Project: Total Value of Construction: $10,000,000 Completion Date: September 2004 Reference: 1370 Oak Drive, Vista, CA 92084 Vista Unified School District Mike Vail, (760) 726-2171, Fax (760) 945-3417 Name of Project: Project Location: 21800 Canyon Drive Owner of Project: Total Value of Construction: $40,000,000 Completion Date: October 2004 Reference: Elsinore High School Growth and Modernization Lake Elsinore Unified School District Dr. Sharron Lindsay, (951) 253-7000 Name of Project: Project Location: Owner of Project: Total Value of Construction: $2,817,000 Completion Date: October 2004 Reference: Bart Doering, (951) 788-7102 Arlington High School Modernization 2951 Jackson Avenue, Riverside, CA 92504 Riverside Unified School District Name of Project: Owner of Project: Total Value of Construction: $2,400,000 Completion Date: October 2004 Reference: Bart Doering, (951) 788-7102 North High School Modernization Riverside Unified School District - Project Location: 1550 Third Street, Riverside, CA 92507 Name of Project: Project Location: Owner of Project: Total Value of Construction: $1,000,000 Completion Date: October 2004 Reference: Kevin Hauser, (951) 788-7102 Ramona High School Modernization 7675 Magnolia Avenue, Riverside, CA 92504 Riverside Unified School District Name of Project: Project Location: Owner of Project: Total Value of Construction: $20,163,000 Completion Date: September 2003 Reference: David Doomey, (949) 489-7369 Ladera Ranch K-5/6-8 and Orange County Public Library 29551 Sienna Parkway, Ladera Ranch, CA 92694 Capistrano Unified School District - Name of Project: Project Location: Owner of Project: Total Value of Construction: $9,000,000 Completion Date: September 2003 Reference: Adele Vanarsdale, (951) 869-4794 Cal Poly Pomona Student Housing Project, Phase I, Building A 3801 W. Temple, Pomona, CA 91768 California State University Name of Project: Project Location: Owner of Project: Total Value of Construction: $3,631,000 Completion Date: August 2003 Reference: Alternative Education Center 565 Chaney Street, Lake Elsinore, CA 92530 Lake Elsinore Unified School District Dr. Sharron Lindsay, (951) 253-7000, Fax (951) 674-1716 Name of Project: Project Location: Owner of Project: Total Value of Construction: $16,784,007 Completion Date: August 2003 Reference: David Doomey, (949) 489-7369 Vista Del Mar K-5/6-8 1130 Avenida Talega, San Clemente, CA 92673 Capistrano Unified School District Name of Project: Owner of Project: Total Value of Construction: $11,100,000 Completion Date: August 2003 Reference: Rio Vista Elementary School Palm Springs Unified School District - Project Location: 67-700 Verona Road, Palm Springs, CA Bill Schmidt, (760) 416-6000, Fax (760) 416-6114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $2,927,000 Completion Date: July 2003 Reference: High School No. 11 (Concrete) 1250 Olympic Parkway, San Diego, CA 91915 Sweetwater Union High School District Katy Wright, (619) 691-5553, Fax (619) 420-0339 Name of Project: Project Location: Owner of Project: Total Value of Construction: $6,224,600 Completion Date: June 2003 Reference: CSU San Marcos Clark Field House, Student Union Building 23 333 S. Twin Oaks Valley Road, San Marcos, CA 92096 California State University Brad Fenton, (760) 750-4659, Fax (760) 750-4656 - Name of Project: Hemet Public Library Project Location: Owner of Project: Total Value of Construction: $9,962,000 Completion Date: June 2003 Reference: 300 E. Latham Avenue, Hemet, CA 92543 City of Hemet Colin McNie, (951) 765-2477, Fax (951) 765-2481 Name of Project: Project Location: Owner of Project: Total Value of Construction: $4,213,900 Completion Date: April 2003 Reference: Temecula Valley High School 2-Story Classroom Building 31555 Rancho Vista Road, Temecula, CA 92592 Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $2,200,000 Completion Date: February 2003 Reference: Bell Mountain Middle School (Concrete) 29047 La Ladera Road, Menifee, CA 92584 Menifee Union School District Bruce Shaw, (951) 672-1851, Fax (951) 672-1385 - Name of Project: Project Location: Owner of Project: Total Value of Construction: $2,543,900 Completion Date: October 2002 Reference: High School No. 12 (Concrete) 5353 Airway Road, Chula Vista, CA 91910 Sweetwater Union High School District Katy Wright, (619) 691-5553, Fax (619) 420-0339 Name of Project: Project Location: Owner of Project: Total Value of Construction: $9,400,000 Completion Date: August 2002 Reference: Calavera Hills K-8 School 40100 Tamarack Avenue, Carlsbad, CA 92008 Carlsbad Unified School District Robert Todd, (760) 729-4612, Fax (760) 729-2784 Name of Project: Project Location: Owner of Project: Total Value of Construction: $28,000,000 Completion Date: August 2002 Reference: Cottonwood Elementary School and Canyon Lake Middle School 32100 Lost Road, Lake Elsinore, CA 92532 Lake Elsinore Unified School District Dr. Sharron Lindsay, (951) 253-7000, Fax (951) 674-1716 - Name of Project: Chaparral High School Expansion Project Location: Owner of Project: Total Value of Construction: $5,000,000 Completion Date: August 2002 Reference: 27215 Nicolas Road, Temecula, CA 92591 Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $14,000,000 Completion Date: July 2002 Reference: Madison Middle School 4930 Lake Boulevard, Oceanside, CA 92056 Vista Unified School District Karl Bradley, (760) 762-2170, Fax (760) 945-3417 Name of Project: Project Location: Owner of Project: Total Value of Construction: $3,000,000 Completion Date: February 2002 Reference: Temecula Valley High School Science/Arts Building 31555 Rancho Vista Road, Temecula, CA 92592 Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $12,000,000 Completion Date: January 2002 Reference: Elsinore Middle School Add/Alt. 1201 W. Graham Avenue, Lake Elsinore, CA 92503 Lake Elsinore Unified School District - Dr. Sharron Lindsay, (951) 253-7000, Fax (951) 674-1716 Name of Project: Project Location: Owner of Project: Total Value of Construction: $8,653,600 Completion Date: November 2000 Reference: Rice Canyon Elementary School 29535 W. Wind, Lake Elsinore, CA 92530 Lake Elsinore Unified School District Dr. Sharron Lindsay, (951) 253-7000, Fax (951) 674-1716 Name of Project: Project Location: Owner of Project: Total Value of Construction: $8,300,000 Completion Date: August 2001 Reference: Ortega Continuation High School 520 Chaney Street, Lake Elsinore, CA 92530 Lake Elsinore Unified School District Dr. Sharron Lindsay, (951) 253-7000, Fax (951) 674-1716 c- Name of Project: Cahuilla Elementary School - Recovery Project Project Location: Owner of Project: Total Value of Construction: $10,000,000 Completion Date: July 2001 Reference: 677 Tachevan Drive, Palm Springs, CA 92262 Palm Springs Unified School District Bill Schmidt, (760) 416-6000, Fax (760) 416-6114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $9,300,000 Completion Date: July 2001 Reference: Sweetwater Elementary School 39925 Harveston Drive, Temecula, CA 92591 Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $9,238,991 Completion Date: July 2001 Reference: Daniel Buchanan Elementary School 40121 Torrey Pines Road, Murrieta, CA 92563 Murrieta Valley Unified School District Bill Olien, (951) 696-1478, Fax (951) 636-1453 Name of Project: Project Location: Owner of Project: Total Value of Construction: $6,389,900 Completion Date: May 2001 Reference: Abby Reinke Elementary School - Phase I1 43799 Sunny Meadows Drive, Temecula, CA 92592 Temecula Valley Unified School District - Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $9,382,507 Completion Date: March 2001 Reference: San Pasqual High School Renovations 3300 Bear Valley Parkway South, Escondido, CA 92025 Escondido Union High School District Mike Wise, (760) 480-3000, Fax (760) 739-7329 Name of Project: Project Location: Owner of Project: Total Value of Construction: $9,515,007 Completion Date: January 2001 Reference: Cathedral City Elementary School 68752 2"d Street, Cathedral City, CA 92234 Palm Springs Unified School District Bill Schmidt, (760) 416-6000, Fax (760) 416-6114 - Name of Project: Norte Vista High School Stadium Project Location: Owner of Project: Total Value of Construction: $1,000,000 Completion Date: September 2000 Reference: 6585 Crest Avenue, Riverside, CA 92503 Alvord Unified School District Alice Murphy, (951) 509-5008, Fax (951) 351-7554 Name of Project: Project Location: Owner of Project: Total Value of Construction: $4,000,000 Completion Date: August 2000 Reference: TVUSD Package 2000 Various School Sites in Temecula Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $3,300,000 Completion Date: August 2000 Reference: UCR Undergraduate Student Housing Expansion (Concrete & Steel) 900 University Avenue, Riverside, CA 92507 University of California, Riverside Mac McGinnis, (951) 787-4201, Fax (951) 787-3890 Name of Project: Project Location: Owner of Project: Total Value of Construction: $8,953,061 Completion Date: July 2000 Reference: El Camino Creek Elementary School 7885 Paseo Aliso, Carlsbad, CA 92009 Encinitas Union School District rc Sharon South, (760) 944-4300, Fax (760) 633-1298 Name of Project: Project Location: Owner of Project: Total Value of Construction: $7,500,000 Completion Date: July 2000 Reference: Cole Canyon Elementary School 23750 Alisol, Murrieta, CA 92562 Murrieta Valley Unified School District Bill Olien, (951) 696-1478, Fax (951) 696-1453 Name of Project: Project Location: Owner of Project: Total Value of Construction: $7,000,000.00 Completion Date: May 2000 Reference: Jefferson Elementary School 3743 Jefferson Street, Carlsbad, CA 92008 Carlsbad Unified School District Robert Todd, (760) 729-4612, Fax (760) 729-2784 I_ Name of Project: Hunter’s Ridge Elementary School Project Location: Owner of Project: Total Value of Construction: $1,000,000.00 Completion Date: November 1999 Reference: 5383 Bridlepath Drive, Fontan, CA 92336 Etiwanda Elementary School District Melinda Colgrove, (951) 899-2451, Fax (951) 899-9463 Name of Project: Project Location: Owner of Project: Total Value of Construction: $7,000,000.00 Completion Date: September 1999 Reference: Susan B. Anthony Elementary School 2665 Gilbert Avenue, Corona, CA 92881 Corona-Norco Unified School District Ted Rozzi, (951) 736-5045, Fax (951) 736-5047 Name of Project: Project Location: Owner of Project: Total Value of Construction: $7,000,000 Completion Date: August 1999 Reference: Pacific Rim Elementary School 1100 Camino De Las Ondas, Carlsbad, CA 92008 Carlsbad Unified School District Robert Todd, (760) 729-4612, Fax (760) 729-2784 Name of Project: Project Location: Owner of Project: Total Value of Construction: $2,400,000 Completion Date June 1999 Reference: James L. Day Middle School 40775 Camino Campos Verdes, Temecula, CA 92590 Temecula Valley Unified School District _- Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $1,500,000 Completion Date: March 1999 Reference: Rosemary Kennedy Elementary School 6411 Mitchell Avenue, Riverside, CA 92505 Alvord Unified School District Alice Murphy, (951) 509-5008, Fax (951) 351-7554 Name of Project: Project Location: Owner of Project: Total Value of Construction: $700,000 Completion Date: March 1999 Reference: Fire Life and Safety Compliance 43500 Monterey Avenue, Palm Desert, CA 92260 College of the Desert Steve Renew or Jean Ingle, (760) 773-2551, Fax (760) 346-9171 c Name of Project: TVUSD - Tenant Improvements Project Location: Various school sites Owner of Project: Total Value of Construction: $6,000,000 Completion Date: February 1999 Reference: Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 715-7114 Name of Project: Project Location: Owner of Project: Total Value of Construction: $1,300,000 Completion Date: July 1998 Reference: 12-Plex at Pauba Elementary School 33125 Regina Drive, Temecula, CA 92592 Temecula Valley Unified School District Dave Gallaher, (951) 506-7914, Fax (951) 695-7114 Name of Project: Oceanside Relocatables Project Location: Owner of Project: Total Value of Construction: $500,000 Completion Date: April 1998 Reference: Various elementary school sites Oceanside Unified School District Brian Sullivan, (760) 439-5534, Fax (760) 721-9714 PARKS AND RECREATION rc Name of Project: Aurantia Park Project Location: Owner of Project: Total Value of Construction: $1,068,000 Completion Date: May 2004 Reference: 29700 Greenspot Avenue, Higland, CA 92346 City of Highland Rick Hartman, (909) 864-8732, (909) 862-3180 Name of Project: Project Location: Owner of Project: Alhambra Group Total Value of Construction: $1,270,000 Completion Date: January 2000 Reference: Dean Davidson, (951) 461-8474 Temeku Hills Park 31367 La Serena Way, Temecula, CA 92591 Name of Project: Project Location: Owner of Project: Alhambra Group Total Value of Construction: $1,482,000 Completion Date: April 1999 Reference: Margarita Community Park 291 19 Margarita Road, Temecula, CA 92591 Vince Didonato, (951) 296-6802, Fax (951) 296-6803 - Name of Project: Lake Perris Boat Launching Facility Project Location: Owner of Project: Total Value of Construction: $900,000 Completion Date: April 1998 Reference: 17801 Lake Perris Drive, Perris, CA 92570 State of CaliforniaLDepartment of General Services Gordon Hill, (96) 376-1646, Fax (916) 376-1641 Name of Project: Project Location: Owner of Project: Total Value of Construction: $1,000,000 Completion Date: March 1998 Reference: Miller Park Community Center 17004 Arrow Boulevard, Fontana, CA 92335 City of Fontana Gregg Bucknell, (951) 350-6646, Fax (951) 350-7676 MUNICIPALITIES Name of Project: Project Location: Owner of Project: Turner Construction Total Value of Construction: $1,000,000 Completion Date: August 2001 Reference: Southwest Justice Center 30755-B Auld Road, Murrieta, CA 92563 Vince Quinones, (213) 891-3000, Fax (213) 488-1753 rc Name of Project: Project Location: Owner of Project: Total Value of Construction: $1,200,000 Completion Date: December 2000 Reference: Maintenance and Operations Facility 1401 Education Way, Lake Elsinore, CA 92530 Lake Elsinore Unified School District Dr. Sharron Lindsay, (951) 253-7000, Fax (951) 674-1716 Name of Project: Project Location: Owner of Project: Total Value of Construction: $2,500,000 Completion Date: July 1999 Reference: Rancho Santa Fe Fire Station 16936 El Fuego, Rancho Santa Fe, CA 92067 Rancho Santa Fe Fire Protection District Nick Pavone, (858) 756-5971, Fax (858) 756-4799 Name of Project: Project Location: Owner of Project: Total Value of Construction: $500,000 Completion Date: October 1997 Reference: Corona Fire Station No. 2 Expansion 225 E. Harrison, Corona, CA 92882 City of Corona Tom Wilson, (951) 736-2220, Fax (951) 736-2497 e- COMMERCIAL Name of Project: MCI Worldcom Rialto Project Location: 18850 Orange Street, Bloomington, CA 92316 Owner of Project: Hoffman Construction Total Value of Construction: $1,100,000 Completion Date: March 2001 Reference: Cade Lawrence, (503) 221-8811, Fax (503) 221-8934 Name of Project: Diaz Super Storage Project Location: 41906 Remington, Temecula, CA 92590 Owner of Project: KAZ I.E.A. Inc. Total Value of Construction: $1,977,775 Completion Date: November 2000 Reference: Ifti Kazmi, (951) 696-3538 Name of Project: Project Location: Owner of Project: Germexco, LLC Total Value of Construction: $1,000,000 Completion Date: August 1999 Reference: Hancock Commercial Building 25190 Hancock Avenue, Murrieta, CA 92562 Carmela Rincon Loelkes, (951) 677-5611, Fax (951) 677-1296 -- Name of Project: Project Location: Owner of Project: Total Value of Construction: $1,100,000 Completion Date: June 1997 Reference: San Marcos Beaudry RV Sales Mall 251 Travelers Way, San Marcos, CA 92069 City of San MarcosBeaudry RV Associates Carl Blaisdell Jr., (760) 744-1050, Fax (760) 591-4135 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION 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 -. _- e Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 4? Revised 10/08/03 Contract No. 38022 Page 22 of 321 Pages AM CERTIFICATE OF LIAbILITY INSURANCE - INSURED Edge Development I Inc . 27368 Via Industria Ste. 101 Temecula, CA 92590 DATE (MMIDDNYYY) 03/08/2005 PRODUCER (6 19) 5 8 4 - 6400 Westland Insurance Brokers 3838 Camino Del Rio North #315 l.0. Box 85481 FAX (619)584-6425 I 5an Diego, CA 92186-5481 ~ ~ ~~ INSURER D INSURER E THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. - INSURERS AFFORDING COVERAGE NAlC # COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSURERA Interstate Fire & Casualty Co INSURER B peer1 ess Insurance Company INSURERC Seabrioht Insurance Comanv 22829 24198 15563 TYPE OF INSURANCE INSR 4DD.L ALL OWNED AUTOS POLICY NUMBER SCHEDULED AUTOS HIRED AUTOS GENERAL LIABILITY 1 1 NON-OWNEDAUTOS GLllll2269 7 A I GARAGE LIABILITY ANY AUTO - x COMMERCIAL GENERAL LIABILITY 1 CLAIMS MADE a OCCUR GENL AGGREGATE LIMIT APPLIES PER. I GENERAL AGGREGATE PRODUCTS - COMP/OP AGG 02/01/2006 COMBINED SINGLE LIMIT (Ea accldent) BODILY INJURY (Per person) BODILY INJURY (Per accident) I p OCCUR CLAIMSMADE 1 t 2 ,000,000 $ ~,~oo,~~~ $ 1,000,000 $ t LOC AUTOMOBILE LIABILIW I I ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDOW e: 05006 - Pine Avenue Park CBP9816764 02/01/2005 PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT 02/01/2005 s $ 01/01/2005 02/01/2005 II EXCESSIUMBRELLA LIABILITY ~ENT I SPEZAL PR UM01606443 LIMITS 1 C EACH OCCURRENCE DAMAGE TO RENTED 50,OO Excl ude MED EXP (Any one person) PERSONAL 8 ADV INJURY I I RETENTION $ WORKERS COMPENSATION AND BB1050614 EMPLOYERS LIABlLlPl ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? 01/01/2006 $ [ lo$- ~ E.L. EACH ACCIDENT s 1,000,000 AUTO ONLY: 4,000,OO AGGREGATE Zertificate holder is Additional Insured per attached general liability form CG 20 10 11 85 3rimary Wording endorsement attached. Waiver of Subrogation applies to the General Liability and Workers Compensation per endorsements attached. 5ubject to 10 days notice of cancellation for non-payment of premium I IS I t City of Carlsbad Attn: Engineering Dept. 1635 Faraday Ave. Carl sbad, CA 92008-7314 $ I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL~~W& MAIL ~#W~~~X~I4M~XX ~~#~~~X~~MH~~XXXXXXXX 304 DAYS WRIlTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, At AUTHORIZED REPRESENTATIVE Patrick ReillynERRY 5500 Deductible Coll I ISTONS . .. . .. COMMERCIAL GENERAL LIABILITY 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ I? CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) Thir endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE lsnw of Peruon or Organization: A8 RKIUIREO BY CONTRACT, PROVIDED THE CONTRACT IS EXECUTED PRIOR TO LOSS. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as mb to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the 8cheduk, but only with respect to liability arising out of "your work" for that insured by or for you. - i . - 'THIS ENDORSEMENT CHANQES ME POLICY, PLEASE READ IT CAREFULLY, AMENDMENT - PRIMARY AND NON-CONTRIBUTORY (BLANKET) Thb endoment modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Inmaideration of the premium charged, It Is understood and agncd 138 follow: sub/rct to all terms and conditions and exclusion of the policy, this insurance shall be wnsldered primary to #m Mdllkmd Insured listed bekw and If other valid and collectible insurance is available to the Adaltknal hwmd under COVERAGE A, but only as respect8 the 6olc negligence of your Named Insured In the pcwlbrmmce of 'your work' on or afler the effective date of this pari which ib performed by the Named lrrwred for the Additlonil Insured. AddMona1 Insureds: Thou prrlier requiring primary wording and Additional Insured status in a written contract with the Named IlWfBd. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANOU) Ices001 07 04 Page 1 of 1 c COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 L- 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: (Ifno entry appears above, information required to complete this endorsement will be shown in the Declarations as appli- cable to this endorsement.) Thc TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the pcrson or organization shown in the Schedule abovc. I cGU041093 Copyright, Insurance Services Office. Inc.. 1992 - vyIoRMR3 COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-WJ Io WAIVER OF OUR RIGHT TO RECOaR FROM OTHERS ENDORSEMENl4ALIFORNIA Wo ham the rlght to recover oor payments from anyone liable for an Injury covered by this policy. We will not enforce our mt the person or organlzatlon nemed in the Schedule. (Thb agreement applies only to the extent mat you pmbm work under a wrlttwr contract hat requlres you to obtaln this agreement from US.) You mud mainbin payroll records accurately regregatlng the remuneratii of your employees whlle engaged in the work daalbod In the Scheduk. T)n dditknal pnmium for thb endorsement shall be 2% of the Califomla workers' compensation premium otherwise due on UCI) remuneration. ScnedUlS Porron or organhdon Job De6cription WHERE REQUIRED BY WRITTEN CONTRACT, PROVIDED THE CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF LOSS TO WHICH THIS WAIVER APPLIES. IN NO INSTANCE SHALL THE PROVISIONS AFFORDED BY THIS ENDORSEMENT BENEFIT ANY COMPANY OPERATINO AIRCRAFT FOR HIRE. N, mdamement drsnges the polcy to whlch It IC albched and IC offecthra on the dale hued unkss othmleo ststed. hdomemm Effective 1/1/05 Poilcy No. 881050814 Endorsement No. 6 lnrund Edge Development, Inc. Pdicy EWve Date 1/1/05 O?M Inknndon below Ir requid only whm thii endorsement I8 kruod subroqrrmt to propamtion of the policy.) BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION 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 wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred agency agency -- period of debarment period of debarment BY CONTRACTOR: EDGE Development, Inc. (naqe of Contraqtor) Kenneth Dayne Wagkneft (print name/title) S+r Page 1 of 1 pages of this Re Debarment form @ Revised 10/08/03 Contract No. 38022 Page 23 of 321 Pages I L - c BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION 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. 3) _- 4) Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? X Yes no Has the suspension or revocation of your contractors license ever been stayed? 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? Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? X Yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. - (If needed attach additional sheets to provide full disclosure.) - Page 1 of 2 pages of this Disclosure of Discipline form 43 Revised 10/08/03 Contract No. 38022 Page 24 of 321 Pages c - BIDDER'S DISCLOSURE OF DISCIPLINE RECORD CONTINUED (To Accompany Proposal) CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION 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: EDGE Development, Inc. (namhf Contract04 By: (sicn here) Page 2 of 2 pages of this Disclosure of Discipline form 43 Revised 10/08/03 Contract No. 38022 Page 25 of 321 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 71 06 CONTRACT NO. 38022 PINE AVENUE PARK CONSTRUCTION State of California ) ) ss. Counvof Riverside ) Kenneth Dayne Waqoner , being first duly sworn, deposes (Name of Bidder) and says that he or she is Secretary/CEO (Title) of EDGE Development, Inc. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the \o & day of January ,20 05 . Subscribed and sworn to bef nthe \o%h dayof January ,2005 . (NOTARY SEAL) I Signature of Notary Revised 10/08/03 Contract No. 38022 Page 26 of 321 Pages December 2,2004 ADDENDUM NO. 1 RE: CONTRACT NO. 38022 - PINE AVENUE COMMUNITY PARK CONSTRUCTION Please include this addendum in the Request for Bid documents you have for the above project: 0 The original “Notice Inviting Bids” published for this project stated the wrong date for the bid due and opening deadline. The due date for this bid is Januarv 19.2005 at 4:OO PM. This addendum page-receipt acknowledged-must be attached to your bid when it is submitted. KEVIN D IS Buyer I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2730 FAX (760) 602-8562 @ January 6,2005 ADDENDUM NO. 2 RE: PINE AVENUE PARK CONSTRUCTION, CONTRACT NO. 38022 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum-receipt acknowledged--must be. attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Buyer KD:rh Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 CONTRACT .- PUBLIC WORKS This agreement is made this [ d day of 9 2005- -9 by and between the City of Carlsbad, California, a municipd corporation, (hereinafter called "City"), and EDGE DEVELOPMENT, INC. whose principal place of business is (hereinafter ca I I ed "Contract or''). - 27368 VIA INDUSTRIA, SUITE 101, TEMECULA, CA 92590 City and Contractor agree as 1. Description of Work. for: (hereinafter called "project") 2. Provisions of Labor follows: Contractor shall perform all work specified in the Contract documents PINE AVENUE PARK CONSTRUCTION CONTRACT NO. 38022 and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner OperatorlLessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. - Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve 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 Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to ov.ercome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or - *w Revised 10/08/03 Contract No. 38022 Page 27 of 321 Pages ‘t - “I “1 I .t .’ 1 .L - I .k -! .I -1 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 Immigration Reform and Control Act of 1986 (8 USC sections 1 101 -1 525) 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. 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, a Revised 10/08/03 Contract No. 38022 Page 28 of 321 Pages '1 .' '1 .i A- ', .A .. rc arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 -403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. -1 43 Revised 10/08/03 Contract No. 38022 Page 29 of 321 Pages 'I -? ;i 'f I c. to the City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided 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 thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91 -403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City @ Revised 10/08/03 Contract No. 38022 Page 30 of 321 Pages 'f L -! .. I' .I .. i *i -1 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. (6) 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 subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for t is San Diego resolution of any disputes between the parties arising out of this gre County, California. 4 in init I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions'' attached hereto and made a part hereof. Revised 10/08/03 Contract No. 38022 Page 31 of 321 Pages NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACT0 R: cipal corporation of President or vice-president and secretary or assistant secretary' must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: 4- $9 Revised 10/08/03 Contract No. 38022 Page 32 of 321 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT F STATE of \ o\ COUNTY of @.-~\&2 IC, I I NAME(5) OF SIGNER(S) [<personally known to me - OR - [ I proved to me on the basis of satisfactory evidence to be the person(s) whose name($ dare subscribed to the within instrument and acknowledged to me that Wthey executed the same in &r/their authorized capacity(ies1, and that by hkkr/their signature($ on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Notary Public - California 5 Rivsrside County WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. rc CAPACITY CLGIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT [ ] INDIVIDUAL [yT CORPORATE 0 F F I CE R & TITLE OR TYPE OF DOCUMENT CFO! coo TITLE(S) [ ] PARTNERW [ ] LIMITED [ I ATTORNEY-IN-FACT [ I TRUSTEE(S) [ 1 GUARDIAN/CONSERVATOR [ ] OTHER: [ ] GENERAL NUMBER OF PAGES: DATE OF DOCUMENT: SIGNER IS REPRESENTING: NAME OF PERSQNW OR ENTI’I-YUES) ,- CONTRACT PUBLIC WORKS This agreement is made this 1 day of ,206 by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and EDGE DEVELOPMENT, INC. whose principal place of business is (hereinafter called "Contractor"). 27368 VIA INDUSTRIA, SUITE 101, TEMECULA, CA 92590 City and Contractor agree as 1. Description of Work. for: (hereinafter called "project") 2. Provisions of Labor follows: Contractor shall perform all work specified in the Contract documents PINE AVENUE PARK CONSTRUCTION CONTRACT NO. 38022 and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are in corpora ted he rein by t h is reference . I Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated "SSPWC, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or ,- e= fS Revised 10/08/03 Contract No. 38022 Page 27 of 321 Pages - 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. 6. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. - - In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. -- - - 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for e.mployment 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. - I_ 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, - Revised 10/08/03 Contract No. 38022 Page 28 of 321 Pages __ 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 par! from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 -403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. @ Revised 10/08/03 Contract No. 38022 Page 29 of 321 Pages - - - c c- c. to the City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided 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 thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91 -403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (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 201 04) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City L a Revised 10/08/03 Contract No. 38022 Page 30 of 321 Pages ~- ~~ ~ __~ ~ ~~ ~ 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. (8) 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 subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper v nue jurisdiction for resolution of any disputes between the parties arising out of this ag emen 's San Diego County, California. 3- Q init init I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions'' or "Supplemental Provisions" attached hereto and made a part hereof. Revised 10/08/03 Contract No. 38022 Page 31 of 321 Pages NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: Ilf- ;€fK By:: (sign here) -/ (sign herer CIT the By: ATTEST: LORRAINE M. WOd, City Clerk Rcpha-t ,hnq &IC00 (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: @ Revised 10/08/03 Contract No. 38022 Page 32 of 321 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT COUNTY of @-M%i(h- ," On 3hdO$ beforeme, m&-%Idm .fk&%dk& I IC NAME, TITLE OF OFFICER - .G. ,"JANE DOE, NdTARY PUBLlCW NAME(S) OF SIGNERW " 2b-o~b~ and h.~~. h%QOndd personally appeared tw [ ~ersonally known to me - OR - [ ] proved to me on the basis of satisfactory evidence to be the person(s) whose name($ id/are subscribed to the within instrument and acknowledged to me that W/they executed the same in h&r/their authorized capacity(ies1, and that by Mr/their signature(s1 on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. DATE WITNESS my hand and official seal. - I I SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. .- CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT [ ] INDIVIDUAL [& CORPORATE OFFICER cnkeccx TITLE(S) TITLE OR TYPE OF DOCUMENT CEO ; coo [ ] PARTNER(S) [ ] LIMITED [ ] ATFORNEY-IN-FACT [ ] TRUSTEE(S1 [ ] GUARDIAN/CONSERVATOR [ I GENERAL NUMBER OF PAGES: [ ] OTHER: DATE OF DOCUMENT: -- SIGNER IS REPRESENTING: K NAME OF PERSON(S) OR ENTITY(IES) .. -- LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No 2005-047, adopted FEBRUARY 15,2005 , has awarded to EDGE DEVELOPMENT, INC. ( hereinafter designated as the "Principal"), a Contract for PINE AVENUE PARK CONSTRUCTION, CONllRACT N0.-38022. in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be dune, or for any work or labor done thereon of any kind, the Surely on this bond will pay the same to the extent hereinafter set forth, NOW, THEREFORE, WE, EDGE DEVELOPMENT, 1NC. , as Principal, (hereinafter designated as the "Contractor"), and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Carfsbad in the sum of FOUR MILLION EIGHT HUNDRED THOUSAND SEVEN Dollars ($4,800,007), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contracf by the City of Cartsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators. successors, or assigns, jointly and severally, firmly by these presents. 7- THE CONDITION OF THIS OBLlGATlON 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, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld. and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable 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 section 3181, so as to give a right of action to those persons or their assigns in any suit bro.ught upon the bond I 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 thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ) In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. - a Revised 10/08/03 Contract No. 38022 Paae 33 of 321 Paaes EXECUTED THIS 8TH DAY , -1 .i -1 ,i .. i CONTRACTOR: EDGE DEVELOPMENT, INC. SURETY: SAFECO INSURANCE COMPANY OF AMERICA name of Sure ) 330 NORTH BAD BOULEVk - TENTH FLOOR STEVEN S. PROPHET GLENDALE, CA 91203 (print name here) (address of Surety) PRINCIPAL / COO 818/956-4200 By: KAREN JEAN HALL, ATTORNEY-IN-FACT - (printed name of Attomey-in-Fact) (attach corporate resolution showing current power of attorney) PRINCIPAL/CEO (titla’and organitatton of signatory) Executed by SURETY this day (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary of 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 oficer to bind the corporation.) APPROVED AS TO FORM: RQNALD R. BALL City Attorney By: C JFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 I State of CALIFORNIA County of SAN nTFm DEBORAH D. DAVIS, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G , "JANE DOE, NOTARY PUBLIC 3/8/2005 before me, DATE On STEVEN S. PROPHET personally appeared , NAME(S) OF SIGNER(S) personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. INDIVIDUAL CORPORATE OFFICER(S) PRINCIPAL/COO 0 PARTNER(S) LIMITED 4 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: TITLE(!$ 0 GENERAL SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNATURE OF NOTARY OPTIONAL SECTION CHIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ho 51 State I CALIFORNIA of SAN DIEGO :ounty of before me, DEBORAH D. DAVIS, NOTARY PUBLIC On 3/8/2005 , DATE NAME, TITLE OF OFFICER. E.G.. "JANE DOE, NOTARY PUBLIC" KENNETH DAYNE WAGONER, KAREN JEAN HALL personally appeared Q personally known to me - OR - c] proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed NAME(S) OF SIGNER(S) NOTARY PUBLIC-CALIFORNIA the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. INDIVIDUAL CORPORATE OFFICER(S) - TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY -I N-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR 0 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES) SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE AlTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE DATE OF DOCUMENT POWER A E O" OFATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 --- No. 8062 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ****#*##*#*#*#*#***+HEL.EN MALONEY; JOHN G. MALONEY; MARKD. IATAROLA; KAREN JEAN HALL; Escondido, California************************* its true and lawful attomey(s>in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 12th day of November , 2002 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business.. On any instrument making or evidencing such appointment, the signatules may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. e- "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, Ih ave hereunto set my hand and affixed the facsimile seal of said corporation this 8TH day of MARCH 2005 . CHRISTINE MEAD, SECRETARY S-0974ISAEF 2/01 @A registered trademark of SAFECO Corporation 11/12/2002 PDF -" ,- IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circum- stances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $106 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. e- ,/- 56248 3/03 .- FAITHFUL PERFORMANCEWARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.200-5-047, Adopted FEBRUARY 15,2005 , has awarded to EDGE DEVELOPMENT. INC , (hereinafter designated as the 'Principai"), a Contrad for: PINE AVENUE PARK CONSTRUCTION, CONTRACT NO. 38022. 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 Cadsbad, 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, EDGE DEVELOPME-NT. INC, , as Principal, (hereinafter designated as the "Contractor"), and SAFECO .INSURANCE COMPANY OF AMERICA , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of FOUR MILLION EIGHT HUNDRED THOUSANQ. SEVEN, Dollars ($4,800,007), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves. our heirs, executors and administrators, successo~s or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the cuvenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shali 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 b be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time. alterations or addition to the terms of the contract or to the work or to the specifications. @ Revised 10/08/03 Contract No. 38022 Page 35 of 321 Pages ? I 'I ,I '1 1 ? .. I .. r: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this r,.8TH Executed by SURETY this 8TH, day of day of MARCH ,20m. MARCH .20 05 CONTRACTOR: SURrn: EDGE DEVELOPMENT, INC. SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 330 NORTH BRAND BOULEVARD - TENTH FLOOR GLENDALE, CA 91203 - (address of Surety) (telephone number of Surety) STEVEN S. PROPHET 818/956-4200 (print name here) PRINCIPAL/ COO (Title and Organization of Signatory) (signature of &orney-in-Fact) 9 KAREN JEAN HALL, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) KENNETH DAYNE WAGON (print name here) (Title and Organization of signatory) I PRINCIPAL / CEO (Attach corporate resolution showing corrent 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 offker to bind the corporation.) APPROVED AS TO FORM: RONALD R, BALL City Attorney By: , Deput): City Attorney 1 -. -. JFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 I I I SAN DIEGO County of On- before me, DEBOW D. DAYIS. N- , NAME, TITLE OF OFFICER - E.G , "JANE DOE, NOTARY PUBLIC DATE STEVEN S. PROPHET I personally appeared NAME(S) OF SIGNER(S) personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ! - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL CORPORATE OFFICER(S) PRINCIPAL/COO TITLE(S) 0 PARTNER(S) 0 LIMITED 0 ATTORNEY -I N-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: 0 GENERAL SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNATURE OF NOTARY OPTIONAL SECTION I'HIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT CALIFORNIA State of ;ounty of SAN DIEGO CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 51! DEBORAH D. DAVIS, NOTARY PUBLIC f NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC'' before me, 3 /8/2005 DATE On personally appeared personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed KENNETH DAYNE WAGONER, KAREN JEAN HALL NAME(S) OF SIGNER(S) the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. WITNESS my hand and official seal. - SIGNATURE OF NOTARY - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL CORPORATE OFFICER(S) PRINCIPAL /CEO TITLE(S) PARTNER(S) LIMITED 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR [7 OTHER: 0 GENERAL SIGNER IS REPRESENTING: NAME OF PEASON(S) OR ENTITY(1ES) OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could Drevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE POWER A E O" OFAlTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEAlTLE. WASHINGTON 98185 No. 8062 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint COP ORATION, EN MALONEY; JOHN G. MALONEY; MARKD. IATAROLA; KAREN JEAN HALL; Escondido, California**"********************** its true and lawful attorney@)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WlTNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 12th day of November , 2002 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President any Vice President the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each haw authority to appoint individuals as attorneys-in-fad or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business.. On any insbument making or evidencing such appointment, the signatures may be affixed by facsimile. On any inshment conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessaty to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. I- "On any certificate executed by the Secretary or an assistant secretaty of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certifi that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, Ih ave hereunto set my hand and afied the facsimile seal of said corporation this 8TH day of MARCH . 2005 , CHRISTINE MEAD, SECRETARY S-09746AEF 2/01 @A registered trademark of SAFECO Corporation 11/12/2002 PDF .-- IMPORTANT NOTlCE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General insurance Company of America, First National insurance Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circum- stances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. - Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $1 06 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing tens and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. 46248 3/03 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 EDGE Development, Inc. whose address is 7: CIA 9259n hereinafter called ltContractor,l and California Bank and Trust whose address is 41615 Winchester Road, Temecula, CA 97590 hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: -- I 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 PINE AVENUE PARK CONSTRUCTION, CONTRACT NO. 38022 in the amount of $4 t 800,007 00 (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. dated 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated, The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account em Revised 10/08/03 Contract No. 38022 Page 37 of 321 Pages only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR I? Name Signature For Contractor: For Escrow Agent: Address /k.J-r&&~& ch//rue 7zaw Principal/CEO Title Signature \\ ' Y Address Lorie Schulenber Name Signatu U vfl615 Winchester Road Address L Revised 10/08/03 Contract No. 38022 Page 38 of 321 Pages I 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. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR For Contractor: - ... . &_ .- _- For Escrow Agent: Address 1200 Carlsbad Village Drive Carlsbad, CA 92008 Title Principal /CEO Name Dayne Wagoner Name Lorie Schulenberg" -- Revised 10/08/03 Contract No. 38022 Page 39 of 321 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT } SS. State of California County of On c3 IS 05 personally appeared before me Name and Title of Oliicer (e g , "Jane Doe, Nola+ Pubid') 1/ Name@) of Signer(s) @p6sonally known to me 0 proved to me on the basis of satisfactory evidence to be the person($ whose name($) islde subscribed to the within instrument and acknowledged to me that helsldtbey executed the same in his/h+Mhett ' authorized capacity(i&), and that by hislhedtki? signature($ on the instrument the person(g'l, or the entity upon behalf of which the person(# acted, executed the instrument. WITNESS my hand and official seal. _r - "C OPTIONAL Though the information below is not required by law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: %%-- Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - Limited 0 General Attorney-in-Fact 0 Trustee a Guardian or Conservator c? Other: Signer Is Representing: 0 1999 National Notary Associalion * 9350 De Solo Me.. P.O. Box 2402 * Chatsworth, CA 91313.2402 - www nalionalnotary.org Prod No. 5907 Reorder: Call Toll-Free 1-800-876-6827 r I I 1 I I I SUPPLEMENTAL PROVISIONS FOR PINE AVENUE PARK CONSTRUCTION CONTRACT NO. 38022 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART ONE - GENERAL PROVISIONS SECTION ONE -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to l mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hisher approved representative. @ Revised 10/08/03 Contract No. 38022 Page 40 of321 Pages D I E I I I I C C r. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or hisher approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner OperatorRessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector - The Senior Inspector's immediate supervisor and second level of appeal for informal dispute resolution. Project inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Project ManagedEngineer - the Park Planner of the City of Carlsbad or hisker approved representative. Senior Inspector - the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts ........................................ Apartment and Apartments Bldg ........................................Buildin g band Buildings CMWD .................................... Carlsbad Municipal Water District CSSD ..................................... Carlsbad Supplemental Standard Drawings cfs ........................................... Cubic Feet per Second Comm ..................................... Commercial DR ..........................................Dimension Ratio E ..............................................Electric G ............................................. Gas gal ........................................... Gallon and Gallons Gar .................,.......................Gars ge and Garages GNV ........................................ Ground Not Visible @ Revised 10/08/03 Contract No.'38022 Page 41 of 321 Pages gpm ......................................... allons per minute IE ............................................ Invert Elevation’ LCWD ..................................... Leucadia County Water District MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12) MTBM ..................................... Microtunneling Boring Machine NCTD ..................................... North County Transit Distrct OHE ........................................ Overhead Electric OMWD .................................... Olivenhain Municipal Water District S ........................... i ................. Sewer or Slope, as applicable SDNR ..................................... San Diego Northern Railway SDRSD ................................... San Diego Regional Standard Drawing SFM ........................................ Sewer Force Main T ............................................. Telephone UE .......................................... Underground Electric W ............................................ Water, Wider or Width, as applicable WD ..................................... ..Vallecitos Water District ROW ....................................... Right-of-way SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility, add the following: Specialty items include: Artificial turf installation including drainage system Multi-purpose field sports lighting 0 Playground equipment 0 Signage 0 Landscape and irrigation 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, “who is listed in the latest version of U.S. Department of Treasury Circular 570,”. Modify paragraphs three and four to read: The Contractor shall provide a faithful perform- ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). tj Revised 10/08/03 Contract No. 3 8 02 2 Page 42 of 321 Pages I 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or 2) A certified copy of the certificate of authority of the insurer issued by the insurance b c 1 I I I other instrument entitling or authorizing the person who executed the bond to do so. commissioner. I I c I I I 1 r r I I. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 AND 1999 supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of Citv of Carlsbad Drawina No. 421-5A. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Supplemental Provisions. 3) Plans. 4) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. Revised 10/08/03 Contract No. 38022 Page 43 of 321 Pages b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction. 6) Reference Specifications. 7) Manufacturer's Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.9. The label '4-Cy would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Company Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the lump sum bid price and no additional payment will be made therefor. @ Revised 10/08/03 Contract No. 3 8 02 2 Page 44 of 321 Pages I I, r I I I I t I B I I t E c I After approval of the blue-line record prints, the contractor shall transfer all information from the blue-line set onto mylar plans provided by the City. All work shall be legible and in permanent black ink. Lettering shall be a minimum of 1/8” height. All items changedhelocated from original drawings shall so be indicated with the same symbol in the new locations, the original symbol erased. Final mylar record drawings shall be approved by the Engineer prior to final payment. Payment for performing the work required by section 2-5.4 shall be included in the lump sum bid price and no additional payment will be made therefor. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: 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 comer record(s) as required by 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2” by 11“) paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labled with name of the Surveyor, the party chief, field crew members and preparer 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 $9 @ Revised 10/08/03 Contract No. 38022 Page 45 of 321 Pages 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record@) 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. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor‘s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor‘s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. Revised 10/08/03 Contract No. 38022 Page 46 of 321 Pages I 1 I I ! I c I I I I I t I P 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates“ published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as muttipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) 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. Work by Contractor. The following percentages shall be added to the Contractor’s costs (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor‘s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. e Revised 10/08/03 Contract No. 38022 Page 47 of 321 Pages “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: Date: Company The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention.of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the.following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 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. t”s Revised 10/08/03 Contract No. 38022 Page 48 of 321 Pages t I i 1 I t I C c I 2 I I r I P The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1 , Article 1.5 (commencing with Section 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, (6) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1 , 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) 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 @ Revised 10/08/03 Contract No. 38022 Page 49 of 321 Pages greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 11 41.1 0) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or 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 arbitration process. Revised 10/08/03 Contract No. 38022 Page 50 of 321 Pages I 1 I I I I C I t I I i I I to any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph.’ add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the Revised 10/08/03 Contract No. 38022 Page 51 of 321 Pages quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility strucfures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: It is the Contractor’s responsibility to be aware of all existing field conditions prior to bidding. Contractor shall cooperate and coordinate all construction activities with utility companies, special agencies, homeowner’s associations, or other entities of any kind as may be required to facilitate the work herein. No additional compensation shall be requested by the Contractor, nor shall any be @ Revised 10/08/03 Contract No. 38022 Page 52 of 321 Pages b I I I I I I I w I I I I I I '. I approved by the City related to this clause. Coordination with San Diego Gas and Electric (SDG&E) will be necessary for the disconnection of power at the existing electrical pedestal and setting of new electrical point of connection and pedestal on Harding Street as shown on the plans. Coordination of wet utilities with Carlsbad Municipal Water District and City of Carlsbad Public Works will be necessary on this project. Coordination with SBC Pacific Bell and City of Carlsbad Information Technology will be necessary for this project. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 15 calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6- 1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. t$ Revised 10/08/03 Contract No. 38022 Page 53 of 321 Pages Add the following section: 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 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. Add the following section: 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. Add the following section: 6-1.2.4 Schedule Software. The Contractor shall use Windows 95 compatible “Project” program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a 89 mm (3.5”) data disk with all network information contained thereon, in a format readable by a Microsoft Windows 95 system. The Agency will use a “Project” software program for review of the Contractor’s schedule. Add the following section: 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. Add the following section: 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. Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per section 6-4. @ Revised 10/08/03 Contract No. 38022 Page 54 of 321 Pages Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the support and maintain the project for the entire contractual time span of the Contractor propose a project duration shorter than contract duration, a Contractor’s plan to project. Should the complete Baseline Construction Schedule mu4 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. Add the following section: 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer, The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-1.2.1 0.1 through 6-1.2.1 0.3. Add the following section: 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1. Add the following section: 6-1.2.1 0.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. Add the following section: 6-1.2.1 0.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted“ by the Engineer. @ Revised 10/08/03 Contract No. 38022 Page 55 of 321 Pages Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: . 6-1.3.3 Electronic Media. The schedule data disk shall be a 89 mm (3‘/;) high density diskette, labelled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6-1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. Add the following section: 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6- 1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted’’ by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. Revised 10/08/03 Contract No. 38022 Page 56 of 321 Pages Add the following section: 6-1.4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with section 6-1.8.2. Add the following section: 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section I I 6-1.8.2. Add the following section: 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. I I I I I I. P I I I I I ‘. I Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted’’ schedule. Add the following section: 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. Add the following section: 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2. Add the following section: 6-1.8 Measurement and Payment. Construction Schedule shall be included in the scope of work and paid as a portion of the total project lump sum contract amount. The Construction Schedule e= r,# Revised 10/08/03 Contract No. 38022 Page 57 of 321 Pages shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these supplemental provisions and as directed by the Engineer. The Engineer’s determination that each and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-1 B.3. 6-2 PROSECUTION OF WORK. Add the following section: 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: 1. Mobilization 2. Installation of the domestic lateral and water meter at Harding Street and running the service line to the existing modular building as showing on the drawings. The contractor shall coordinate this work with the project inspector. 3. All other work, Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, ‘The Contractor’s Representative”; SSPWC. No separate payment for attendance of the Contractor, the Contractor‘s Representative or any other employee or subcontractor or subcontractor‘s employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice@) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(@ therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 300 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in hisher sole opinion, such work @ Revised 10/08/03 Contract No. 38022 Page 58 of 321 Pages a I conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. No work shall be performed by the contractor during City of Carlsbad holidays. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. I I I I I I I P I I I 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and at1 other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Fifteen Hundred Dollars ($1,500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that Fifteen Hundred Dollars 1$1.500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the Sate of California. I I 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the (3 Revised 10/08/03 Contract No. 3 8 0 2 2 Page 59 of 321 Pages c I requirement for workers’ compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways 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@) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. The Contractor shall comply with all requirements of the storm water pollution and monitoring plan prepared for this project in accordance with the California State Water Resources Control Board order number 92-08-DWQ, NPDES General Permit number CAS000002 and the “Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity” .Add the following Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 4$ Revised 10/08/03 Contract No. 38022 Page 60 of 321 Pages I I. I I I I I I I I@ I I I I I I 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 929-941 7. During street improvement operations, the Contractors schedule for street improvements shall be designated to provide residents and business owners whose streets are to be impacted sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24 hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-112 inches by 8-112 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A. In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-1 0.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: 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 : 2) Carlsbad Fire Department Dispatch .................................................. (760) 931 -21 97 3) Carlsbad Police Department Dispatch .............................................. (760) 931 -21 97 1) Park PlannedEngineer ....................................................................... (760) 434-2856 @ Revised 10/08/03 Contract No. 38022 Page 61 of 321 Pages Carlsbad Traffic Signals Maintenance ............................................... Carlsbad Traffic Signals Operations .................................................. Coast Waste Management ................................................................ Project Inspector.. .................................................................... (760) 602-2780 (760) 438-2980 X-2937 (760) 438-1 161 X4500 (760) 929-9400 North County Transit District .............................................................. (760) 743-9346 .* The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be. in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1996 edition and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at hisher 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. Add the following section: 7-1 0.3.1 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 214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 214- 5.2 et seq. All paint for: temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 21 0-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6for materials and section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction. area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 180 mm (7") long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and 1 I I I I 1 I I @I 1 1 I I I 1 1 d 3 em Revised 10/08/03 Contract No. 38022 Page 62 of 321 Pages b I I I I I I I rn I I t I I I along the edge of the pavement at not less than 7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-1 0.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 6’, nor operate equipment within 2’ from any traffic lane occupied by traffic. For equipment the 2’ shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than 12’ wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under “Traffic Control System for Lane Closure” of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer’s written approval of said plan. Add the following section: 7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be b Revised 10/08/03 Contract No. 38022 Page 63 of 321 Pages performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation, Temporary pavement delineation shall be, removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-1 0.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20 day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the “MANUAL OF TRAFFIC CONTROLS”, 1996 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-1 0.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed I I I I I 1 w a I 1 1 I I a 3 1 @ Revised 10/08/03 Contract No. 38022 Page 64 of 321 Pages I I. I I E I I I I P I t c I I I therefor. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The contractor shall erect and 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. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES. Add the following: Contractor shall furnish the Engineer a "Class A" Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. 8-2.1 Class "A" Field Office. Add the following: Additionally the "Class A Field Office shall be provided with: one (1) additional standard 1.5 m (5') double pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model 5018, or equal, one (1) FAX machine Panasonic Model Panafax UF-560 or Sharp model F0-540OTl or equal and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and hisher designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 600 mm by 900 rnm (24" by 36") sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. 43 Revised 10/08/03 Contract No. 3 8022 Page 65 of 321 Pages CITY OF CARLSBAD ENGINEERING INSPECTION 8-6 BASIS OF PAYMENT. Add the following: Payment for field office shall be included in the contractor‘s lump sum bid price and will include full compensation for installing and removing the field office, relocating is as may be necessary to facilitate the project, obtaining all permits, property rental, and providing facilities as outlined in Section 8-2.1. SECTION 9 -- MEASUREMENT and PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK, The contractor shall submit to the Engineer within 15 days after award of Contract, a detailed Schedule of Values in triplicate, to be used only as a basis for determining progress payments on a lump sum contract. 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. The Schedule of Values is subject to approval of the Engineer. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on the Schedule of Values, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request iS 4$ Revised 10/08/03 Contract No. 38022 Page 66 of 321 Pages I b I I f I I I I II) I t I I I I I I? a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 201 04.50, 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. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the Schedule of Values and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further <? Revised 10/08/03 Contract No. 38022 Page 67 of 321 Pages information and details as may be required by the Engineer to involved in its claims. Failure to submit such information and denying the claims. determine the facts or contentions details will be sufficient cause for Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. The portion of the Contract lump sum price paid for mobilization shall not exceed One Hundred Thousand dollars ($1 OO,OOO.OO), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. SECTION 10 - SPECIAL PROVISIONS Work on this project shall be done in accordance the Standard Specifications for Public Works Construction (2003 edition) and the Supplementary Standard Special Provisions except as modified or amended herein. Subsections not referenced herein shall indicate no change to the Standard Specifications. SECTION 11 -TECHNICAL SPECIFICATIONS The following technical specifications are in addition to the requirements set forth in the standard specifications ("Green Book), and the San Diego Regional Standard Drawings. PREFACE: STANDARD SPECIFICATIONS AND STANDARD DRAWINGS The Standard Specifications for Public Works Construction ("Green Book") and the 2003 San Diego Regional Standard Drawings as promulgated by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of California shall be the Standard Specifications of the City of Carlsbad. Work shall be in accordance with the 2003 edition of the Green Book, including supplements of these Standard Specifications and the modifications to 4$ Revised 10/08/03 Contract No. 3 8022 Page 68 of 321 Pages I 1 I 1 I I 1 1 a 1 1 1 I I I 1 1 3 3 I each of these documents adopted by the City of Carlsbad, known as "Supplemental Amendments to Standard Specifications for Public Works Construction," 2003 Edition, and the "Supplemental Amendments to the Regional Standard Drawings," 2003 Edition. The above Standard Specifications, Modifications, and Standard Drawings are hereby made part of the Contract Documents. For the convenience of the Contractor, the section and subsection numbering system used in these Special Provisions corresponds to that used in the Standard Specifications, if applicable. I I I 43 Revised 10/08/03 Contract No. 38022 Page 69 of 321 Pages PART TWO - CONSTRUCTION MATERIALS 3 I SECTION 200-ROCK MATERIALS 200-2.7 Disintegrated Granite Modified title: Decomposed Granite. Refer to Greenbook and add: Decomposed Granite provided by Southwest Boulder or approved equal.: Color ‘California Gold’ as specified on plan. Add the following table: Decomposed Granite materials passing the following Aggregate Surface Course Test: I I Screen Size % Passinq %,’ 100% 3/8” 90-100 % #4 50-1 00 % #30 #loo #200 25-55 % 10-20 % 5-15 % I “Stabilizer” non-toxic organic binder at a rate of 12 pounds per ton of decomposed granite material for pedestrian pathways. SECTION 211-SOILS AND AGGREGATE TESTS 21 1-5 AGRONOMIC SOILS TEST Add the following. The Contractor shall submit an agronomic soil analysis report with recommenda- 1 I tions for soil amendments from a licensed laboratory to City Engineer at conclusion of rough grading and prior to soil conditioning. Soil testing shall be paid for by Contractor. The test shall indicate: organic matter content (%) fertility-nitrogen (N), phosphorus (P), potassium (K) pH (acid-alkaline reaction) ECe (salinity) SAR (sodium absorption ratio) texture (sand, silt, clay) recommendations for amendments specific toxicities (boron, chloride, fluoride, sodium, etc.) 1 D 8 8 SECTION 21 2-LANDSCAPE AND IRRIGATION MATERIALS 21 2-1 LANDSCAPE MATERIALS 212-1.1.2 Class “A” Topsoil (Refer to Greenbook and add the following paragraph): & Revised 10/08/03 Contract No. 3 8022 Page 70 of 321 Pages I I I I I I I r I I I I I I Amended Class “A Topsoil shall be A-1 Blend Topsoil by A-1 Soils (61 9-281 -1 941) or approved equal. Class “B” Topsoil (Refer to Greenbook and add the following paragraph): 212-1.1.3 Class “B” Topsoil shall meet the permeability rate requirements for Class “A” topsoil. 212-1.1.4 Class “C” Topsoil (Refer to Greenbook and add the following paragraph): Class “C” Topsoil shall meet the permeability rate requirements for Class “A” topsoil. 212-1.2.2 Manure. (Not applicable) 21 2-1.2.3 212-1.2.3.1 Fertilizer Tablets. Commercial Fertilizer. (Add the following sections): Fertilizer tablets shall be tightly compressed, long-lasting, and slow-release with the following minimum guaranteed analysis: Nitrogen 20% Phosphoric Acid 10% Potash 5% 21 2-1.2.5 For mulch use non-stabilized decomposed granite through Southwest Boulder or ap- proved equal. Color: ‘California Gold. Planting areas shall receive minimum two- inch (2”) depth. 212-1.2.6 Gypsum. Gypsum shall be a commercially packaged gypsum with the active ingredient (cal- cium sulfate) at 95% minimum by volume. 21 2-1.2.7 Soil Sulfur. Soil sulfur shall be 98% elemental sulfur. 21 2-1.3 Seed. (Delete second paragraph and add the following): Seed shall be furnished and delivered to site in original sealed containers bearing producer’s guaranteed analysis-percentages of seed species, purity, germination, weed seed content, and inert materials. 21 2-1.4 Plants. 21 2-1.4.1 General. (Delete entire section and substitute the following paragraphs): Plant Quantities and Species: Plant materials shall be furnished in quantities and spacing as shown or noted for each location, and shall be species, varieties, and Revised 10/08/O3 Contract No. 3 8 02 2 Page 71 of 321 Pages sizes indicated on plans. Contractor shall verify sizes and quantities indicated on planting plans. Substitution: Plant material shall be furnished by Contractor in accordance with plans and specifications. Substitutions of plants and container sizes shall not be made un- til Contractor is in receipt of written approval from the City. Requests for substitution shall be accompanied by verifiable written proof of non-availability for material origi- nally specified, including timely ordering of plants. Verification of Dimensions and Quantities: Scaled dimensions on plans are approxi- mate. Before proceeding with work, Contractor shall carefully review and verify di- mensions and quantities. Immediately inform the City Engineer of discrepancies be- tween construction documents and site conditions. No work shall be done in an area where there is a discrepancy before receipt of written approval to start work from the City. Plants shall be in accordance with the following requirements: Nomenclature: Plant names shall be in accordance with "An Anno- tated Checklist of Woody Ornamental Plants in California, Oregon, and Washington, Manual 409 7, published by the University of Cali- fornia (1 979). Label each container plant with securely attached wa- terproof tag bearing legible designation of botanical and common name. Quality: Plants shall be in accordance with the California State De- partment of Agriculture's "Regulations for Nursery Inspections, Rules, and Grading." Plants shall have typical shape for variety and species, symmetrical form, and be healthy, vigorous, free from plant diseases, insect pests and their eggs. Plants shall have healthy normal root systems, well-rooted in containers, but not root bound. Plants shall not be pruned prior to delivery, except as authorized by the City. Trees shall not be topped. Plant sizes shall be in accordance with normal standards for species and varieties of commercially available nursery stock, and as speci- fied on plans. The minimum acceptable plant sizes, measured before pruning with branches in normal position, shall meet the requirements specified in the plant legend. Plants larger in size than specified may be used with the approval of the City, but the use of larger plants shall make no change in contract price. Bare root planting in publicly main- tained areas shall be performed only with special approval of the City. Plant material shall be subject to inspection and acceptance by the City before plant- ing. A representative number of plants shall be inspected for size and condition of root growth, insects, injuries and defects. Plants not approved shall be removed from the site immediately and replaced with acceptable plants. The City'shall re- serve the right to reject entire lots of plants represented by defective samples. Only new materials of species, brands, and types noted on plans and in specifica- tions, or approved substitutions, shall be furnished to the project. Samples of products and materials may be required by the City. Revised 10/08/03 Contract No. 3 8022 Page 72 of 321 Pages I I I I I I 1 1 a 1 I I I 1 I 1 1 3 3 I I I I I I I I m I I I I I I I I C ‘. 212.1.4.3 21 2-1.5 212-1 5.3 21 2-1.6 21 2-1.7 21 2-2 Submittals for inspection shall be stored on site until furnishing of material is complete. Delivery may begin after acceptance of samples by the City. Shrubs (Delete entire section and substitute the following paragraph) The Contractor shall use the plant material that has been contract grown for this pro- ject as indicated on the plans. The Contractor shall be responsible for final payment to the contract grow nursery and shall contact the nursery for final payment schedule and delivery coordination. Headers, Stakes, and Ties. Tree Stakes. (Add the following after first paragraph): Tree stakes shall be sharpened 2-inch diameter lodge pole pine stakes, 10 feet long, free of splits. Ties for holding trees to supports shall be flexible vinyl straps. Nursery tape shall not be used to secure trees to support stakes. Trees 30-inch box size and larger shall be guyed as directed by the City. Tree ties shall be as indicated on plans and details. Tree ties shall be of sizes re- quired to adequately support tree and shall elongate with the tree growth, preventing damage to the tree. Herbicide. (Add the following paragraphs): Pre-emergent herbicide shall be as determined by Contractor. The purpose of the pre-emergent herbicide is to control the growth of weeds within planter areas below the bark mulch layer. Contractor shall submit a sample label and Material Safety Data Sheet (MSDS) to the Project Engineer for approval prior to purchase and applications. Post-emergent herbicide shall be non-selective type for total control of undesirable vegetation, available as Roundup or approved substitution as determined by the Con- tractor. Contractor shall submit a sample label and Material Safety Data Sheet (MSDS) to the Project Engineer for approval prior to purchase and applications. Ap- plication shall be in accordance with precautions and rates suggested by the manufac- turer. Root Control Barrier. All trees within five feet (5’) or less of hardscape shall be installed with a root barrier. Root barrier shall be installed parallel to hardscape surface for a distance of twelve inches (1 2”) from the center line of the tree trunk in both directions or as indicated on plans. Root barrier shall be model # UB -24 by Deeproot, (800) 458-7668, or ap- proved equal. IRRIGATION SYSTEM MATERIALS (Add to Green Book Specification): Work included in these specifications shall consist of the furnishing of labor, tools, materials, permits, fees, appliances, taxes and other costs necessary for the installation of an automatic irrigation system in an f3 uv Revised 10/08/03 Contract No. 38022 Page 73 of 321 Pages 21 2-2.1 212-2.1.1 212-2.1.2 21 2-2.1.3 acceptable operational condition as specified and shown on the project drawings. Material List: Contractor shall furnish articles, equipment, materials, and processes specified by name in construction documents. No substitution shall be allowed without prior written approval by the City. Complete material list shall be submitted prior to performing work. Material list shall include manufacturer, model number, and description of materials and equipment to be used. Equipment and materials provided without prior approval of the City may be rejected and Contractor required to remove such materials from the site at his own expense. Acceptance of items, alternates and substitutes indicates only that the product(s) ap- parently meets requirements of contract documents based on information or samples submitted to the City. Manufacturer's warranties shall not relieve Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. Pipe and Fittings. General. (Replace with the following): Contractor shall furnish only new pipe and fittings of types designated on the Plans and in accordance with the specifications'. Steel Pipe. (Not applicable) Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. (Refer to Green Book Specification and replace entire section with the following): PVC Pressure Main Line Pipe: LASCO (no substitution allowed) Pressure mainline piping for size 2 inches and larger shall be Class 31 5 PVC 1120 (Type 1, Grade 1) with solvent welded joints. Pipe shall meet requirements of Federal Specification PS- 22-70, with appropriate Standard Dimension Ratio (S.D.R.), and ASTM D2241. Pressure mainline piping for size 1 -1/2 inches and smaller shall be PVC 1220 (Type 1 , Grade 2) Schedule 40 with solvent welded joints. Pipe shall meet requirements of Federal Specification PS-21-70 for solvent welded-.pipe, and ASTM D1785. PVC pipe shall be marked at intervals not to exceed 5 feet with the following information: Manufacturer's name or trademark Size, class or schedule, and type of pipe Working pressure at 73.4 degrees F. National Sanitation Foundation (N.S.F.) rating Revised 10/08/03 Contract No. 38022 Page 74 of 321 Pages I I I 1 1 I 1 I 111 I 1 I 1 I I I 3 a 3 I I I I I I I I. I I I I I I '. I Date of extrusion Commercial standard designation: CS 256-63 UPC shield logo (IAPMO approval) Solvent cement and primer for PVC solvent welded pressure pipe and fittings shall be "Weld-On" 71 1 or 71 7 medium set gray glue with P-70 primer, or approved substi- tution. Solvent from cans that have been opened overnight shall not be used. PVC Non-Pressure Lateral Line Pipe: LASCO Non-pressure buried lateral line piping shall be PVC 1120 Class 200 with solvent welded joints. Pipe shall be made from NSF-approved Type 1 , Grade 1 PVC compound. Pipe shall meet requirements of Federal Specification PS-22-70 with an appropriate Standard Dimension Ratio (S.D.R.), and ASTM 02241. Solvent cement and primer shall be of the type recommended by pipe and solvent cement manufacturers. PVC Fittings. (Replace third paragraph with the following): Plastic pipe fittings, nipples, and risers shall be PVC 1120 slip-fitted, tapered socket, solvent weld or threaded type (ASTM D 2464, 2466, 2467). Fittings for main and lat- eral piping shall be PVC Schedule 40. Connections between mainline and remote control valves shall be Schedule 80 PVC fittings and nipples. Handling of PVC Pipe and Fittings: Contractor shall exercise care in handling, loading and storing of PVC pipe and fittings. PVC pipe shall lie flat and not be subject to un- due bending and concentrated external load at any point. Pipe that has been dam- aged shall be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. 212-2.1.4 Plastic Pipe for Use with Rubber Ring Gaskets. (Not applicable) 212-2.1.5 Copper Pipe. (Refer to Green Book Specifications) 212-2.1.6 Concrete Thrust Block and Supports. (Add the following subsection to Green Book Specification): All pressure pipe 4" and smaller, polyvinyl chloride or asbestos cement, shall have the correct sized concrete thrust block installed at every abrupt change of alignment; at globe or gate valves, at tees, elbows and crosses, and at ends of pipe runs; or wher- ever the field engineer deems one to be necessary. Thrust blocks are to be installed as per Standard Drawings W-17, W-18, W-19, and SDW-100, sized as for 4" pipe. Pipe Sleeves. (Add the following subsection to Green Book Specification): 212-2.1.7 Shall be Sch. 40 PVC, two times the pipe size diameter, and extend 12" beyond each side of pavement. The letters "E for electrical or 'W" for water shall be stamped or chiseled on the pavement directly above the sleeve. 212-2.1.8 Trench Marker Tape (Add the following subsection to Green Book Specification): @ Revised 10/08/03 Contract No. 3 do22 Page 75 of 321 Pages Trench Marker Tape for all pressure pipes shall have a continuous blue colored trench marker metallic tape placed 9” below finished grade and directly above the buried pipe. Sand Encasement for Pipes (Add the following subsection to Green Book Specification): 212-2.1.9 Sand Encasement for Pipes for all irrigation pipe, direct burial control wire and electri- cal conduit shall be plaster or mortar sand, as per section 200 of the Greenbook, with a minimum sand equivalent of 50. 212-2.2.0 Valves and Valve Boxes. 21 2-2.2.1 General. (Refer to Green Book Specification): 212-2.2.2.1.1 Gate Valve (Refer to Green Book Specification for 2-112 inch and larger gate valves): 2 2 212-2.2.3 21 2-2.2.4 2-2.2.5 2-2.2.6 212-2.2.7 212-2.2.8 Gate Valve shall be NIBCO T-21 series line size gate valve. No substitution allowed. Manual Control Valves. (Not applicable) Remote Control Valves. (Refer to Green Book Specification and add the following): Remote Control Valves shall be HUNTER IVC series sizes per plan remote control valve with purple flow control handle of the type, model and manufacturer as indi- cated on plans. No substitution allowed. Garden Valves. (Not applicable) Quick Coupling Valves. (Refer to Green Book Specification and add the following): Quick coupling valves shall be RAINBIRD Quick Coupling W with locking purple cover. No substitution allowed. Quick coupler keys shall be brass or bronze with hose swivel assemblies. Valve Boxes. (Delete entire section and substitute with the following): Remote control valve boxes: shall be made of PVC through Hunter or approved equal. The contractor shall paint the identification number of the valve box. The paint shall be white or yellow aluminum asphaltic-base waterproof paint. In addition, weatherproof plastic identification tags shall be affixed to the colored conductor in the valve box. Valve box locking lids: the Contractor shall rework the locking toggles of the PVC valve boxes by replacing the existing clevis pine and sheet metal clip with a marine-type stainless steel machine bolt and self-locking unit. Apply oil to lubricate and to prevent rust. Ball Valves. (Add the following subsection to Green Book Specification): Ball valves, 2 inches and smaller, shall be WlLKlNS 850 True Union Ball Valve full 4- Revised 10/08/03 Contract No. 3 8 022 Page 76 of 321 Pages I I I I I I 1 I w 1 I I I I I a I J 3 b I I I I I I I P I I I I I I port cast iron flanged ball valve with purple handle. No substitution allowed. 21 2-2.2.9 (subsection to Green Book Specification): Anti-drain/excess-flow valve: shall be installed under each sprinkler head which is not equipped with an internal check valve (as an anti-geyser devise as well as a low head anti-drain valve). Anti-drain valves shall be "CV" series (line size) as manufactured by King Bros. In- dustries, Inc. (KBI), or approved substitution. 212-2.2.1 0 Master Valve. (Add the following subsection to Green Book Specification): Master Valves shall be SUPERIOR 3000 2" Master Valve normally closed. No substi- tution allowed. 212-2.2.1 0 Flow Sensor. (Add the following subsection to Green Book Specification): Flow sensor shall be CALSENSE FM-1.5 1 -1/2" flow sensor. No substitution allowed. 21 2-2.3 Backflow Preventer Assembly (Refer to Green Book Specification) 21 2-2.4 Green Book Specification and add the following): Sprinkler heads shall be in accordance with the sizes, rates of precipitation, arcs, pressure ratings, and discharges as shown on the plans (irrigation legend). No sub- stitution allowed. 21 2-2.5 following subsection to Green Book Specification): Contractor shall provide the following to the City prior to final acceptance: (a) Five irrigation heads with nozzles (of each type used) for every 100 irrigation heads, or portions thereof, used. (b) 2 sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. (c) 2 five ft. valve keys for operation of gate valves. (d) 2 keys for each automatic controller, locking valve boxes and locking quick couplers. (e) 2 keys for pump. 21 2-3 ELECTRICAL MATERIALS 21 2-3.1 General. (Refer to Green Book Specification) 21 2-3.2 Conduit and Conductors. 212-3.2.1 Conduit. (Delete entire section and substitute with the following): <j Revised 10/08/03 Contract No. 3 8022 Page 77 of 321 Pages Conduit shall be gray Schedule 40 PVC pipe as called out on the plans. Conduit shall conform to the applicable provisions of Subsection 212-2.1.3. 21 2-3.2.2 Control Conductors. (Refer to Green Book Specification and add the following): Electric wiring from controllers to remote control valves shall be solid, single con- ductor, copper wire, 4/64-inch insulation, 4/64-inch neoprene jacket, Style DB (Di- rect Burial) or approved substitution. Pilot wires shall be a different color for each automatic controller, and common wires shall be white with a different color stripe for each automatic controller. Spare wires shall be red. Wires shall'be in accor- dance with the applicable provisions of ASTM D2219 and D2220. 212-3.2.2.1 Low Voltage Control Conductors Size. (Add the following subsection to Green Book Specification): Wire sizes shall be provided as follows: Neutral Wire:#12 AWG (min.) Spare Wires:#14 AWG (min.) Pilot Wires: #14 AWG (min.) 21 2-3.4 Controller Unit. (Refer to Green Book Specification and add the following): Multiple controller installations: enclosures shall be sized accordingly. No 11 0 volt wire runs shall pass from controller cabinet to cabinet. Each controller shall have a separate service through a raceway. Provide one power off-on switch for each controller. Provide controller and enclosure as specified on plans (irrigation legend). 21 2-3.4.1 Direct Burial Control Wires. (Add the following subsection to Green Book Specification): Direct burial control wires shall be solid copper, 600 volt, type UF, conforming to the Greenbook, the Standard Drawings and the following wire colors and installa- tion requirements. Neutral wires: white with stripe matching pilot wires (#12 AWG), do not interconnect neutral wires between controllers. Spare Neutral Wire: black with stripe matching pilot wires (#12 AWG), do not inter- connect neutral wires between controllers. Pilot wires: (#14 AWG), controller identification colors shall be as follows (use as many as necessary): CONTROLLER COLOR A Red B Blue C Yellow D Orange E Green F Brown Future Wires for ExDansion: provide with the same color as the standard pilot wires as designated per controller. e= E@ Revised 10/08/03 Contract No. 3 8 022 Page 78 of 321 Pages I I I I I I I m ‘. I Spare wires: Neutral: black with stripe matching pilot wires (#12 AWG), do not intercon- nect neutral wires between controllers. Install one spare common wire from controller looped through each remote control valve on the system. Provide minimum of 12 coiled loop in each valve box. purple (#14 AWG), Install one spare common wire from controller to each valve manifold. Loop spare wire through each valve box and terminate at end box. Provide minimum of 12” coiled loop in each valve box and terminate with 2’ coiled extension in last valve box within manifold. Pilot: Verify total number and location of spare wires with City representative prior to wire installation. 21 2-3.4.2 Wire Connections. (Add the following subsection to Green Book Specification): Neutral, pilot and spare wires shall be installed with a 2’ coiled excess wire length at each end enclosure. Each and every wire splice shall be soldered together (us- ing 60-40 solder), then encased in the waterproof epoxy connectors. Wire splices shall be made only in valve or pull boxes. 21 2-3.4.3 Wire Bundles. (Add the following subsection to Green Book Specification): Each individual controller clock’s control wires shall be bundled and taped together with colored tape at intervals not exceeding 10’. Controller identification tape colors shall be as follows (use as many as necessary): CONTROLLER COLOR A Black B Red C White D Blue E Green F Yellow 21 2-3.4.4 Wires in Pull Boxes. (Add the following subsection to Green Book Specification): Wires in Pull Boxes shall be loose and shall not come within 3” from lid. Boxes shall be sized accordingly to accommodate this requirement. 21 2-3.4.5 Trench Marker Tape for Wires. (Add the following subsection to Green Book Specification): All direct burial wires shall be marked with a continuous red colored trench marker plastic tape placed 9” below finished grade and directly above the buried wires. Tape shall be 3” wide. 212-3.4.6 Wire Testing. (Add the following subsection to Green Book Specification): Wire shall be tested for continuity, open circuits, and unintentional grounds prior to connecting to equipment. The minimum insulation resistance to ground shall be 50 MEGOHMS. Any wiring not meeting this requirement shall be replaced, at the Contractor’s expense. ern Revised 10/08/03 Contract No. 38022 Page 79 of 321 Pages PART THREE - CONSTRUCTION METHODS SECTION 300-EARTH WORK CLEARING AND GRUBBING (Refer to Green Book Specification): 300-1.2 Preservation of Property (Cross reference to 7-9; add following): If existing mature Ficus trees are damaged or removed due to contractor’s operation they shall be replaced by a 96” box min. If Tristainias are damaged or removed due to contractor’s operation they shall be replaced by a 60” box min. Damage is constituted by any mark on the tree trunk in excess of 1/8” in depth. Removal and Disposal of Materials. 300-1.3 300-1.3.2 Requirements. (Add the following sections): (a) Bituminous Pavement (Revise second sentence to read): Sawcut pavement edges to be joined. (d) Miscellaneous (Add the following paragraph): The following items of work are included under Clearing and Grubbing unless oth- erwise covered by a specific bid item: 1) Maintain dust control at all times by watering as required. Dust control shall include obtaining a water supply and providing water required for work done in the contract. Obtaining, applying and controlling water shall be paid for by the Contractor. 2) Provide for traffic control as indicated in Section 7-(Traffic Control) of this Specification and signs, barricades and flashers necessary to maintain proper control. Barricades left on site as traffic control for other than day- light use will have operational flashing warning lights. Protect existing underground utilities, irrigation systems, trees, fences, walls, mail boxes, signs and other facilities to remain within the limits of construction, except those specifically directed by the Engineer to be re- moved or relocated. 3) Protection of existing and relocated utility structures prior to and during construction of proposed improvements. 4) 5) Maintenance of project appearance. 6) Control of water and dewatering during construction. 7) Cleanup of project area upon completion of work. 4$ Revised 10/08/03 Contract No. 38022 Page 80 of 321 Pages I I I I I I I I m I I I I I I I I c L Existing trees shall be protected in accordance with industry standards and to the satisfaction of the City Engineer. Provide construction fencing below drip line of native oak tree canopy. Fencing location shall be approved by the project Engineer prior to start of clearing and grubbing, and grading work. Contractor shall prevent construction activity that may harm native oak trees on site. Relocation of signs as shown on the Plans, including foundations and hardware as required. Removal, relocation, maintenance, and installation of fences and gates, including footings and hardware. Permanent fences that are removed to al- low construction of new improvements shall be relocated as directed by the Engineer. Work on fences shall be in accordance with the Regional Stan- dard Drawings, if applicable. Installation and removal of temporary fencing required during construction. Sawcut, removal, and disposal of concrete. Removal of objectionable materials from project area. Contractor shall excavate test pit (potholing) as indicated on plans to de- termine exact locations (horizontal and vertical) of underground utility lines adjacent to the work area. Pothole prior to start of construction. Adjust- ments shall not be considered as reason for additional compensation. Subgrade preparation (subgrade scarification and recompaction). Other items of work as directed in these Special Provisions. 300-12 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-12.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the “SWPPP”. The SWPPP shall conform to the requirements of the Standard Specifications, the requirements in the California Storm Water Best Management Handbook (Handbook), the requirements of the Permit, the requirements in the plans and these special provision. 300-1 2.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer’s comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer’s acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow 4m Revised 10/08/03 Contract No. 38022 Page 81 of 321 Pages I construction activities to proceed, the Engineer may conditionally approve the SW PPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SW PPP Checklist 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operation which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Revised 10/08/03 Contract No. 3 8 02 2 Page 82 of 321 Pages I I I I I I I I r I I I I I I I 1 b L Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-12-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor’s option, at no cost to the Contractor. The document is available for review in Appendix G. The Contractor shall review the template and modify it as necessary to reflect the Contractor’s operations. Add the following section: 301-12.1.3 Payment. considered incidental to the items of work and no additional payment will be made therefore. Preparation, implementation and management of the SWPPP shall be Add the following section: 300-12.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these special provisions, the Contractor’s responsibility for SW PPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6- 3, “Suspension of Work,” of the Standard Specifications. Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the Handbook and these special provisions. Soil stabilization practices and sediment control measures, including minim requirements, shall be provided throughout the winter season, defined as between October 1’‘ and April 30th. Implementation of soil stabilization practices and sediment control measures for soil-disturbed area of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 day’s of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor‘s cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-1 2.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. 4w sg Revised 10/08/03 Contract No. 3 8 0 2 2 Page 83 of 321 Pages The construction site inspection checklist provided in the Handbook shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every 2 weeks. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. I I I I I I I I a I I I I I I 1 J J (3 Revised 10/08/03 Contract No. 38022 Page 84 of 321 Pages I SECTION 308-LANDSCAPE AND IRRIGATION INSTALLATION I 1 I I I I 1 rn I t c I I I ‘r I 308 Cross Reference: Landscape and Irrigation 21 2 308-1 GENERAL (Add the following sections): 308-1.1 Other Underground Improvements. Prior to work included in this section, Contractor shall locate underground improvements and take proper precautions to avoid damage to such improvements. In the event of conflicts between underground improvements and new improvements, notify City Engineer who will arrange for the relocation of one or the other. 308-1.2 Inclement Weather. If conditions are such, by reason of drought, high winds, excessive moisture, or other factors, that satisfactory results are not likely to be obtained, then work shall be stopped. Resume work only when conditions are again favorable as approved by the Engineer. Delays due to weather may extend the Contract period in regard to liquidated damages upon written approval of the Engineer. 308-1.3 Ordinances and Regulations: Local, municipal, and state laws, rules, and regulations governing, or relating to, the work shall be incorporated into and made part of the contract documents. Such provisions in the contract documents shall not be con- strued to conflict with the above laws, rules and regulations. If contract documents specify materials, workmanship, and construction of a better quality, higher standard, and larger size than is required by the above laws, rules and regulations, then provi- sions of the contract documents shall take precedence. 308-1.4 Explanation of Drawings: Due to the scale of drawings it is not possible to indicate all offsets, fittings, and sleeves that may be required for work. Contractor shall carefully investigate structural and finished conditions affecting work, and plan accordingly. Furnish offsets, fittings, and sleeves required to meet such site conditions. Drawings are diagrammatic and indicative of the work to be installed. Work shall be installed so as to avoid conflicts between irrigation systems, planting, engineering, and archi- tectural features. Work called for on the drawings with notes and details shall be provided, whether or not specified in the Special Provisions. Contractor shall not willfully install the irrigation system as shown on drawings if ob- structions, grade differences, and discrepancies in area dimensions are evident in the field, which may not have been known previously. Contractor shall notify the City Engineer of such obstructions and differences. If written notification is not per- formed, Contractor shall take full responsibility for necessary changes to work, and shall provide such changes at no extra cost to the City. 308-1.5 Inspections: Inspections specified below shall be made by the City. Contractor shall request inspections at least 48 hours in advance of the time inspections are required. Inspections that are requested, scheduled, and subsequently canceled by the Con- tractor, without at least four hours notice, shall be billed to the Contractor. <? Revised 10/08/O3 Contract No. 3 8 0 2 2 Page 85 of 321 Pages Inspections shall be required as indicated in the plans. 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.1 General. (Add the following paragraph): Moisture Content: Do not perform soil preparation and earthwork if soil moisture con- tent is such that excessive soil compaction will result. Apply water to control dust, break up soil clods, and provide suitable moisture content for tilling and planting. (Add the following section): 308-2.1.1 Equipment. Equipment necessary for soil preparation, finish grading, and handling and placing of materials shall be available and in good working condition before starting work. 308-2.2 Trench Excavation and Backfill. (Refer to Green Book Specification and add the following to the second paragraph): 2) Water lines continuously pressurized--1 8 inches (delete 24 inches) 4) Sleeving (irrigation)--24 inches (Replace last paragraph with the following): Trenches shall not be backfilled, except to anchor pipe, until required tests are com- pleted and accepted by the City. Pipe joints shall remain exposed until satisfactory completion of testing. Lateral trenches, and mainline trenches after initial sand back- fill, shall be carefully backfilled with approved fine select material, consisting of loam, sandy clay, sand, and other approved materials-free from large clods of earth and stones. Backfill shall be mechanically compacted in landscaped areas to dry density equal to adjacent undisturbed soil in planting areas. Backfill shall conform to adja- cent grades without settlement, sunken areas, humps, and other surface irregulari- ties. Flooding of trenches will be permitted only with approval of the City, in accordance with subsection 306-1.3.3. If trench settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, drip emitters, planting, and other installations are necessary, then Contractor shall make required adjustments at no extra cost to the City. 308-2.2.1 Trenching and Backfilling Under Paving. (Add subsection): PVC Schedule 40 sleeves shall be placed for irrigation pipe installed below paving. Trenches located below paving (asphaltic concrete and concrete) shall be backfilled with sand (six inches above and below the pipe). Compact backfill in layers to 95% relative density (minimum) with manual or mechanical tamping devices. Trenches shall be flush with adjoining subgrade. Contractor shall set in e= p,@ Revised 10/08/03 Contract No. 38022 Page 86 of 321 Pages place, cap and pressure test piping under pavement prior to start of paving work. I D B I c P Install piping under existing walks by jacking or boring. If cutting or breaking of side- walks is necessary, then Contractor shall replace concrete walks at no extra cost to the City. Permission to cut or break sidewalks shall be obtained from the City Engi- neer. No hydraulic boring shall be permitted under concrete paving. Contractor shall provide full panel replacement from control joint to control joint for all concrete re- moved unless otherwise approved by the city engineer. 308-2.3 Topsoil Preparation and Conditioning. 308-2.3.1 General. (Add the following sentences to the second paragraph): Grading and soil preparation work shall be performed only during periods when beneficial and optimum results may be obtained. If soil moisture content reaches a level so that working it would destroy soil structure, then soil preparation and grading operations shall be suspended. Resume work when soil moisture content is in- creased or reduced to acceptable levels and desired results of soil conditioning are likely to be obtained. 308-2.3.2 Fertilizing and Conditioning Procedures. (Add the following to the second paragraph): Prior to beginning work of this section, Contractor shall obtain from Resident Engineer a written list of adjusted soil amendments, quantities and methods of appli- cation as recommended by Contractor-provided agronomic soil analysis report (Sec- tion 21 1-5, Agronomic Soils Tests). (Add after the last paragraph): Weed Control: Upon completion of the irrigation system and after existing weeds and growth have been removed from planting areas, weed abatement program shall be- gin. The weed abatement period may be waived or reduced with Engineer's written approval. Irrigate planting areas four times daily for fourteen consecutive days and until weed seeds have germinated. Cease watering for three days. Spray non-selective herbi- cide ("Round-Up," or approved substitution) to eradicate germinated weeds. Allow herbicide to kill weeds. Remove dead weeds at soil surface. If perennial weeds and grasses still exist, then irrigate again four times daily for fourteen consecutive days until new growth appears. Reapply non-selective herbicide with dye indicator. Re- move weeds after herbicide has had sufficient time to take effect. Irrigation for weed germination shall not cause soil saturation and erosion. 308-4 PLANTING 308-4.1 General. (Refer to Green Book Specification and replace with following): 1) Irrigation work shall be inspected and accepted prior to start of work of this Section. s3 Revised 10/08/03 Contract No. 3 8022 Page 87 of 321 Pages 308-4.2 308-4.3 308-4.4 308-4.5 Plant material quantities, species, and sizes shall be provided as shown on Plans. Plants shall be inspected and accepted by the City before removal from containers and excavating soil for planting holes. Planting areas shall be irrigated to a minimum depth of six inches prior to planting installation. Planting pits shall be filled and water allowed to perco- late a minimum of three times prior to planting installation. Plant quantities on Plans are for Contractor's convenience only. Symbols shall take precedence over written numeric quantities. Scarify sides of plant root balls with sharp tool to depth of one inch to girdle circular root growth prior to planting. Planting shall be performed with materials, equipment, and procedures most favorable to establishment and growth of plants. Containers shall be opened and removed so that plant root balls are not in- jured. Protection and Storage. (Refer to Green Book Specification and substitute the following after the first sentence): Nursery stock in containers shall be watered regularly. Place plants in a sheltered area protected from sun and drying winds. Do not allow plants to dry out before and during planting. Keep exposed roots moist at all times during planting operations. Do not expose roots to the air except while being placed in the ground. Damaged and diseased plants will not be accepted, and shall be replaced at no extra cost to the City. Layout and Plant Location. (Refer to Green Book Specification and add the f o I low i n g ) : If underground construction work and obstructions are encountered during the plant- ing operations, alternate locations for plant material will be selected by the City. Plant relocation shall be performed at no extra cost to the City. Specimen Planting. (Add before first paragraph): Planting pits for trees 24-inch box size and larger shall be excavated at least 12 inches larger than the original plant container. Scarify soil at sides and bottom of planting pit. i Tree and Shrub Planting. (Refer to Green Book Specification and replace entire Section with the following): Handling and planting of container stock shall be performed without injury and breakage of plant root balls. Plants with root balls broken and damaged during plant- ing shall be replaced at no extra cost to the City. 1) Planting pits for trees and shrubs shall be excavated with scarified sides and bottoms. Width of holes shall be at least two times the diameter of plant root 4? Revised 10/08/03 ,Contract No. 38022 Page 88 of 321 Pages c I I I E E l I ID 1 1 I f 1 I c I b '. balls, and slightly less deep than the height of the root balls (minus one inch minimum). Planting pits shall be backfilled with native soil for shrubs and na- tive trees and with planting backfill for non-native trees. Planting backfill (for non-native trees only) shall be adjusted according to soils report, but shall be no less than the specified rate per cubic yard: a) 70% native soil b) 30% nitrogen stabilized organic amendment c) 16 Ibs gro-power plus d) 2 Ibs ferrous sulfate Thouroughly blend the above at a central on site location prior to use. The ferrous sulfate shall not come into contact with paving surfaces as staining will result. Set plant in center of pit (on slopes, place plant on downslope side) in plumb vertical position with the crown of the root ball approximately one inch above surrounding grade. Root crown shall be slightly above finish grade after wa- tering and settling. Final level of the root crown shall be the same, or slightly higher, relative to surrounding finish grade as to soil surface in container. Place fertilizer tablets in containers on top of plant root balls prior to planting to verify required quantity of tablets. Install fertilizer tablets in accordance with schedule below and manufacturer's instructions. Planting tablets shall be Gro-Power (or equal) planting tablets 12-8-8 (12 month slow release for- mulation). 4-21 gram tablets per 15 gallon container (non-native trees only). 1-21 gram tablet per each 4 inch tree box size (non-native trees only). Random testing after planting to verify fertilizer tablet installation shall be con- ducted by City's representative. Fill pit one-half full and lightly tamp planting backfill around root ball. Water thoroughly when half full, then completely backfill planting pit to finish grade. Lightly compact backfill again and water thoroughly. Plants shall be watered immediately after planting. Construct circular watering basins around each plant, slightly larger than the planting holes. The bottom of the basin shall be at approximate finish grade. Omit water basins for trees located within D.G. Mulch areas. 308-4.6 Plant Staking and Guying. 308-4.6.1 Method A Tree Staking. (Delete entire Section and add the following): Five and 15 gallon, and 24-inch box size trees, shall be staked in accordance with planting details. Thirty-inch box trees and larger shall be staked with guy wire, unless tree guying is waived by City Engineer. 308-4.6.2 Method B Tree Staking. (Not applicable) @ Revised 10/08/03 Contract No. 38022 Page 89 of 321 Pages 308-4.7 308-4.8 308-4.9 308-4.1 0 308-4.1 1 308-5 308-5.1 Ground Cover and Vine Planting. (Refer to Green Book Specification) Lawn Planting. (Refer to Green Book Specifications) Erosion Control Planting. (Not applicable) Root Control Barrier. (Add to Green Book Specification): Install root control barriers adjacent to hardscape as indicated on Plans, and in ac- cordance with manufacturer's instructions. Mulching. (Add to Green Book Specification): Spread mulch uniformly in planting areas as indicated on Plans, to a minimum depth of two inches. IRRIGATION SYSTEM I NSTALLATION General. (insert the following between second and third paragraph): Existing Trees: If excavating adjacent to existing trees, Contractor shall exercise cau- tion to avoid injury to trees and tree roots. Excavation near roots 1-112 inches and larger shall be done by hand. Tunnel under roots 1-112 inches and larger in diame- ter, except directly in the path of pipe and conduit. Roots shall be heavily wrapped with burlap to prevent scarring and excessive drying. If a trenching machine is run close to trees with roots smaller than 1-112 inches in diameter, wall of the trench ad- jacent to tree shall be hand trimmed, making clean cuts through roots. Trenches ad- jacent to trees should be closed within twenty-four hours; if not possible, side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. (Replace last paragraph with the following): Contractor shall follow requirements outlined in Section 2-5.4 for Record Drawings of the irrigation system Specifically, contractor shall dimension from two (2) permanent points of reference (building corners, sidewalk, road intersections, etc.) locations of the following items: (a) Remote control valves (b) Routing of control wiring (c) Quick coupling valves (d) (e) (9) (h) (i) Ball valves and gate valves Connection to existing water lines1water meter location Connection to existing electrical power1automatic controller location Other related equipment as directed by the City Significant changes in routing of lateral lines from those indicated on the plans Routing of pressure mainline piping (dimension every 100 feet along route) Controller Charts: As-built record drawings shall be approved by the City before Con- tractor prepares controller charts. Revised 10/08/03 Contract No. 38022 Page 90 of 321 Pages I I. E I I E E I c II, 1 I E I t 1 L Provide two controller charts for each controller installed. If existing controller is util- ized, then Contractor shall prepare new controller chart. Controller charts shall show irrigation zones controlled by automatic controllers, and shall be maximum size that controller doors will allow. Charts shall be reduced plans of as-built systems. If control circuits are not legible when plans are reduced, then they shall be enlarged to a size that will be readable when reduced. Charts shall be blackline or blueline ozalid prints, and different colors shall be used to indicate area of coverage for each station. After approval by the City, charts shall be hermetically sealed between two pieces of plastic-minimum 10 mils. thick each. Charts shall be completed and approved by the City prior to final inspection of irriga- tion system. Operation and Maintenance Manuals: Prepare and deliver to the City within ten cal- endar days prior to completion of construction, two hard cover binders with three rings containing the following information: (a) Index sheet stating Contractor's address and telephone number, list of equipment with name and address of local manufacturers' representa- tives. (b) Catalog and parts sheets on material and equipment installed under this contract. (c) Guarantee statement (refer to Subsection 308-7, Guarantee). (d) Complete operating and maintenance instruction manuals on major equipment. In addition to required maintenance manuals, provide the City's maintenance per- sonnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. 308-5.2 Irrigation Pipeline Installation. 308-5.2.1 General. (Refer to Green Book Specification and add the following before the first paragraph): Site Conditions: Scaled dimensions are approximate. Contractor shall check and verify dimensions, and receive City's approval, prior to proceeding with work under this Section. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damages to utilities. Check utilities record drawings for exist- ing utility locations. 4j Revised 10/08/03 Contract No. 38022 Page 91 of 321 Pages 308-5.2.2 308-5.2.3 Coordinate installation of irrigation materials to avoid interference with utilities, other construction, and planting: J Contractor shall carefully check elevations and grades to insure that work on the irri- gation system may safely proceed without conflicts. Water Supply: Irrigation system shall be connected to water supply points-of- connection as indicated on the drawings. . Connections shall be made at approximate locations shown on drawings. Contractor shall be responsible for minor changes caused by actual site conditions. Routing of sprinkler irrigation lines as indicated on the drawings is diagrammatic. In- stall lines (and various assemblies) in accordance with irrigation details and plans. Markings on PVC pipe shall be installed face up in the trench, and visible and read- able by the City Engineer. Contractor shall not install multiple assemblies on plastic lines. Provide each as- sembly with its own outlet. Install assemblies specified herein in accordance with respective details. In absence of detail drawings and specifications pertaining to specific items required to complete work, perform such work in accordance with best standard industry practice and with prior approval of City. PVC pipe and fittings shall be thoroughly cleaned of dirt, debris, and moisture before installation. Installation and solvent welding methods shall be as recommended by pipe and fitting manufacturers. On PVC to metal connections, Contractor shall work metal connections first. PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape, or approved substitution, shall be used on threaded PVC to PVC, and on threaded PVC to metal joints. Use only light wrench pressure to tighten joints. If threaded PVC connections are required, then use threaded PVC adapters, into which pipe may be welded. Temporary Repairs: The City reserves the right to make temporary repairs as neces- sary to keep the irrigation system equipment in operating condition. The exercise of this right by the City shall not relieve Contractor of responsibilities under terms of the guarantee in accordance with Section 308-7. Lines for other trades shall not be laid in irrigation trenches, but shall be installed in separate trenches. Steel Pipeline. (Not applicable) Plastic Pipeline. (Refer to Green Book Specification) 3 1 I 1 1 (Delete the second sentence, third paragraph, and replace with the following): e= s@ Revised 10/08/03 Contract No. 38022 Page 92 of 321 Pages t t I I P I I rn 308-5.2.4 308-5.3 I I E I I E L I 308-5.3.1 308-5.3.2 308-5.4 308-5.4.1 308-5.4.2 308-5.4.3 The solvent cement and installation methods recommended by pipe and solvent manufacturers shall be used. Copper Pipeline. (Refer to Green Book Specification) Installation of Valves, Valve Boxes and Special Equipment. (Refer to Green Book Specification and add the following:) (Insert paragraph between first and second paragraphs): Remote Control Valves: Install as shown on plans and details. Where grouped to- gether] allow at least twelve inches between valves. Install each remote control valve in a separate valve box. Testing of pressure mainlines shall occur prior to installation of remote control valves. (Delete the second sentence of the second paragraph) (Delete the third paragraph] and substitute the following): Valves shall be the size as indicated on the Plans. (Delete the second sentence of the fourth paragraph, and substitute the following): Valves shall be installed in plastic valve boxes per Subsection 21 2-2.2.7 herein, one valve in each valve box. (Add the following sentences to the sixth paragraph): Valve boxes shall have proper brick base support and extensions to prevent any seftling of boxes. Valve boxes shall be set parallel with each other, and with structures and paving. Valve Installation. (Add subsection): Gate Valves, Remote Control Valves, Ball Valves shall be installed one per box as indicated on plans and as detailed. Quick Coupling and Check Valves. (Add subsection): Quick Coupling Valves and In-line Check Valves shall be installed as indicated on plans and as detailed. Sprinkler Head Installation and Adjustment. General. (Refer to Green Book Specification) Location, Elevation, and Spacing. (Refer to Green Book Specification and delete first sentence of the second paragraph, and first sentence of the last paragraph) Riser Installation. (Refer to Green Book Specification) '3 Revised 10/08/03 Contract No. 38022 Page 93 of 321 Pages (Delete second paragraph and substitute with the following): Risers and nipples shall be threaded Schedule 80 PVC. (Delete the last two paragraphs) Sprinkler Head Adjustment. (Refer to Green Book Specification) 308-5.4.4 (Add the following sentence to the first paragraph): Flow control on individual valves may be adjusted so that uniform distribution of water is applied by sprinkler heads to planting areas covered by each individual valve system. (Delete last paragraph) 308-5.5 Automatic Control System Installation. (Delete the second sentence of the third paragraph, and substitute the following): When the valve is to be housed in a valve box, it shall be installed with at least four inches clearance below bottom of cover. (Delete the following from the first sentence of the fourth paragraph and substitute as noted): Delete-"galvanized steel conduit ..." Substitute-"gray schedule 40 PVC conduit" (Add the following to the sixth paragraph): Wire colors shall be provided as indicated in section 212-3.4 If installation varies ,from above assigned color scheme, Contractor shall make note of changes on "As-built' drawings. (Add the following sentences to the seventh paragraph): Insulation resistance to ground shall be fifty (50) megohms minimum. Wiring not meeting this requirement shall be replaced. (Add the following paragraphs): Expansion curls shall be provided within three (3) feet of each wire connection and at least every one hundred (1 00) feet of wire length on runs more than one hundred (1 00) feet in length, and also at each change of direction. Expansion curls shall be formed by wrapping at least eight (8) turns of wire around a one-inch diameter pipe, then withdrawing the pipe. $3 a* Revised 10/08/03 Contract No. 3 8 02 2 Page 94 of 321 Pages Install one spare wire from controller to each remote control valve manifold location on each mainline run. Verify total number and location of spare wires with City rep- resentative prior to wire installation. Splices shall be made with approved epoxy-filled waterproof splice kits. Field splices between automatic controllers and electrical control valves shall not be installed with- out prior approval of the City. (Add the following section): 308-5.6 Flushing and Testing. 308-5.6.1 308-5.6.2 General. (Refer to Green Book Specification) Pipeline Pressure Test. (Refer to Green Book Specification and replace with the following): Test shall be observed and accepted by the City prior to trench backfill. Re- quest presence of the City in writing at least 48 hours (2 working days) in ad- vance of test. No testing shall take place, nor water allowed into pipe system, before the solvent manufacturer's recommended curing time has elapsed. Mainline pressure piping shall be tested under hydrostatic pressure of 150 pounds per square inch and proved water-tight prior to backfiring. Test non- pressure lines under existing static pressure to prove water-tight. No irriga- tion trenches shall be backfilled until piping has been inspected, tested, and approved. Sustain pressure in pipe for not less that two (2) hours. If leaks develop, then replace leaking portions and repeat test until entire system is proven water- tight. \ Testing for mainline and lateral pipe shall be completed and accepted prior to planting. Testing of the system shall be performed after completion of each section, or completion of the entire installation. Necessary repairs to put the system in good working order shall be made by the Contractor before final payment by the City. Irrigation heads shall be installed only after flushing and testing of the system has been accepted in writing by the City. Testing of pressure mainlines shall occur prior to installation of remote control valves. 308-5.6.3 Sprinkler Coverage Test. (Refer to Green Book Specification and add the following): p,s Revised 10/08/03 Contract No. 38022 Page 95 of 321 Pages After completion of irrigation spray system, and prior to planting] Contractor shall per- form a coverage test in the presence of the City to determine whether coverage is complete and adequate. Contractor shall correct inadequate sprinkler coverage. Adjustment of the System: Contractor shall flush and adjust sprinkler heads for opti- mum performance and to prevent overspray onto walks, roadways] and buildings. If adjustments to irrigation equipment will provide better coverage and operation] then Contractor shall make such adjustments prior to planting. Adjustments may in- clude changes in sprinkler nozzle sizes and degrees of arc. Adjustments to irrigation system equipment shall be made at no extra cost to the City. Lowering raised sprinkler heads by the Contractor shall be accomplished within ten (1 0) days after notification by the City. Sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. 308-5.6.4 Operational Test. (Refer to Green Book Specification and add the following): Prior to final acceptance] the irrigation system shall be inspected by the City, and deficiencies shall be corrected by the Contractor. The entire irrigation system shall be under full automatic operation for a period of seven (7) days prior to planting work. The City reserves the right to waive or shorten the operation period. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT (Delete entire section and substitute the following): 308-6.1 General. Maintenance period shall not begin until entire landscape and irrigation installation, in accordance with Contract Documents, is accepted in writing by the City's representative. Maintenance shall be for the following duration: 90 days, or until plants are established and irrigation system is operating properly as determined by City Engineer] whichever period is longer. Irrigation and maintenance schedules outlining proposed activities and task frequencies shall be submitted to the City for approval prior to start of landscape maintenance period. Prior to final acceptance, the City shall be given controller enclosure keys, quick coupler keys, operational manuals, and other turnover items specified in Contract Documents. Rodents, insects, and other pests shall be controlled as necessary and by approved means. Restoration and repair of work areas disturbed by 4- r.# Revised 10/08/03 Contract No. 38022 Page 96 of 321 Pages pest control -shall be made by Contractor at no additional cost to the City. Contractor shall replace dead and damaged plants with specified plant material and repair damage caused by replanting work at no extra cost to City. Contractor shall immediately establish a program of pest, fungus, and weed control. Applications of pesticides, fungicides, and herbicides shall be made by operators licensed by the State of California Department of Food and Agriculture to perform such work. Materials used in this work shall be ap- proved by State of California Department of Food and Agriculture and other agencies with jurisdiction. 308-6.1.1 Scope. The following work shall be performed during the maintenance period: (a) Maintenance shall include, but is not limited to: Watering, mowing, fertilizing, weeding, applying anti-desiccants, cultivation, pest control, pruning, irrigation repair,.plant replacement. (b) Pickup and removal of trash from work areas, washing and brooming of walks and paving, and removal of unused materials from the job site. 308-6.1.2 Personnel. Contractor shall furnish sufficient supervisory and working personnel capable of ac- complishing work required under this Section on schedule and in accordance with Contract Documents. Maintenance personnel shall conduct themselves in a proper and efficient manner at all times. Personnel shall be fully clothed in suitable work clothing. 308-6.1.3 Supervision. Contractor shall have competent supervisors, who may be working supervisors, on the job while work is being performed. Supervisors shall have a minimum of three (3) years field experience and possess adequate technical knowledge to supervise work in accordance with Contract Documents. A non-working supervisor shall inspect job site regularly (at least two times each week) to insure work is performed in accordance with Contract Documents. 308-6.2 Landscape Maintenance. 308-6.2.1 General Quality of Landscape Maintenance. Contractor shall provide complete landscape maintenance including, but not limited to: irrigation, fertilization, weed control, control of plant pests and diseases, mowing, clean-up, maintenance of drainage systems, and other work required to maintain job site in safe, attractive and usable condition, Maintain lawn in good condition with horticulturally acceptable growth and color. Revised 10/08/03 Contract No. 3 8 0 2 2 Page 97 of 321 Pages 308-6.2.2 308-6.3 308-6.3.1 308-6.3.2 308-6.3.3 308-6.4 308-6.5 Post-planting Fertilization. No later than 45 days after the start of the maintenance period, and at completion of maintenance period (prior to final inspection), apply post-plant commercial fertilizer to lawn areas at the rate of six (6) pounds per 1,000 square feet. Irrigation Maintenance. Scope of Work. Provide labor, materials, equipment, and services necessary to properly maintain, operate, adjust, and perform minor repairs to irrigation system during maintenance period. Contractor shall have tools and spare parts for irrigation repairs on the job site at all times. Ground cover and shrub growth may require raising of heads to clear plant material. General. Irrigation materials shall be best available quality and as specified unless otherwise approved. Materials shall include: pipe fittings, heads, emitters, valves, cocks, stops, solvent cement. Contractor shall provide adequate garden hoses, quick coupler keys, and other equipment and tools necessary for the execution of maintenance work. At least once each week during the maintenance period, maintenance personnel shall manually operate each remote control valve, and inspect each sprinkler head in that valve circuit, to determine proper and adequate operation. Operation. Contractor shall adjust irrigation timing and frequency to avoid over watering and runoff, and maintain optimum soil moisture for healthy plant growth. Maintenance Report. (Add the following paragraph): Contractor shall submit bi-weekly maintenance reports to the City Engineer. Reports shall outline maintenance work performed in the preceding two weeks, and planned maintenance work for the following two week period. Failure to submit reports shall be deemed an interruption of the maintenance period, and shall extend the comple- tion date of the maintenance period accordingly. End of maintenance period shall occur only on receipt by Contractor of written final acceptance of work from the City Engineer. Closeout Schedule and Procedure. Prior to final inspection, Contractor shall request City's representative to perform pre- liminary review of work to determine whether work has been completed in accor- dance with Contract Documents. Contractor shall notify the City at least two working days in advance of requested date of review. Information gathered from this review e= E# Revised 10/08/03 Contract No. 38022 Page 98 of 321 Pages t E t I 308-6.6 I f f 308-7 L f will be used by the City's representative to prepare a "punch list' of work to be per- formed, corrected, or completed. Punch list shall be completed by Contractor prior to final inspection. Temporary facilities shall be removed from the job site. Job site shall be thoroughly cleaned as specified in Section 308-6. 1. 1 (b). Irrigation equipment shall operate in accordance with Contract Documents and manufacturers' specifications. Adjust, repair, balance, and replace equipment not operating properly. Record drawings shall be completed and submitted to the City. Review and approval of record drawings by the City Engineer is required prior to final acceptance. Required material and equipment turnover items according to Section 21 2-2.6, and equipment maintenance instructions, shall be submitted to the City. Guarantees and warranties shall be submitted to the City. Final Inspection. After punch list items noted at preliminary review of work have been completed, Con- tractor shall notify the City to request final inspection. Notice shall, be given at least five working days in advance of the time the final inspection is to be performed. Contractor, or principal superintendent authorized to act on behalf of Contractor, shall accompany the City's representative during the final inspection, as well as prin- cipal subcontractors that the City may request to be present. If the work has been completed in accordance with Contract Documents and no fur- ther corrective measures are required, the City will accept the project and will file for the Notice of Completion. If the work has been substantially completed in accordance with the Contract Docu- ments, and only minor corrective measures are required, the City will conditionally accept the project and will file for the Notice of Completion based upon the Contrac- tor's assurance that the corrective measures will be completed within a specified time period agreed to by the City. GUARANTEE (Refer to Green Book Specification and add the following paragraph): The entire irrigation system shall be guaranteed against defects in materials and workmanship for a period of one year from the date of acceptance of work. Should the Contractor fail during the guarantee period to expeditiously correct a defect upon written notification by the City, the City shall cause the work to be corrected and bill the actual costs incurred to the Contractor. Defect corrections shall include the com- plete restoration of existing improvements that were damaged as a result of the defect. Guarantee form shall be retyped onto Contractor's letterhead as follows: GUARANTEE FOR IRRIGATION SYSTEM tJ Revised 10/08/03 Contract No. 38022 Page 99 of 321 Pages J 308-7.2 308-8 .. We hereby guarantee that the irrigation system we have provided is free from de- fects in materials and workmanship, and that work has been completed in accor- dance with Contract Documents, ordinary wear and tear excepted. We agree to re- pair and replace defects in materials and workmanship, including settling of back- filled areas below finish grade that may develop during the period of one year from date of acceptance, and also to repair damage resulting from repairing and replacing such defects at no additional cost to the City. We shall make such repairs and re- placements within 72 hours after receipt of written notice. If we fail to make such re- pairs after written notice from the City, we authorize the City to make said repairs and replacements at our expense, and we shall pay the costs and charges therefore upon demand. PROJECT: LOCAT ION : SI G N ED : ADDRESS: PHONE: DATE OF ACCEPTANCE: (Contractor) Planting Guarantee. Contractor shall guarantee plants to be in a healthy, thriving condition for the follow- ing time periods beginning on the first day of the maintenance period: Trees: Shrubs, Vines, and Ground Cover: 1 gallon and larger-90 DAYS 15 gallon and larger-ONE YEAR Measurement and Payment. (Refer to Green Book Specification and add the following): The cost of the irrigation system shown on the Plans and described in the Specifica- tions shall be included in the lump sum bid price for automatic irrigation. The cost of planting trees and shrubs shall be included in the unit bid price for each of these items. The cost of hydroseeding shall be included in the unit bid price for hydroseeding. The cost of soil amendments and weed abatement as described in the Specifications shall be included in the unit bid price for soil preparation and fine grading. The cost of root barriers as described on the Plans and in the Specifications shalt be included in the unit bid price for trees. The cost of lodge pole fencing and stabilized decomposed granite walkways shall be included in the unit bid price for each of these items. The cost of maintenance of the entire project shall be included in the lump sum bid price for ninety (90) day maintenance. END OF SECTION @ Revised 10/08/03 Contract No. 38022 Page 100 of 321 Pages I t I I E I t )l)i P I I I PART SEVEN - ADDITIONAL SPECIFICATIONS (CONSTRUCTION SPECIFICATIONS INSTITUTE FORMAT) DIVISION 2 -SITE WORK SECTION 02010 DEMOLITION AND REMOVAL PART 1 - GENERAL 1.01 SUMMARY This Section includes requirements for Demolition and Removal of existing asphalt and concrete pavements, clearing and grubbing, existing trees, and removal of all other existing improvements within the limits of work as indicated on the drawings. This Section also includes the installation of temporary construction fencing. 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. State of California Department of Transportation (Caltrans) Standard Specifications, Latest Edition. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (Latest Edition). 3. 4. B. Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 3. State of California Department of Transportation (Caltrans) Standard Plans, Latest Edition. 4. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. C. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated VP Revised 10/08/03 Contract No. 38022 Page 101 of 321 Pages June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and power lines, which may create a safety hazard. 1.04 PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. B. Prior to commencing the work, the Contractor shall pothole all existinu utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. C. Shoring: The California Division Occupational Safety and Health Enforces the requirement that building and construction contractors obtain a permit prior to commencing certain types of hazardous activity, as specified in Section 65000 of the State Labor Code and Section 341 of Title 8 of the California Code of Regula- tions. These activities include construction of trenches or excavations which are five feet or deeper and into which a person is required to descend, the construc- tion or demolition of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height, and the underground use of diesel en- gines in work in mines and tunnels. Construction permits are issued by district of- fices of the division. The San Diego office is located at: State of California Department of Industrial Relations Division of Occupational Safety and Health 7575 Metropolitan Drive, Suite 204 San Diego, CA 92108 (61 9) 767-2060 em E@ Revised 10/08/03 Contract No. 38022 Page 102 of 321 Pages I I I I f 1 E E m I c f 1 I I D. 1. This project mav include trenchina in excess of 5 feet in depth which will require a permit from the California Division of Occupational Safetv and Health (CAL-OSHA). The Contractor shall be responsible for obtaining the appropriate permit, and shall comply with the requirements of the , permit, and with CAL-OSHA law. The Contractor shall submit a shoring plan prepared in accordance with CAL-OSHA requirements, to the Owner for review prior to commencing the work. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent softening of ex- posed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with require- ments of the City and the California State Water Resources Control Board. Construc- * tion water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto ad- jacent properties. California Storm Water Best Management Practices and the guid- ance provisions set forth in the Storm Water Pollution Prevention Plan shall be com- plied with for all phases of the work. E. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, eleva- tions or grades and restore surface construction prior to acceptance. Provide appro- priate erosion control and sediment control measures to prevent water-borne soil from leaving the site. The Storm Water Pollution Prevention Plan will provide erosion and sedimentation control guidance to the contractor; however, the contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the site. The contractor shall be responsible to clean up any soil deposited in the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds and other surface waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain catch basins and to prevent sediment from entering the public or private storm drain sys- tem during construction. 1.05 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. B. C. D. E. F. Section 021 10, "Site Clearing" Section 02200, 'Earthwork for Structures and Pavements". Section 02660, "Exterior Water Distribution System". Section 02720, "Storm Drainage System". Section 02730, "Exterior Sanitary Sewer System". Requirements for Mechanical Work in Division 15; Revised 10/08/03 Contract No. 38022 Page 103 of 321 Pages G. H. Divisior, 1. Requirements for Electrical Work in Division 16. 1.06. SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS 2.01 TEMPORARY CONSTRUCTION FENCING Comply with the requirements of Section 206-6 of the Standard Specifications. Fence height shall be 6', with appropriate access gates, which shall be lockable. PART 3 EXECUTION 3.01 GENERAL A. Perform all demolition and removal in accordance with Section 300-1.3 of the Standard Specifications, and as described in this Section. B. Protect all facilities to remain. C. Comply with Federal, State, and local hauling and disposal regulations. D. Coordinate demolition and removal operations with the requirements of Section 021 10, "Site Clearing", and Section 02200, "Earthwork for Structures and Pave- men t ". E. Coordinate demolition and removal operations for on-site work with demolition and removal required for construction of improvements. Comply with all traffic control requirements required by the Owner and the City of San Diego for construction traffic. F. Prevent the spread of dust and debris, and avoid the creation of a nuisance or hazard in the surrounding area. G. Provide weather protection during the construction period to prevent erosion of the site or deposition of sediment onto adjacent property. H. Noise shall be kept at a reasonable level (in the opinion of Owner) as related to specific items of equipment used, and their hours of use. This does not preclude the use of mechanical equipment, i.e., jackhammers, etc. 1. ' Provide temporary construction fencing, in accordance with Section 206-6 of the Standard Specifications. Exact location of temporary construction fencing shall be approved by the Owner prior to construction. 3.02 SPECIFIC REQUIREMENTS (3 Revised 10/08/03 Contract No. 38022 Page 104 of 321 Pages b I I I I I I I: A. Demolish and remove existing improvements, including but not limited to the following: 1. Site improvements, including asphalt and concrete paving, curb and gut- ter, buried concrete boxes and vaults, fences, gates, retaining wall, swimming pools and associated appurtenances, and miscellaneous equipment of various materials and construction. Limits of demolition of existing A.C. and P.C.C. pavements, curb and gut- ter, and retaining walls shall be sawcut. 2. 3. Buried piping and associated appurtenances of various materials and construction, as indicated on the drawings. 4. Remove any existing irrigation, water, gas, electric, telephone, cable, sanitary sewer, storm drain, et cetera found within one foot of finished grade elevations. Cut and cap existing buried piping where indicated to be abandoned in place. Cap shall be the same size and made of the same material as the pipe being abandoned. 4. END OF SECTION $3 Revised 10/08/03 Contract No. 38022 Page 105 of 321 Pages SECTION 02110 SITE CLEARING PART 1 GENERAL 1.01 SUMMARY This Section covers the requirements for site clearing, including clearing and grubbing, removal of existing trees, and other items as specified below in preparation for earthwork operations. 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. 4. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Edition). B. C. Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 4. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: 43 Revised 10/08/03 Contract No. 38022 Page 106 of 321 Pages I I I I I I I I) I I 1 I I 1 1.04 1.05 1.06 A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. 6. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines which may create a safety hazard. PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. B. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differ- ences from positions indicated on the drawings. If potholes do not reveal the lo- cation of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. 6. C. Division 1. Section 0201 0, "Demolition and Removal" Section 02200, "Earthwork for Structures and Pavements" SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS Not applicable to this section. cJ Revised 10/08/03 Contract No. 38022 Page 107 of 321 Pages PART 3 EXECUTION 3.01 GENERAL A. B. C. D. E. F. G. H. I. J. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differ- ences from positions indicated on the drawings. If potholes do not reveal the lo- cation of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. Perform all clearing and grubbing as defined in Section 300-1.1, 300-1.2, 300-1.3 Items A, B and C, of the Standard Specifications, and as described in this Section. Coordinate clearing and grubbing with the requirements of Section 0201 0, "Demo- lition and Removal", and Section 02200, "Earthwork for Structures and Pavement". The Contractor shall protect existing facilities and landscape outside the limits of work. The Contractor shall exercise care to avoid damage to existing facilities to remain. The Contractor shall take all means to avoid the spread of dust to adjacent prop- erty or the public right-of-way. The Contractor shall be responsible for street sweeping and cleaning of the public right-of-way and adjacent property. Provide weather protection during the construction period to prevent erosion or sedimentation onto the public right-of-way or adjacent property. Prior to all work of this section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this portion of the work. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities traversing the area of work to be retained and determine the re- quirements for protection. Disconnection and protection of utilities: Preserve in operating condition all active utilities traversing the site and servicing adjacent structures. Protect all property including, but not necessarily limited to mains, manholes, catch basins, valve boxes, poles, guys, and other appurtenances. END OF SECTION @ Revised 10/08/03 Contract No. 38022 Page 108 of 321 Pages I SECTION 02200 EARTHWORK FOR STRUCTURES AND PAVEMENTS I I I I I f I rn I I t 1 I I PART 1 GENERAL 1.01 SUMMARY This Section covers the requirements for earthwork including cut and fill operations and materials, removal and recompaction, disposition of on-site unsatisfactory material and debris. It is the responsibility of the contractor to provide adequate equipment and methods to accomplish the work in accordance with these specifications and any applicable grading codes and local agency ordinances. 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. B. C. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Edition). 2. 3. 4. Standard Drawinas 1. San Diego Regional Standard .Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 4. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. #m 6$ Revised 10/08/03 Contract No. 3 8022 Page 109 of 321 Pages 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to tje demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines, which may create a safety hazard. I II S B. 1.04 DEFINITIONS Backfill: Material used in refilling a cut or other excavation. A. B. C. D. E. F. G. H. I. J. K. Capillary Water Barrier: A layer of clean, poorly graded crushed rock, stone, or natural sand or gravel having a high porosity which is placed beneath a building slab with or without a vapor barrier to cut off the capillary rise of pore water to the area immediately below a slab. "Soil Fills: Soil fills are defined as fills containing no rocks or hard lumps larger than 6 inches in maximum dimensions and containing at least 40 percent by weight of material smaller than 314 inch in size. Compaction: The process of mechanically stabilizing a material by increasing its density at a controlled moisture condition. "Degree of Compaction" is expressed as a percentage of the maximum density obtained by the test procedure described in ASTM D1557 for general soil types abbreviated in this specification as "lamount indicated) percent ASTM D1557 maximum density". Embankment: A "fill" having a top that is higher than adjoining ground. Excavation: The removal of soil, rock, or hard material to obtain a specified depth or elevation. Fill: Specified material placed at a specified degree of compaction to obtain an indicated grade or elevation. Lift: A layer (or course) of soil placed on top of a previously prepared or placed soil in a fill or embankment. Soil: The loose surface material of the earth's crust resulting from the chemical and mechanical weathering of rock and organic material. Subgrade: The bottom layer of material (sometimes in-situ soils or rock) graded or otherwise prepared for supporting the addition of fill material, pavement courses, or building footings and slabs. Unsatisfactory Material: Existing, in-place soil or other material which can be identified as having insufficient strength characteristics or stability to carry in- tended loads in fill or embankment without excessive consolidation or loss of sta- bility. Materials classified as PT, OH, or OL by ASTM D2487 are unsatisfactory. Revised 10/08/03 Contract No. 38022 Page 11 0 of 321 Pages 1 I I I I[ t t P I I I I I I 6 I Unsatisfactory materials also include any expansive clays, decomposable or or- ganic debris, rubber tires, metal and plastic. Expansive soils are soils with an ex- pansive index greater than 35 when tested by UBC test standard 29-2. L. Debris: Existing materials such as asphalt, concrete, glass and other non-organic items that are present in some on-site fill areas. 1.05 DELIVERY AND STORAGE Deliver and store materials in a manner to prevent contamination or segregation and ero- sion. 1.06 PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. B. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differ- ences from positions indicated on the drawings. If potholes do not reveal the lo- cation of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. C. Shoring: The California Division Occupational Safety and Health Enforces the requirement that building and construction contractors obtain a permit prior to commencing certain types of hazardous activity, as specified in Section 65000 of the State Labor Code and Section 341 of Title 8 of the California Code of Regula- tions. These activities include construction of trenches or excavations which are five feet or deeper and into which a person is required to descend, the construc- tion or demolition of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height, and the underground use of diesel en- gines in work in mines and tunnels. Construction permits are issued by district of- fices of the division. The San Diego office is located at: State of California Department of Industrial Relations Division of Occupational Safety and Health 7807 Convoy Court, Suite 140 San Diego, CA 921 11 (61 9) 637-5534 1. This project mav include trenchina in excess of 5 feet in depth which will require a permit from the California Division of Occupational Safety and Health ICAL-OSHA). The Contractor shall be responsible for obtaining @ Revised 10/08/03 Contract No. 38022 Page 11 1 of 321 Pages D. E. F. G. the appropriate permit, and shall comply with the requirements of the permit, and with CAL-OSHA law. The Contractor shall submit a shoring plan prepared in accordance with CAL-OSHA requirements, to the Owner for review prior to commencing the work. Prior to commencing the work, the Contractor shall pothole all existina utilities at all crossinq points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor 'shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent softening of ex- posed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with require- ments of the City and the California State Water Resources Control Board. Construc- tion water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto ad- jacent properties. California Storm Water Best Management Practices and the guid- ance provisions set forth in the Storm Water Pollution Prevention Plan shall be com- plied with for all phases of the work. Utilities: Movement of construction machinery and equipment over new and existing pipes, tunnels and utilities during construction shall be at the Contractor's risk. Perform all work adjacent to privately owned utilities as indicated in accordance with procedures outlined by utility company. For work immediately adjacent to or for excavations exposing a utility or other buried obstruction, use hand or light equip- ment excavation. Start hand or light equipment excavation on each side of the indi- cated obstruction and continue until the obstruction is uncovered or until clearance for the new grade is assured. Support uncovered lines or other existing work as af- fected by the contract excavation until backfill has been completed. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, eleva- tions or grades and restore surface construction prior to acceptance. Provide appro- priate erosion control and sediment control measures to prevent water-borne soil from leaving the site. The Storm Water Pollution Prevention Plan will provide erosion and sedimentation control guidance to the contractor; however, the contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the site. The contractor shall be responsible to clean up any soil deposited in the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds and other surface waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain catch +% rC Revised 10/08/03 Contract No. 3 8 02 2 Page 1 12 of 321 Pages 1 1 1 I I 1 I 1 81 1 I 1 1 I 0 I J a 3 I basins and to prevent sediment from entering the public or private storm drain sys- tem during construction. 1.07 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. 6. C. D. E. Division 1. I I 1 I I Section 0201 0, "Demolition and Removal". Section 021 10, "Site Clearing". Section 02225, "Excavation, Backfilling and Compaction for Utilities". Section 02233, "Graded Crushed Aggregate Base Course for Pavements". 1.08 SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS m 2.01 MATERIALS I II) I I I I I A. Soils Materials: Provide materials free from roots, wood, metal, plastic, scrap materials, vegetable matter, and other unsuitable materials. 1. The on-site soils less any contaminated soil, debris, expansive clays, or other organic matter may be used in the required site fills. Fill materials shall not contain rocks or lumps over 6 inches in largest dimension, and not more than 40 percent larger than 1.5 inches. Fill materials shall have a low or very low expansion potential (UBC Expansion Index of 50 or less) granular soil. Import shall also have a low corrosive potential (mini- mum resistivity greater than 2000 ohm-cm, chloride content less than 200 parts per million, and soluble sulfate content of less than 0.1 percent). Imported fill material shall be evaluated for use prior to importing. Any imported material shall contain sufficient fines (binder material) so as to provide a compacted fill that will be relatively impermeable and that will be stable in shallow trenches. 2. Material of a perishable, spongy, or otherwise unsuitable nature as de- termined by the Geotechnical Engineer shall not be used in fills. Materials used for fill, either imported or on-site, shall not contain hazard- ous materials as defined by the California Code of Regulations, Title 22, Division 4, Chapter 30, Articles 9 and 10; 40 CFR; and other applicable local, state, or federal laws. 3. 4. Representative samples of soil materials to be used for fill shall be tested in the laboratory by the geotechnical engineer to determine the maximum density, optimum moisture content, and, where appropriate, shear strength, expansion, and gradation characteristics of the soil. I * tp Revised 10/08/03 Contract No. 38022 Page 113 of 321 Pages 5. During grading operations, soil or ground water conditions other than those identified in the geotechnical report may be encountered by the Contractor. The Contractor shall immediately notify Owner if unantici- pated conditions are encountered. PART 3 EXECUTION 3.01 SURFACE PREPARATION A. The Contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. Clearing and Grubbing: Perform clearing and grubbing in accordance with Section 0211 0, "Site Clearing", and Section 300-1 of the Standard Specifications. Protect from damage trees and shrubs and their root systems which are outside the limits of grading. For trees and shrubs indicated to be removed, grub out matted roots and roots over 1" in diameter to at least 18" below the existing surface of areas to receive fill material. Brush refuse, stumps, roots, and timber shall become the property of the Contractor and removed from the site. B. C. Any unsatisfactory material, as previously defined, shall be segregated from satisfactory soil or debris and removed from the site. D. Debris Material: Debris material defined as broken up pieces of asphalt and concrete, glass and other non-organic materials shall be removed. This debris material shall become the property of the contractor and removed from the site. 1 1 I 3.02 REMOVAL AND RECOMPACTION REQUIREMENTS A. Areas supporting fills, structures, road ways or parking areas: The Geotechnical Consultant shall be notified three working days or more in advance of importation to evaluate, sample, and test materials to be imported. Prior to placement of fill, the contractor shall request and evaluation of the exposed ground surface by the Geotechnical Consultant. The exposed ground surface shall be scarified to a depth of 8-inches and watered or dried, to achieve generally uniform moisture con- tents at or near the oDtimum moisture content. The scarified materials should then I be compacted to 90% or more of the maximum density in accordance with ASTM D1557. B. Cut areas: Additional removals are required in cut areas to provide a minimum compacted fill depth of one foot beneath the bottom of the deepest footing. Pro- vide precise elevation control to ensure sufficient removal depths. The bottom of all excavations shall be inspected by the Geotechnical Engineer prior to back fill operations and shall be cross-ripped to a depth of at least 6 inches, moisture con- ditioned, and recompacted to a minimum of 90% ASTM D1557 prior to back filling. Locally deeper removals may be necessary if loose or poorly compacted soils are exposed during the grading process. Removed soils may be stocked piled for re-use in controlled fills. I C. 6$ Revised 10/08/03 Contract No. 38022 Page 11 4 of 321 Pages 3.03 GRADING I I I I I t I )I) I I I I I I I f A. Removed soils shall be thoroughly mixed and moisture conditioned as directed by the Geotechnical Engineer. Soil moisture, in the opinion of the Geotechnical Engi- neer, shall be very near optimum levels during compaction operations. B. Fill soils shall be mechanically compacted, in maximum 8-inch thick, horizontal lifts to at least 90% of the laboratory maximum density. Sub grade soils beneath as- phalt pavement shall be compacted to at least 95% of the laboratory maximum density within the upper one-foot. C. All patios, walkways and driveways require a base of 6" clean sand (SE30 or greater). Refer to section 02620, "Concrete Curbs, Gutters and Walks" for addi- tional requirements. 3.04 CUT/FILL TRANSITION A. CuVfill transition shall be eliminated beneath buildings and improvements as specified herein. There shall be a minimum of one foot of compacted soil beneath asphalt pavements, driveways, and the deepest footing. 3.05 EXISTING UNDERGROUND UTILITIES All existing underground utilities shall be identified prior to commencing grading operations. Exercise sufficient care to prevent damage to underground utilities during grading opera- tions. Adequate compaction levels within the utility trench backfills shall be confirmed by compaction testing by the Geotechnical Engineer during grading operations. 3.06 GRADED SLOPES Graded cut and fill slopes shall be constructed at 2:l gradient. 3.07 FINISH OPERATIONS A. Site Grading: Grade to finished grades indicated within 0.05'. Grade areas to drain water away from structures. Existing grades, which are to remain but are disturbed by the Contractor's operations, shall be restored as specified herein. B. Finishing Subgrades Under Structures and Pavements: Finish the surface of the top lift of the fill or top of the subgrade to the elevation and cross section indicated. The finished surface shall be smooth and of uniform texture. Lightly scarify or blade the finished surface to bring the finished surface to within 0.05' of the.indi- cated grade and to eliminate imprints made by the compaction and shaping equipment. The surface shall show no deviations in excess of 3/8" when tested with a 10' straightedge. 3.08 DISPOSITION OF SURPLUS MATERIAL A. Unsatisfactory Material and Debris: All unsatisfactory material and any debris material shall be removed from the site to a location approved by the Owner and the responsible City, county, and state where material must be dumped. em p,s Revised 10/08/03 Contract No. 38022 Page 115 of 321 Pages 3.09 PROTECTION OF SURFACES Protect newly graded areas from traffic, erosion, and settlements that may occur. Repair or reestablish damaged grades, elevations, or slopes prior to acceptance of work. 3.1 0 SOIL TESTING A. Soil testing during construction shall be performed by a Geotechnical Engineer engaged and paid for by the Owner. Materials and operations under this section shall be monitored by the Geotechnical Engineer. In general, no more than 1 foot of soil in vertical elevation shall be placed without at least one field density test be- ing made within that interval. In addition, a minimum of one field density test shall be made for every 100 cubic yards of soil fill placed and compacted, unless di- rected otherwise by the geotechnical engineer. The Geotechnical Engineer shall make random field density tests of the com- pacted soil fill to provide a basis for expressing an opinion as to whether the fill material is compacted as specified. The basis for its opinion that the fill material has been compacted to at least the minimum relative compaction specified shall be that no tests in compacted or recompacted fill areas indicate a relative compac- tion of less than that specified. Density tests shall be made in the compacted ma- terials below any disturbed surface. When these tests indicate that the density of any layer of fill or portion thereof is below that specified, the particular layer or ar- eas represented by the test shall be reworked until the specified density has been achieved. B. C. Prior to placement of concrete, footing excavations and fill placement shall be observed and tested by the geotechnical engineer. D. The Contractor shall be responsible for any rework necessary to achieve the specified densities to the satisfaction of the geotechnical engineer. E. The Contractor shall complete all grading operations within the scheduled time approved by the owner. If grading operations continue beyond the scheduled time period, the Contractor shall be responsible for the cost of Geotechnical Engineer- ing services required to provide testing during the time extension. 3.11 SURVEY SERVICES A. The Contractor shall be responsible for procuring all surveying services as may be required for construction. All construction surveying services shall be provided by a licensed land surveyor or registered civil engineer licensed to practice land sur- veying. The Contractor shall be responsible for any monumentation and/or benchmark, which will be disturbed or destroyed by construction. Such points shall be refer- enced and replaced with appropriate monumentation by a licensed land surveyor or a registered civil engineer authorized to practice land surveying. A Corner Re- cord for Record of Survey, as appropriate, shall be filed by the licensed land sur- veyor or registered civil engineer as required by the Land Surveyor's Act. B. END OF SECTION 4? Revised 10/08/03 Contract No. 3 8022 Page 11 6 of 321 Pages I I I I I I I rn I I I f I I '. I SECTION 02223 PART 1 GENERAL 1.01 DESCRIPTION TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 1.02 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM C 131 ASTM C 150 - Portland Cement ASTM D 75 - Practice for Sampling Aggregates ASTM 1556 - Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone ASTM D 1557 - Test Method for Moisture-Density Relations of Soils Using a Modified Effort ASTM D 241 9 - Test Method for Sand Equivalent Values of Soil and Fine Aggregate ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods ASTM D 3776 - Test Method for Mass Per Unit Area (Weight) of Woven Fabric ASTM D 4253 - Test Methods for Maximum Index Density and Unit Weight of Soils Using a ASTM D 4254 - Test Methods for Minimum Index Density and Unit Weight of Soils and ASTM D 4632 - Test Method for Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 - Test Method for Determining the Apparent Opening Size of a Geotextile CAL-OSHA - Title 8 General Industry Safety Orders - Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine method Vibratory Plate Calculation of Relative Density 1.03 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 15000,15044,15056,15061,15064, and 15065 1.04 GEOTECHNICAL TESTING The Developer or Contractor shall engage the services of a geotechnical engineering firm or individual licensed in the State of California to monitor soil conditions during earthwork, trenching, bedding, backfill, and compaction operations. Sampling and testing procedures shall be performed in accordance with the Reference Standards and as follows: ?- .l.' Revised 10/08/03 Contract No. 38022 Page 11 7 of 321 Pages A. B. C. D. E. F. The soils technician shall be present at the site during all backfill and compaction operations. Failure to have the soils technician present will subject such operations to reject ion. Density and optimum moisture content of soil shall be determined by the use of the sand cone method, ASTM D 1556, or nuclear density gauge method, ASTM D 2922 & D 301 7. Since the composition of the pipe and the walls of the trench have an effect on the nuclear density gauge output, a minimum of 25% of the density and optimum moisture tests shall be made using the sand cone method. Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. Determine the relative density of cohesion less soils by ASTM D 1557, Method C and/or D. Sample backfill material by ASTM D 75. Express "relative compaction" as a percentage of the ratio of the in-place dry density to the laboratory maximum dry density. A report of all soils tests performed shall be stamped and signed by the soils firm or individual and shall be submitted by the Contractor prior to the filling of the Notice of Completion by the District. The report shall document the sampling and testing of materials, the location and results of all tests performed, and shall certify that materials and work are in compliance with this specification. 1.05 PIPE ZONE The pipe zone includes the full-width of the trench from 6-inches below the bottom of the pipe to 12- inches above the top of the pipe and extends into manhole or vault excavations to the point of connection to or penetration of such structure. 1.06 TRENCH ZONE The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the pavement zone in paved areas, or to the existing surface in unpaved areas, and extends into manhole or vault excavations above the pipe zone. 1.07 PAVEMENT ZONE The pavement zone includes the concrete or asphalt concrete pavement and aggregate base section placed over the trench zone and extends into manhole or vault excavations above the trench zone. 1.08 PROTECTION OF EXISTING UTILITIES AND FACILITIES The Contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work in accordance with Section 01 000. 1.09 PROTECTION OF EXISTING LANDSCAPING ern r.# Revised 10/08/03 Contract No. 38022 Page 11 8 of 321 Pages The Contractor shall be responsible for the protection of all the trees, shrubs, fences, and other landscape items adjacent to or within the work area in accordance with Section 01 000. 1.10 ACCESS The Contractor shall provide continuous, unobstructed access to all driveways, water valves, hydrants, or other property or facilities within or adjacent to the work areas. 1.11 SAFETY A. Protection of workers within trenches shall be as required by the California Labor Code and in accordance with Section 01 000. I I I I t P I I I I I t B. All excavations shall be performed in a safe manner and shall be protected and supported in accordance with CAL-OSHA regulations. Barriers and traffic delineators shall be placed in accordance with the requirements of the agency having jurisdiction. C. 1.1 2 BLASTING Blasting for excavation shall not be performed without the written permission of the District Procedures and methods of blasting shall conform to all Federal, State, and local laws and ordinances. 1.13 PIPE JACKING Pipe jacking may be permitted in accordance with Section 151 25. District approval is required in advance of such operations. 1.14 EXCESS EXCAVATED MATERIAL A. The Contractor shall remove and legally dispose of all excess excavated material and demolition debris. B. It is the intent of these specifications that all surplus material shall be legally disposed of by the Contractor. Before acceptance of the work by District, the Contractor shall provide the District with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the District . from any liability connected therewith. 1.1 5 CHANGES IN LINE AND GRADE In the event obstructions not shown on the plans are encountered during the progress of the work, and which will require alterations to the plans, the Engineer shall have the authority to change the plans and order the necessary deviation from the line and grade, in accordance with Section 01 000. The Contractor shall not deviate from the specified line and grade without prior written approval by the District. @ Revised 10/08/03 Contract No. 38022 Page 119 of 321 Pages 1.16 HYDROSTATIC TESTING No. 30 No. 200 Pre-testing of the piping system may be performed for the Contractor's convenience at any time. However, the final hydrostatic pressure test, as described in Section 15044, shall be performed following the completion of all backfilling and trench zone compaction with a minimum of 2.5-feet of material over the pipe. 25-45 3-9 PART 2 MATERIALS 1 -Inch 3/4- I nc h 1 /2-1 n c h 3/8- I nc h No. 4 No. 8 ASTM C 131 Testing Grade 2.01 GENERAL 100 90-1 00 30-60 0-20 0-5 B --- The Contractor shall furnish backfill material as specified below. All materials used in and above the pipe zone shall be capable of attaining the required relative density. 2.02 IMPORTED GRANULAR MATERIAL - PIPE ZONE Imported Granular Material shall be used within the Pipe Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint- Coated Pipe. The Imported Granular Material shall be quarry waste (decomposed granite) free from organic matter. Material shall have a sand equivalent value of not less than 30 per ASTM D 2419, a coefficient of uniformity of 3 or greater, and shall conform to the following gradation: I 3/4- I n c h I 90-1 00 I I No. 4 I 50-95 I Native materials may not be used in lieu of Imported Granular Material unless such materials meet all of the requirements specified above. 2.03 CRUSHED ROCK - PIPE ZONE Crushed Rock shall be used in the Pipe Zone on PVC Gravity Sewer Pipe. Crushed rock shall be clean, crushed stone free of organic matter. Crushed rock shall be certified to contain less than 1% asbestos by weight or volume and shall conform to the following gradation and requirements: U.S. Standard Sieve Size 'Y 1- Percent Passing by Weight 1 '3 Revised 10/08/03 Contract No. 38022 Page 120 of 321 Pages I 100 Revolutions 500 Revolutions 2.07 FILTER FABRIC --- 15 Maximum --- 52 Maximum 2.04 TRENCH PLUGS Trench plugs consisting of compacted Imported Granular Material or sand cement slurry shall be installed on piping systems that are backfilled with crushed rock. 2.05 IMPORTED GRANULAR MATERIAL - TRENCH ZONE Imported Granular Material shall be used within the Trench Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-W rapped Steel Pipe, and Paint- Coated Pipe. Imported Granular Material for use within the trench zone shall conform in all ways to Imported Granular Material specified for use within the pipe zone. Native materials may not be used in lieu of Imported Granular Material within the trench zone unless such materials meet all of the requirements specified for Imported Granular Material within the pipe zone. 2.06 SAND-CEMENT SLURRY Sand-cement slurry shall consist of two sacks, 188 pounds, of Portland cement per cubic yard of sand and sufficient moisture for workability. District approval is required for use of slurry as a backfill material. Filter fabric shall be manufactured from polyester, nylon, or polypropylene. Material shall be of non- woven construction and shall meet the following requirements: Grab tensile strength (ASTM D 4632): Weight (ASTM D 3776): Apparent opening size (ASTM D 4751): 100 Ibs. minimum for a 1 -inch raveled strip 4.5 oz./yd2) 0.006-inch PART 3 EXECUTION 3.01 CLEARING AND GRUBBING A. Areas where work is to be performed shall be cleared of all trees, shrubs, rubbish, 'and other objectionable material of any kind, which, if left in place, would interfere with the proper performance or completion of the completed work, would impair its subsequent use, or would form obstructions therein. B. Organic material from clearing and grubbing operations will not be incorporated in the trench backfill and shall be removed from the project site or retained and incorporated into the topsoil. $3 gv Revised 10/08/03 Contract No. 38022 Page 121 of 321 Pages 3.02 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with fhe requirements of the agency having jurisdiction. 3.03 DEWATERING A. The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering excavations or other parts of the work. Dewatering shall be performed by methods that will ensure a dry excavation and preservation of the final lines and grades of the bottoms of excavations. Dewatering methods may include well points, sump points, suitable rock or gravel placed as pipe bedding for drainage and pumping, temporary pipelines, or other means, all subject to the approval of the District. The cost of all dewatering activities shall be borne by the Devel- oper or Contractor. B. Sewer systems shall not be used as drains for dewatering trenches or excavations, nor for disposal of collected or accumulated groundcover, without the approval of the agency of jurisdiction. C. Concrete shall not be poured in water, nor shall water be allowed to rise around concrete or mortar until it has set at least four hours. D. The Contractor is responsible for meeting all Federal, State, and local laws, rules, and regulations regarding the treatment and disposal of water from dewatering operations at the construction site. 3.04 SHORING AND SHIELDING A. The Contractor's design and installation of shoring shall be consistent with the rules, orders, and regulations of CAL-OSHA. B. Excavations shall be shored, sheeted, and supported such that the walls of the excavation will not slide or settle and all existing improvements of any kind, either on public or private property, will be fully protected from damage. C. The sheeting and shoring shall be arranged so as not to place any stress on portions of the completed work until the general construction has proceeded far enough to provide ample strength. D. Care shall be exercised in the moving or removal of trench shields, sheeting, and shoring to prevent the caving or collapse of the excavation faces being supported. 3.05 CORRECTION OF OVEREXCAVATION Over-excavations shall be corrected by backfilling with approved imported granular material or crushed rock, compacted to.90% relative compaction, as directed by the District. 3.06 FOUNDATION STABILIZATION A. When unsuitable soil materials are encountered, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to <3 r* Revised 10/08/03 Contract No. 38022 Page 122 of 321 Pages I I f the District. The sub-grade shall be restored with compacted Imported Granular Material or crushed rock as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. B. When rock encroachment is encountered, the rock shall be removed to a point below the intended trench or excavation sub-grade as determined necessary in the field by the Soils Technician, and as acceptable to the District. The sub-grade shall be restored with com- pacted Imported Granular Material as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. C. When excessively wet, soft, spongy, or similarly unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the District. Restore the trench with crushed rock enclosed in filter fabric as directed by the Engineer. Larger size rocks, up to 3-inches, with appropriate gradation, may be used if recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. 3.07 TRENCH EXCAVATION AND PLACEMENT OF BEDDING A. Excavate the trench to the lines and grades shown on the drawings with allowance for 6-inches of pipe bedding material. The trench section shall be as shown on the Standard Drawings. 6. The maximum length of open trench shall be 500-feet except by permission of the District, City, or County. The distance is the collective length at any location, including open excava- tion and pipe laying, which has not been backfilled to the elevation of the surrounding gate. C. Trench walls shall be sloped or shored per the requirements of CAL-OSHA. D. The trench bottom shall be graded to provide a smooth, firm, and stable foundation that is free from rocks and other obstructions. E. Place the specified thickness of bedding material over the full width of the trench. Grade the top of the pipe base ahead of the pipe laying to provide a firm, uniform support along the full length of pipe. F. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. G. Trenches for main pipelines and all appurtenances shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. H. Trench widths shall be in accordance with the Standard Drawings. I. Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown otherwise in the Approved Plans, the minimum cover for pipelines shall be as follows: em r.9 Revised 10/08/03 Contract No. 3 8 02 2 Page 123 of 321 Pages I 3.08 A. B. C. 3.09 A. B. C. D. E. F. 3.1 0 3.1 1 A. MANHOLE AND VAULTS The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. The walls of the excavation shall be sloped or shored per the requirements of CAL-OSHA. Manholes and vaults shall be placed at the location and elevation shown on the plans, on undisturbed soils and 6-inches of compacted crushed rock base. Manhole and vault excavations shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. COMPACTION REQUIREMENTS Compaction shall be accomplished by mechanical means. Consolidation by water settling methods such as jetting or flooding is prohibited. If the backfill fails to meet the specified relative compaction requirements, the backfill shall be reworked until the requirements are met. All necessary excavations for density tests shall be made as directed by the Soils Technician, and as acceptable to the Engineer. The requirements of the Agency having jurisdiction shall prevail on all public roads. Compaction tests shall be performed at random depths, and at random intervals not to exceed 150-feet, as directed by the Soils Technician or District. Relative compaction shall be determined by the impact or field compaction test made in accordance with ASTM D 1557 Procedure C. Unless otherwise shown on the drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: 1. Pipe zone - 90% relative compaction. 2. Trench zone - 90% relative compaction. 3. Structural section in paved areas - per agency requirements, 95% minimum. 4. Imported Granular Material for over excavation or foundation stabilization - 90% relative density. All excavations are subject to compaction tests. TRENCH PLUGS Trench plugs shall be installed at 200-foot intervals along the entire length of piping sys- tems. Trench plugs shall be 1 0-feet in length and shall encompass the entire pipe zone. Additional trench plugs may be required as directed by the Engineer. PIPE ZONE BACKFILL Care shall be taken in placing the imported granular backfill material simultaneously around the main pipeline and appurtenance pipes so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or on the sides of the pipe. Care shall be taken to place material simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanically compacted to attain 90% relative r,s Revised 10/08/03 Contract No. 38022 Page 124 of 321 Pages 1. I I I I I I I m I I I I I I 1 6. C. D. E. 3.12 A. B. 3.1 3 A. B. density. Care shall be taken when compacting appurtenance laterals 2-inches and smaller to prevent the crushing or denting of the copper lateral. Additional lifts of 12-inches or less thickness may be required on 16-inch or larger diameter pipe to attain complete support of the haunch area. Soils tests may be taken on this layer or backfill. After the spring line backfill has been approved by the Soils Technician, backfill of the remainder of the Pipe Zone may proceed. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. Place and compact the imported granular material at a maximum of 12-inch lifts. Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. The use of a backhoe mounted compaction wheel is prohibited within the pipe zone to 12- inches above the top of the pipe. Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. TRENCH ZONE BACKFILL After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the District, backfill in the Trench Zone may proceed. Compaction using vibratory equipment, tamping rollers, pneumatic tire rollers, or other mechanical tampers shall be performed with the type and size of equipment necessary to accomplish the work. The backfill shall be placed in horizontal layers of such depths as are considered proper for the type of compacting equipment being used in relation to the backfill material being placed. Each layer shall be evenly spread, properly moistened, and com- pacted to the specified relative density. The Contractor shall repair or replace any pipe, fitting, manhole, or structure damaged by the installation operations as directed by the District. PAVEMENT ZONE BACKFILL AND RESTORATION After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the District, backfill in the Pavement Zone may proceed as necessary in accordance with the requirements of the agency having jurisdiction. Replace bituminous and concrete pavement, curbs, and sidewalks removed or damaged during construction in accordance with the requirements of the agency having jurisdiction. END OF SECTION e- r,s Revised 10/08/03 Contract No. 38022 Page 125 of 321 Pages SECTION 02225 EXCAVATING, BACKFILLING AND COMPACTING FOR UTILITIES PART 1 GENERAL 1.01 SUMMARY - This Section includes requirements for excavating, preparation of pipe-laying surface, pipe bedding, backfilling and compaction for the piping systems furnished and installed under Section 02660, "Exterior Water Distribution System"; Section 02720, "Storm Drainage System" and Section 02730, "Exterior Sanitary Sewer System". 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A10.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. 4. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Ed it ion) . 6. Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 4. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. C. Geotechnical' Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. iE"4 Revised 10/08/03 Contract No. 38022 Page 126 of 321 Pages D. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) I I I I I I I m I I I I I t I I. ASTM D1556 Density of Soil in Place by the Sand Cone-Method ASTM D1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in. (457 mm) Drop Classification of Soils for Engineering Purposes ASTM D2487 ASTM D2922 Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D3017 Moisture Content of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines, which may create a safety hazard. B. 1.04 DESCRIPTION The work includes excavation, preparation of pipe laying surface, pipe bedding, backfilling and compaction as specified herein, for the piping systems furnished and installed under Section 02660, "Exterior Water Distribution System"; Section 02720, "Storm Drainage System"; and Section 02730, "Exterior Sanitary Sewer System". The work also includes protection as specified herein, installation of buried warning and identification tape, sawcut- ting and removal of existing asphalt pavement within areas to be trenched through existing asphalt and pavement repair for areas trenched through existing asphalt as specified herein. 1 :05 DEFINITIONS A. Backfill: Material used in refilling a trench or other excavation. C. D. B. Compaction: Any method of mechanically stabilizing a material by increasing its density at a controlled moisture condition. "Degree of Compaction" is expressed as a percentage of the maximum density obtained by the test procedure described in ASTM D1557 for general soil types, abbreviated in this specification as "lamount indicated) percent ASTM D1557 maximum density." Embankment: A "fill having a top that is higher than adjoining ground." Fill: Specified material placed at a specified degree of compaction to obtain an indicated grade or elevation. e= Gs Revised 10/08/03 Contract No. 38022 Page 127 of 321 Pages E. Granular Pipe Bedding: A dense, well-graded aggregate mixture of sand placed on a subgrade to provide a suitable foundation for pipe. F. Hard Material: Weathered rock, dense consolidated deposits, or conglomerate materials which are not included in the definition of "rock" but which usually require the use of heavy excavation equipment, ripper teeth, or jack hammers for removal. G Lift: A layer or course of soil placed on top of prepared subgrade or a previously prepared or placed soil in a fill or backfill. H. Rock: Solid Homogenous interlocking crystalline material with firmly cemented, laminated, or foliated masses or conglomerate deposits, neither of which can be removed without systematic drilling and blasting, drilling and the use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers; also large boulders, buried masonry, or concrete other than pavement exceeding 1/2 cubic yard in volume. I. J. K. Unyielding Material: Rock or soil with cobbles in the trench bottom requiring a covering of finer grain material or special bedding to avoid bridging in the pipe or conduit. Unsatisfactory Material: Soil or other material identified as having insufficient strength or stability to carry intended loads on trench backfills without excessive consolidation or loss of stability. Also backfill material which contains refuse, large rocks, debris, and other material which could damage the pipe or cause the back- fill not to compact. Materials classified as PT, OH, or OL by ASTM D2487 are un- satisfactory. Unstable Material: Material in the trench bottom, which lacks firmness to main- tain alignment and prevent joints from separating in the pipe, conduit, or appurte- nance structure during backfilling. This may be material otherwise identified as satisfactory which has been disturbed or saturated. 1.06 SUBMITTALS A. Field Test Reports: Submit within 14 days of test date. B. Shoring Plan: The Contractor shall submit a shoring plan prepared in accordance with CAL-OSHA requirements to Owner for review prior to commencing the work. 1.07 PROTECTION A. The Contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. I I 1 1 1 I U 1 1 1 8 8 R 4- t4 Revised 10/08/03 Contract No. 3 8 02 2 Page 1 28 of 321 Pages I L I I I I I I I m I I I I I I I P B. Prior to commencing the work, the Contractor shall pothole all existina utilities at all crossina points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. C. D. E. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differ- ences from positions indicated on the drawings. Shoring: The California Division Occupational Safety and Health Enforces the requirement that building and construction contractors obtain a permit prior to commencing certain types of hazardous activity, as specified in Section 65000 of the State Labor Code and Section 341 of Title 8 of the California Code of Regula- tions. These activities include construction of trenches or excavations which are five feet or deeper and into which a person is required to descend, the construc- tion or demolition of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height, and the underground use of diesel en- gines in work in mines and tunnels. Construction permits are issued by district of- fices of the division. The San Diego office is located at: State of California Department of Industrial Relations Division of Occupational Safety and Health 7575 Metropolitan Drive, Suite 204 San Diego, CA 921 08 (61 9) 767-2060 1. This project may include trenchina in excess of 5 feet in deDth which will require a permit from the California Division of Occupational Safety and Health (CAL-OSHA). The Contractor shall be responsible for obtaining the appropriate permit, and shall comply with the requirements of the permit, and with CAL-OSHA law. The Contractor shall submit a shoring plan ‘prepared in accordance with CAL-OSHA requirements, to Owner for review prior to commencing the work. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove wa- ter by trenching where approved, pumping, or other methods to prevent softening of exposed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Re- gional Water Quality Control Board. Surface dewatering plan shall include the re- routing of any storm water runoff or natural drainage, if necessary, and shall com- ply with requirements of the City and the California State Water Resources Con- trol Board, Construction water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto adjacent properties. California Storm Water Best 4- r,s Revised 10/08/03 Contract No. 38022 Page 129 of 321 Pages 1.08 1.09 F. Management Practices and the guidance provisions set forth in the Storm Water Pollution Prevention Plan shall be complied with for all phases of the work. Utilities: Movement of construction machinery and equipment over pipes and utilities during construction shall be at the Contractor's risk. For work immediately adjacent to or for excavations exposing a utility or other buried obstruction, use hand or light equipment excavation. Start hand or light equipment excavation on each side of the indicated obstruction and continue until the obstruction is uncov- ered or until clearance for the new grade is assured. Support uncovered lines or other existing work affected by the contract excavation until backfill is completed. Report damage to utility or subsurface construction immediately to the Resident Engineer. G. Structures and Surfaces: Protect newly backfiiled areas and adjacent structures, slopes or grades from traffic, erosion settlement, or any other damage. Repair and reestablish damaged or eroded grades and slopes and restore surface con- struction prior to acceptance. Provide erosion control to prevent water-borne soil from leaving the site, by means of straw bale dikes or sand bags. The contractor shall be responsible to clean-up any soil deposited in the public right-of-way or on adjacent property. RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. B. C. D. E. F. G. Division 1. Section 0201 0, "Demolition and Removal". Section 021 10, "Site Clearing". Section 02200, "Earthwork for Structures and Pavements". Section 02660, "Exterior Water Distribution System". Section 02720, "Storm Drainage System". Section 02730, "Exterior Sanitary Sewer System". SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS 2.01 SOIL MATERIALS Provide soil materials as described below free of debris, roots, wood, scrap material, vege- table matter, refuse, soft unsound particles, or other deleterious and objectionable materials. A. Backfill: Bring trenches to grade indicated on the drawings using material exca- vated on the site of this project. This material shall be approved by the Geotech- nical Engineer prior to use as backfill. The backfill material shall not contain rocks or lumps over 3 inches in largest diameter and not more than 40% larger than 1.5 inches. 4iw Revised 10/08/03 Contract No. 38022 Page 130 of 321 Pages I I 1 I 1 I I 1 U 1 I t 1 I 1 1 m 1 J I I I I I I I I D I I I I I I B. C. Bedding: Sand: Clean, course-grained sand classified as SW or SP by ASTM D2487 shall be used as bedding material. Utility trenches under slabs: Utility trenches under slabs in expansive soils shall be back filled with sand (SE 30 or greater) and compacted to a minimum of 90% of maximum dry density of the sand. Care shall be taken not to crush the utility or pipes during the compaction of the trench back fill. 2.02 BURIED WARNING AND IDENTIFICATION TAPE Polyethylene plastic and metallic core or metallic-faced, acid- and alkali-resistant, polyethyl- ene plastic warning tape manufactured specifically for warning and identification of buried utility lines. Provide tape on rolls, three-inch-minimum width, color coded as stated below for the intended utility with warning and identification imprinted in bold black letters continu- ously over the entire tape length. Warning and identification to read, "CAUTION, BURIED (intended service) LINE BELOW" or similar wording. Color and printing is to be permanent, unaffected by moisture or soil. Warning tape Color Codes Blue: Green: Sewer Lines White: Storm Drain Lines Water Lines, including Fire, Domestic and Irrigation A. B. Warning Tape for Metallic Piping: Acid and alkali-resistant polyethylene plastic tape conforming to the width, color, and printing requirements indicated above. Minimum thickness of the tape shall be 0.003 inch. Tape shall have a minimum strength of 1500 psi lengthwise and 1250 psi crosswise with a maximum 350 per- cent elongation. Detectable Warning Tape for Non-Metallic Piping: Polyethylene plastic tape conforming to the width, color, and printing requirements indicated above. Mini- mum thickness of the tape shall be 0.004 inch. Tape shall have a minimum strength of 1500 psi lengthwise and 1250 psi crosswise. The tape shall be manu- factured with integral wires, foil backing, or other means of enabling detection by a metal detector when the tape is buried up to three feet deep. Encase the metallic element of the tape in a protective jacket or provide with other means of corrosion protection. PART 3 EXECUTION 3.01 GENERAL EXCAVATION Keep excavations free from water while construction is in progress. Make trench sides as nearly vertical as practicable except where sloping of sides is allowed or required. Sides of trenches shall not be sloped from the bottom of the trench up to the elevation of the top of the utility. Excavate ledge rock, boulders, and other unyielding material to an overdepth at least one foot below the bottom of the utility unless otherwise indicated or specified on the drawings. Use sand placed in six-inch-maximum layers to refill overdepths to the proper grade. Grade bottom of trenches accurately to provide uniform bearing and support for each section of utility on undisturbed soil, or bedding material as indicated or specified at every point along its entire length except for portions where it is necessary to excavate for bell holes and for making proper joints. Dig bell holes and depressions for joints after trench has been graded. 4= E# Revised 10/08/03 Contract No. 38022 Page 131 of 321 Pages 3.02 3.03 3.04 3.05 3.06 3.07 Dimensions of bell holes shall be as required for properly making the particular type of joint to ensure that the bell does not bear on the bottom of the excavations. Trench dimensions shall be as indicated or specified. GENERAL BEDDING Shall be of the materials and depths as indicated for the utility and utility structures. Place bedding in six-inch-maximum loose lifts to one foot above utility unless otherwise specified. Ensure that initially placed material is tamped firmly under pipe haunches. Bring up evenly on each side and along the full length of the structure. Ensure that no damage is done to structures or their protective coatings. Provide uniform and continuous support for each section of structure except at bell holes or depressions necessary for making proper joints. THRUST BLOCKS Provide concrete thrust blocks for pipe anchorage in accordance with City of Carlsbad Standard Drawings. BURIED WARNING AND IDENTIFICATION TAPE Install tape in accordance with manufacturer's recommendations except as modified herein. Bury tape 6" below finished grade; under pavements bury tape 6" below top of subgrade. GENERAL BACKFILLING Place backfill on top of bedding material in 8"-maximum loose lifts unless otherwise speci- fied. Compact each loose lift as specified in paragraph "General Compaction" before placing the next lift. Do not backfill where the material in the trench is muddy, except as authorized. Where settlements greater than the tolerance allowed herein for grading occur in trenches and pits due to improper compaction, excavate to the depth necessary to rectify the problem, then backfill and compact the excavation as specified herein and restore the surface to the required elevation. Coordinate backfilling with testing of utilities. Complete all testing for utilities before backfilling. GENERAL COMPACTION Use hand-operated, plate-type, vibratory, or other suitable hand tampers in areas not accessible to larger rollers or compactors. Avoid damaging pipes and protective pipe coatings. Compact material in accordance with the following unless otherwise specified. If necessary, alter, change, or modify selected equipment or compaction methods to meet specified compaction requirements. A. Compaction of Bedding and Backfill: Compact bedding and backfill material surrounding pipes to 90% of ASTM 01557 maximum density, except where speci- fied to be 95% of ASTM D1557 maximum density in Section 02220, "Earthwork for Structures and Pavements". SPECIAL EARTHWORK INSTALLATION REQUIREMENTS A. Precast Meter Boxes, Catchbasins and Cast-in-Place Structures: Provide at least 12 inches clear from outer surfaces to the embankment or shoring. Remove rock as specified herein. Remove unstable soils that are incapable of supporting the structure to an overdepth of one foot and refill with gravel or sand to the proper $3 gv Revised 10/08/03 Contract No. 38022 Page 132 of 321 Pages I I I I I I I m I I P elevation. Refill overdepths with gravel or sand to the required grade and compact as specified. Set precast concrete structures on a minimum of 6 inches of gravel or sand material. B. Grading: Finish to grades indicated within 0.05 feet. Grade areas to drain water away from structures. Grade existing grades that are to remain but have been dis- turbed by the Contractor‘s operations. C. Protection of Surfaces: Protect newly graded areas from traffic, erosion, and settlements that may occur due to construction activity. Repair or reestablish damaged grades, elevations, or slopes. D. Pavement Repair: Repair pavement, curbs, and gutters damaged during construe tion with new improvements. Do not repair pavement until trench or pit has been backfilled and compacted as herein specified. Provide a temporary road surface of gravel or crushed stone over the backfilled portion until permanent pavement is repaired. Remove and dispose of temporary road surface material when perma- nent pavement is placed. Repair A.C. pavement in accordance with San Diego Regional Standard Drawings G-24 and G-25. Refer to Section 02513, “Asphalt Concrete Pavements” for asphalt concrete pavement specifications. 3.08 SOIL TESTING The geotechnical engineer shall make random field density tests of the compacted soil to provide a basis for expressing an opinion as to whether the fill material is compacted as specified. The basis for his opinion that the fill material has been compacted to at feast the minimum relative compaction specified shall be that no tests in compacted or recompacted fill areas indicate a relative compaction of less than that specified. Density tests hall be made in the compacted materials below any disturbed surface. When these tests indicate that the density of any layer of fill or portion thereof is below that specified, the particular layer or areas represented by the test shall be reworked until the specified density has been achieved . END OF SECTION em 6$ Revised 10/08/03 Contract No. 38022 Page 133 of 321 Pages SECTION 02233 GRADED CRUSHED AGGREGATE BASE COURSE FOR PAVEMENTS PART 1 GENERAL 1.01 SUMMARY The work includes placement of aggregate base course for pavements, concrete curb and gutter, and as indicated on the drawings. 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Edition). 2. 3. 4. B. Standard Drawinqs 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 4. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. C. Geotechnical ReDort: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. D. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C136 Sieve Analysis of Fine and Course Aggregates e= 6# Revised 10/08/03 Contract No. 38022 Page 134 of 321 Pages I. I I I I I I I rn I I I I I I ASTM D1556 Density of Soil in Place by the Sand-Cone Method ASTM D1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54 kg) Rammer and 18-inch (457 mm) Drop ASTM D2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines, which may create a safety hazard. 1.04 SUBMITTALS Certificates of Compliance for Class 2 Aggregate Base Course. 1.05 QUALITY ASSURANCE Materials and workmanship specified herein with the referenced CalTrans Standard Specifi- cations shall be in accordance with the referenced articles, sections and paragraphs of the standard except that contractual and payment provisions do not apply. 1.06 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. B. C. D. E. F. G. Division 1. Section 0201 0, "Demolition and Removal". Section 021 10, "Site Clearing". Section 02200, "Earthwork for Structures and Pavements". Section 02225, "Excavation, Backfilling and Compacting for Utilities." Section 0251 3, "Asphalt Concrete Paving". Section 0251 4, "Portland Cement Concrete Paving". 1.07 PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the 4? Revised 10/08/03 Contract No. 3 8 02 2 Page 135 of 321 Pages B. C. work, and shall be fully responsible for any and all damages which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. Prior to commencing the work, the Contractor shall pothole all existinq utilities at all crossinq points and Points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. Shoring: The California Division Occupational Safety and Health Enforces the requirement that building and construction contractors obtain a permit prior to commencing certain types of hazardous activity, as specified in Section 65000 of the State Labor Code and Section 341 of Title 8 of the California Code of Regula- tions. These activities include construction of trenches or excavations which are five feet or deeper and into which a person is required to descend, the construc- tion or demolition of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height, and the underground use of diesel en- gines in work in mines and tunnels. Construction permits are issued by district of- fices of the division. The San Diego office is located at: State of California Department of Industrial Relations Division of Occupational Safety and Health 7575 Metropolitan Drive, Suite 204 San Diego, CA 92108 (61 9) 767-2060 1. This project may include trenchinq in excess of 5 feet in depth which will rewire a permit from the California Division of Occupational Safetv and Health (CAL-OSHA). The Contractor shall be responsible for obtaining the appropriate permit, and shall comply with the requirements of the permit, and with CAL-OSHA law. The Contractor shall submit a shoring plan prepared in accordance with CAL-OSHA requirements, to the Owner for review prior to commencing the work. D. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent softening of ex- posed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with require- ments of the City and the California State Water Resources Control Board. Construc- tion water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto ad- jacent properties. California Storm Water Best Management Practices and the guid- ance provisions set forth in the Storm Water Pollution Prevention Plan shall be com- plied with for all phases of the work. rfs Revised 10/08/03 Contract No. 38022 Page 136 of 321 Pages I C I I I I E. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, eleva- tions or grades and restore surface construction prior to acceptance. Provide appro- priate erosion control and sediment control measures to prevent water-borne soil from leaving the site. The Storm Water Pollution Prevention Plan will provide erosion and sedimentation control guidance to the contractor; however, the contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the site. The contractor shall be responsible to clean up any soil deposited in the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds and other surface waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain catch basins and to prevent sediment from entering the public or private storm drain sys- tem during construction. 1.08 SAFETY DURING CONSTRUCTION I I The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS 2.01 MATERIALS A. Aggregates Base Course 1. Aggregate Base Course Materials shall comply with Section 26 of SS-2, Class 2, for 3/4" maximum size gradation of the CalTrans Standard Speci- fications. 2. Herbicide: Herbicide shall be barrier 50W-PBI Gordon, DuPont "Oust", or approved alternate. As with all chemicals, the contractors shall be re- sponsible for following appropriate materials handling and good house- keeping measures when storing and applying the materials, PART 3 EXECUTION 3 .O 1 P R E PA RAT1 ON Subgrade: Requirements for subgrade are specified in Section 02200, "Earthwork for Structures and Pavements". Prior to construction of base course, clean previously con- structed subgrade of foreign substances. Apply herbicide to subgrade in accordance with manufacturers recommendations. 3.02 I N STALLATI 0 N A. Aggregate Base Course (Class 2) Installation: Place aggregate base in accor- dance with requirements of Section 26 of the CalTrans Standard Specifications. Grade and compact in layers to at least 95 percent of maximum density (ASTM D- 1557). Maintain base course in proper condition until asphaltic concrete is in e= %p Revised 10/08/03 Contract No. 38022 Page 137 of 321 Pages place, including drainage, rolling, shaping, and watering. Maintain sufficient mois- ture at the surface to prevent a dusty condition by light sprinkling with water. Re- condition, reshape, and recompact areas of completed base course damaged in accordance with the specified requirements. B. Aggregate Base Course thickness shall be as indicated on the drawings. Pavement structural sections shall be confirmed by R-value test results performed Sub grade soil at the completion of grading by the Geotechnical Engineer. on the 3.03 FIELD QUALITY CONTROL Soil testing during construction shall be performed by a Geotechnical Testing Laboratory engaged and paid for by the Owner. All material testing shall be performed by the Geotechnical Engineer. The following tests shall be performed: A. Base Course Finish Surface: Surface tolerance shall conform to Section 26 of the CalTrans Standard Specifications. When base course is constructed in more than one layer, specified smoothness requirements apply only to top surface. B. Gradation: Perform base course gradation test in accordance with ASTM C'136. Make one test for each 3,000 tons of material. C. Base Course Density: Perform in place density tests in accordance with ASTM D1557. Make one maximum density test for each gradation. Make one set of two tests each for in place density for each 2,000 square yards of surface area, or as determined by the Geotechnical Engineer. In place density of aggregate base course shall be at least 95 percent of the laboratory maximum density. END OF SECTION Revised 10/08/03 Contract No. 38022 Page 138 of 321 Pages I SECTION 02513 ASPHALT CONCRETE PAVEMENTS PART 1 GENERAL 1.01 SUMMARY The work includes the construction of asphalt concrete pavement, seal coat, redwood headers, as indicated on the drawings. 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. I A. Standard Soecifications B. C. D. 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. 4. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Edition). Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 4. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C136 Sieve Analysis of Fine and Coarse Aggregates f.3 gw Revised 10/08/03 Contract No. 38022 Page 139 of 321 Pages ASTM D1556 Density of Soil in Place by the Sand-Cone Method . ASTM D1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54 kg) Rammer and 18" (457 mm) Drop ASTM D2172 Quantitative Extraction of Bitumen from Bituminous Paving Mix- tures 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines which may create a safety hazard. 1.04 SUBMITTALS A. Design Data 1. Asphalt concrete: Submit a job-mix formula for each type of bituminous mix- ture 14 days before asphalt concrete placement. Ensure formula is within the specified design range. B. C. D. Statements 1. Asphalt concrete: Submit copies of weighmaster's certificates or certified de- livery tickets for each truck load of material. Certificates of Compliance 1. Aggregates for asphalt concrete 2. Asphalt cement 3. Asphaltic emulsion Field Test Reports 1. Asphalt concrete: Submit as required in paragraph entitled "Field Quality Con- trol". 1.05 QUALITY ASSURANCE Materials and workmanship specified herein with the referenced Standard Specifications shall be in accordance with the referenced articles, sections and paragraphs of the standard except that contractual and payment provisions do not apply. 1.06 EQUIPMENT e-+ \$ Revised 10/08/03 Contract No, 38022 Page 140 of 321 Pages A. Mixing Plant and Construction Equipment shall be per Section 203-6 of the Stan- dard Specifications. 1.07 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. B. C. D. E. F. Division 1. Section 0201 0, "Demolition and Removal". Section 0211 0, "Site Clearing". Section 02200, "Earthwork for Structures and Pavements". Section 02225, "Excavation, Backfilling and Compacting for Utilities." Section 0251 3, "Asphalt Concrete Paving". 1.08 PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages, which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. B. C. Prior to commencing the work, the Contractor shall pothole all existina utilities at all crossinq points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. Shoring: The California Division Occupational Safety and Health Enforces the requirement that building and construction contractors obtain a permit prior to commencing certain types of hazardous activity, as specified in Section 65000 of the State Labor Code and Section 341 of Title 8 of the California Code of Regula- tions. These activities include construction of trenches or excavations which are five feet or deeper and into which a person is required to descend, the construc- tion or demolition of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height, and the underground use of diesel en- gines in work in mines and tunnels. Construction permits are issued by district of- fices of the division. The San Diego office is located at: State of California Department of Industrial Relations Division of Occupational Safety and Health 7575 Metropolitan Drive, Suite 204 San Diego, CA 921 08 (61 9) 767-2060 r,# Revised 10/08/03 Contract No. 3 8 02 2 Page 1 41 of 321 Pages 1.09 1. This aroiect may include trenching in excess of 5 feet in death which will re- wire a aermit from the California Division of Occuaational Safetv and Health {CAL-OSHA). The Contractor shall be responsible for obtaining the appropri- ate permit, and shall comply with the requirements of the permit, and with CAL-OSHA law. The Contractor shall submit a shoring plan prepared in accordance with CAL- OSHA requirements, to the Owner for review prior to commencing the work. D. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent soften- ing of exposed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with requirements of the City and the California State Water Resources Control Board. Construction water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, pub- lic or private storm drain systems, creeks/streams/lakes/ponds, other surface wa- ters, flood control facilities, or onto adjacent properties. California Storm Water Best Management Practices and the guidance provisions set forth in the Storm Water Pollution Prevention Plan shall be complied with for all phases of the work. E. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations or grades and restore surface construction prior to acceptance. Provide appropriate erosion control and sediment control measures to prevent wa- ter-borne soil from leaving the site. The Storm Water Pollution Prevention Plan will provide erosion and sedimentation control guidance to the contractor; however, the contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the site. The contractor shall be responsi- ble to clean up any soil deposited in the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds and other surface waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain catch basins and to prevent sediment from entering the public or pri- vate storm drain system during construction. SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. 4- r,s Revised 10/08/03 Contract No. 3 8 022 Page 142 of 321 Pages PART 2 PRODUCTS 2.01 MATERIALS B I c t c t I I. I c 1 D I I A. Aggregates 1. Asphalt Concrete: Class B-3, Section 400-4 of the Standard Specifications, conforming to 3/4 inch maximum size gradation. Final 1 -inch surface course shall be 3/8-inch maximum size gradation, Class D, Section 400-4 of the Standard Specifications. B. Asphalt Materials 1. Asphalt Cement: Section 203-1 of the Standard Specifications, Grade AR- 8000. 2. Asphaltic Emulsion: Section 203-9 of the Standard Specifications, Grade SSI or SSIH. C. Redwood Headers and Stakes 1. Redwood Headers and Stakes shall conform to the requirements of Section 302-5.5 of the Standard Specifications. PART 3 EXECUTION 3.01 PREPARATION A. Aggregate Base Course: Requirements for aggregate base course as specified in Section 02233, "Graded Crushed Aggregate Base Course for Pavements". B. Asphalt Concrete Preparation: Uniformly mix mineral aggregate with b.ituminous material in a central plant in accordance with Section 203 of the Standard Specifi- cations. The percentage of asphalt cement binder shall be between five and eight percent. Final Asphalt Concrete Surface: The final 1-inch wearing course of asphalt concrete pavement shall be placed on the 2-inch construction course previously constructed after substantial completion of all grading and building construction. C. 3.02 INSTALLATION A. Aggregate Base Course (Class 2) Installation: Requirements for aggregate base course installation are specified in Section 02233 "Graded Crushed Aggregate Base Course for Pavements". B. Tack Coat: Tack coat shall conform to the provisions of Section 302-5.4 of the Standard Specifications. Apply asphaltic emulsion to the exposed edges of con- crete gutters, curbs, drainage structures and other previously constructed concrete and asphalt surfaces against which asphaltic concrete is to be placed. Clean the surface of the construction course of all soil, debris, grit and construction laitance before applying tack coat for final wearing course. Coat surface by brooming, compressed air or pressurized water application. 4- Revised 10/08/03 Contract No. 38022 Page 143 of 321 Pages C. Asphalt Concrete Installation 1. Placing: Deliver and spread bituminous mixtures to the roadbed at tempera- tures specified in Section 302-5.5 of the Standard Specifications. 2. Compaction: Initial or breakdown rolling and the final rolling of the uppermost layer of the asphalt concrete shall be in accordance with Section 302-5.6 of the Standard Specifications. Compaction by vehicular traffic shall not be per- mitted. 3. Joining Pavement: Carefully make joints between old and new pavements and of successive days' work in such manner as to ensure a continuous bond between old and new sections of the course. Expose and clean edges of ex- isting pavement. Cut edge to straight, vertical surfaces. Paint joints with a uniform coat of tack coat before the fresh mixture is placed. Prepare joints in the new pavement in accordance with Section 302-5.7 of the Standard Speci- fications. D. Seal Coat: Seal coat and sand cover shall conform to the provisions of Section 302-8 of the Standard Specifications. 3.03 FIELD QUALITY CONTROL All material testing shall be performed by the Geotechnical Engineer. The following tests shall be performed: A. Gradat ion 1. Asphalt Concrete Gradation: Perform the asphalt concrete gradation test in accordance with ASTM C136. Make minimum one test for each 1000 tons of material. B. Asphalt Content of Asphalt Concrete: Determine percent asphalt content by extraction in accordance with ASTM D2172, Method A. Make one test for each 1000 tons of material. Asphalt cement binder content shall be between five and eight percent. 3.04 PROTECTION OF PAVEMENT After final rolling, do not permit vehicular traffic on the pavement until pavement has cooled and hardened and in no case less than 6 hours. END OF SECTION em t$ Revised 10/08/03 Contract No. 38022 Page 144 of 321 Pages SECTION 02515-PERVIOUS CONCRETE PAVEMENT (Technical assistance and training are available from the California Cement Promotion Council (CCPC) - David Akers - 858-541 -01 80, the Southern California Ready Mix Concrete Association (SCRMCA) - Larry Maes - 626-441 -31 07.) PART 1 GENERAL A. Scope of Work: The Work to be completed under this contract includes the furnishing of all labor, materials and equipment necessary for construction of the proposed improve- ments in conformance with the plans and specifications. B. References: i. American Society for Testing and Materials 1. ASTM C29 “Test for Unit Weight and Voids in Aggregate” 2. ASTM C33 “Specification for Concrete Aggregates” 3. ASTM C42 “Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete.’’ 4. ASTM C117 ‘Test Method for Material Finer than 75 microns (No. 200) Sieve in Mineral Aggregates by Washing.” 5. ASTM C138 ‘Test Method for Unit Weight, Yield and Air Content (Gravimetric) of Concrete.’’ 6. ASTM C140 “Methods of Sampling and Testing Concrete Ma- sonry Units.” 7. ASTM C150 “Specifications for Portland Cement” (Types I and II 8. ASTM C172 “Practice for Sampling Fresh Concrete” 9. ASTM C494 “Specification for Chemical Admixtures for Concrete” 10. ASTM C595 “Specification for Blended Hydraulic Cements” (Types IP or IS only) 1 1. ASTM C618 “Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Ce- ment Concrete.” Slag for Use in Concrete and Mortars.” Concrete Aggregates for Use in Construction and criteria for Labo- ratory Evaluation.” 14. ASTM D448 “Specification for Standard Sizes of Coarse Aggre- gate for Highway Construction.” 15. ASTM D1557 “Tests for Moisture-Density Relations of Soils and Soil Aggregate Mixtures Using 10 Pound Rammer and 18-inch Drop .’I 1 6. ASTM E329 “Standard Recommended Practice for Inspection and testing Agencies for Concrete, Steel and Bituminous Materials as Used in Construction.” only) 12. ASTM 989 “Specification for Ground Granulated Blast-Furnace 13. ASTM (31077 “Practice for Laboratories Testing Concrete and ii. American Association of State Highway and Transportation Officials (AASHTO) 1. AASHTO T-180 “Moisture-Density Relations of Soils Using a 101 pound (45.4 kg) Rammer and an 18 in. (457 mm) Drop.” <> Revised 10/08/03 Contract No. 3 8 022 Page 1 45 of 321 Pages C. Contractor Qualifications: The contractor shall have a proven record of constructing acceptable concrete slabs-on-grade. The use of an ACI Concrete Flatwork Certified Fin- isher is strongly recommended. D. Pre-Bid Instructional Meeting: Prior to bidding, a mandatory meeting of contractors bidding on pervious concrete shall be held. A representative from one of the groups listed in Section 103 shall describe pervious concrete, its construction techniques and equipment, and answer questions about the product. Bids shall not be accepted from any contractor not attending this meeting unless evidence of two satisfactory projects can be provided. E. Special Equipment: Pervious concrete requires specific equipment for compaction and jointing. Compaction by rolling shall be achieved using a minimum 1 0-inch diameter Schedule 40 steel pipe that spans the width of the section placed. Joints may either be sawed in the pavement using a green saw (same day) or wet saw or by rolling. Rolled joints shall be formed using a “salt roller” to which a beveled fin is welded around the cir- cu mf e rence. F. Test Panels: Prior to construction, the Contractor shall place, joint and cure two test panels using the mix design, equipment] and placing crew proposed for the project. Each test panel shall be compacted to the thickness specified on the project plans and shall be a minimum of 225 sq. ft. The pavement’s compaction, porosity, and appear- ance shall be satisfactory to the Engineer and Resident Engineer prior to any placement at the project site. a. At the contractor’s discretion, test panels may be placed at the site so as to be incorporated in the finished product. Test panels shall be evaluated for thick- ness, compaction and porosity. b. If test panels placed at the site are found to be insufficiently pervious, insuffi- ciently compacted, or of an unacceptable appearance] said panel(s)’ shall be re- moved at the contractors expense and taken to an approved landfill or recycling facility. . c. If test panels are found to be satisfactory, they may be left in-place and included in the completed work. d. Determination of thickness, porosity and compaction shall be determined by an inspector of choice of the Resident Engineer. Should contractor wish to dispute findings of inspector] acceptability shall be determined at Contractor’s expense by achieving compacted thickness according to ASTM C42 of no less than %” of specified thickness; Void structure of 10% minimum when tested in accordance with ASTM C140; and unit weight within plus or minus 5 pcf of the design unit weight when tested in accordance with ASTM C140 paragraph 6.3. G. Concrete Mix Design: Prior to construction of the test panels, the Contractor shall provide the Resident Engineer and Engineer with copies of the proposed mix design showing weights of all materials in the mix and the unit weights determined in accor- dance with ASTM C29 paragraph 11, jigging procedure. The compacted void content shall be a minimum of 15%. The total cementitious content shall be a minimum of 630 pounds per cubic yard. Fly ash may be used. The water-to-cementitious ratio shall be a maximum of 0.30 Ib/lb. em r.@ Revised 10/08/03 Contract No. 38022 Page 146 of 321 Pages PART 2 MATERIALS P, 1 t E t c I t II) t 1 1 E D 1 t r. t A. Locally available material having a record of satisfactory performance shall be used. B. Cement: Portland cement shall be ASTM C 150 Type II or V or ASTM C 595 Type IP or IS conforming to ASTM C595. C. F’ly ash and Ground Iron Blast-Furnace Slag: Flyash conforming to ASTM C618 may be used in amounts not to exceed 20% of total cementitious material.. Ground Iron Blast- Furnace Slag conforming to ASTM C989 may be used in amounts not to exceed 50% by weight of total cementitious material. D. Aggregate: Use 3/8” coarse aggregate that complies with ASTM C 33 Size 8 (3/8 to No. 8). Larger aggregate sizes increase pore size but decrease workability. Aggregates which are well graded reduce porosity, and may require reduction of cementitous con- tent to meet void specifications. Note that reductions of percent voids and cementitious contents below the minimums of paragraph 107 require written approval of the Engineer and Resident Engineer‘s Representative. E. Admixtures: Admixtures shall conform to ASTM C 494 Type A Water Reducing Admixtures Type B Set Retarding Type D Water Reducing and Set Retarding A hydration stabilizer may be utilized in warmer weather and for longer transport times. The admixture shall also meet the requirements of ASTM C 494 Types B or D. F. Water: Potable or shall comply with conventional good concrete practice. G. Reinforcement: If used, reinforcement shall be fiberglass reinforced plastic (FRP). Such reinforcing bar may be used to tie adjacent pavement lanes together and shall be placed as detailed on the design drawings. FRP rebar shall be of at least one-half inch diame- ter. Steel or epoxy-coated steel shall not be used due to the exposure to moisture ex- perienced in pervious concrete. A. Cement Content: For pavement subject to vehicular traffic loading, the total cementi- tious content shall not be less than 630 pounds per cubic yard. B. Aggregate Content: The volume of aggregate per cubic yard shall be equal to 27’cubic feet when calculated as a function of the unit weight determined in accordance with ASTM C29 jigging procedure. C. Admixtures: Shall be used in accordance with the manufacturer’s instructions and recommendations. D. Mix Water: Mix water shall be such that the cement paste displays a wet metallic sheen without causing the paste to flow from the aggregate. (Mix water yielding a cement paste with a dull-dry appearance has insufficient water for hydration). a. Insufficient water results in inconsistency in the mix and poor bond strength. b. High water content results in the paste sealing the void system primarily at the bottom and provides a poor surface bond. 4- s# Revised 10/08/03 Contract No. 3 802 2 Page 147 of 321 Pages PART 3 EXECUTION SUBGRADE PREPARATION AND FORM-WORK A. Subgrade Material: The top 6 inches shall be composed of W aggregate base conform- ing to Section 02233 of this site work specification. Granular subbase may be placed over 12 inches of subgrade compacted to 95% maximum relative density. 8. Subgrade Permeability: Subgrade shall have a reasonable level of permeability. One suggested test for subgrade permeability is double ring infiltrometer. C. Subgrade Support: The subgrade shall be compacted by a mechanical vibratory com- pactor to 95% of a maximum dry density as established by ASTM D1557 or AASHTO T180. Subgrade stabilization shall not be permitted. If fill material (embankment) is required to bring the subgrade to final elevation, it shall be clean and free of deleterious materials. It shall be placed in 8-inch maximum layers, and compacted by a mechanical vibratory compactor to a minimum density of 95% of a dry density as established by ASTM Dl557 or AASHTO T180. D. Subgrade Moisture: The subgrade shall be in a moist condition (within +/- 3% of the optimum moisture content as determined by the modified compaction test ASTM D1557 or AASHTO T180). E. Forms: Forms may be of wood or steel and shall be the depth of the pavement. Forms shall be of sufficient strength and stability to support mechanical equipment without de- formation of plan profiles following spreading, strike-off and compaction operations. Forms shall have a removable spacer of Y‘” to 3/4” thickness placed above the depth of pavement. The spacers are removed following placement and vibratory strike-off to al- low roller compaction. Forms shall allow for tie-in to adjacent concrete via the use of fi- berglass reinforced plastic (FRP) reinforcing bar if so detailed. MIXING, HAULING AND PLACING A. Mix Time: Truck mixers shall be operated at the speed designated as mixing speed by the manufacturer for 75 to 100 revolutions of the drum. B. Transportation: The Portland cement aggregate mixture may be transported or mixed on site and shall be used within one (1) hour of the introduction of mix water, unless oth- erwise approved by an engineer. This time can be increased when utilizing the hydra- tion stabilizer specified in section 205. C. Discharge: Each mixer will be inspected for appearance of concrete uniformity. Water may be added to obtain the required mix consistency. A minimum of 20 revolutions at the manufacturer’s designated mixing speed shall be required following the addition of any water to the mix. Discharge shall be a continuous operation and shall be completed as quickly as possible. Concrete shall be deposited as close to its final position as prac- ticable and such that fresh concrete enters the mass of previously placed concrete. D. Placing and Finishing: Unless otherwise approved by the Resident Engineer or Engi- neer in writing, the Contractor shall provide mechanical equipment of either slipform or form riding with a following compactive unit that will provide a minimum of 10-psi vertical e* r.# Revised 10/08/03 Contract No. 38022 Page 148 of 321 Pages force. The pervious concrete pavement will be placed to the required cross-section and shall not deviate more than +/- 3/8 inch in 10 feet from profile grade. Normal placement procedures involve utilizing a mechanical vibratory screed to strike off the concrete 1/2” to 3/4” above final height, utilizing the form spacers described in section 405. Following strike-off, the spacers are removed, and the concrete compacted to form level utilizing a steel roller made from nominal 10” diameter steel pipe. Care shall be taken during compaction that full compactive force is achieved without working the con- crete surface enough to seal off the surface porosity. Any apparent defects in the sur- face can be remedied by placing fresh concrete into any depressions and compacting using a hand tamper. Hand tampers shall be used to compact the concrete along the slab edges immediately . adjacent to the forms. After roller compacting and defect inspection/fixing, no further finishing except the rolling of joints is performed on the concrete. The surface shall be immediately and continu- ously misted or fogged (see section 505) until curing material is applied. E. Curing: Curing procedures shall begin within 20 minutes after final placement opera- tions. The pavement surface shall be covered with a minimum of six (6) mil thick poly- ethylene sheet or other approved covering material. Prior to covering, a fog or light mist shall be sprayed above the surface when required due to ambient conditions (tempera- ture, wind and humidity). The low waterkement ratio and high amount of exposed sur- face of pervious concrete makes its especially susceptible to drying. The cover shall overlap all exposed edges and shall be secured (without using dirt or stone) to prevent dislocation due to winds or adjacent traffic conditions. The surface shall remain covered for the following periods: 1. Portland Cement Type I, II or IS - 7 days minimum 2. Portland Cement Type I or I1 with Class F Flyash (as part of the total cementitious) or Type IP - 10 days minimum 3. No truck traffic shall be allowed for 10 days (no passenger cadlight trucks for 7days). If approved by the Resident Engineer and Engineer, portions of the cure time after 48 hours can be met by continuously misting an uncovered surface that is subjected to only light vehicular traffic. F. Jointing: Control (contraction) joints shall be installed at regular intervals not to exceed 40 feet, or two times the width of the placement. They shall be installed at a depth of 1- 1/2” or ?A the concrete thickness for thicknesses greater than 8. These joints can be installed in the plastic concrete or saw cut. Joints installed in the plastic concrete are generally rolled in utilizing a “salt roller” to which a beveled fin has been welded around the circumference. Plastic joints are formed immediately after roller compaction and immediately prior to curing. If joints are saw cut, the procedure shall begin as soon as the pavement has hardened sufficiently to prevent raveling and uncontrolled cracking (normally after 24 hours, so curing cover must be removed and surface re-misted and recovered after joint sawing). Transverse construction joints shall be installed whenever placing is suspended for a sufficient length of time that concrete may begin to harden. Isolation (expansion) joints will not be used except when pavement is abutting slabs or other adjoining structures. em Revised 10/08/03 Contract No. 3 8022 Page 149 of 321 Pages SECTION 02540 PAVEMENT MARKINGS AND RELATED SIGNS PART 1 GENERAL 1.01 SUMMARY The work includes on-site paint striping and markings, including symbols and legends, directional arrows, painted curbs, handicapped parking signs, "No Parking Fire Lane" signs and other painted markings and signs as indicated on the drawings. 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. 4. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Ed it ion). B. C. Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. 4. City of Carlsbad Standard Drawings. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. em ifs Revised 10/08/03 Contract No. 38022 Page 150 of 321 Pages ' 1.03 1.04 1.05 1.06 1.07 1.08 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. 6. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines, which may create a safety hazard. SU BM ITTALS A. Certificates of Compliance 1. Paint: Certify compliance with EPA and APCD requirements. QUALITY ASSURANCE Materials and workmanship specified herein with the referenced Standard Specifications shall be in accordance with the referenced articles, sections and paragraphs of the standard except that contractual and payment provisions do not apply. EN V I RON M E NTAL CO N D IT IONS Striping and Legends: Apply paint to clean, dry surfaces and unless otherwise approved, only when air and pavement temperatures are above 4OoF for oil-based materials, 5OoF for water-based materials, and are less than 95OF. Maintain paint temperatures within these same limits. EQUIPMENT Painting Equipment: Use a stripe painting machine capable of producing marking and striping indicated. Provide equipment having a compressor capacity of at least 105 cubic feet and capable of operating at an air pressure of 125 PSI. Provide striping machine with a pointer so the machine will hold exactly to alignment. Provide propelling vehicle with a speedometer or tachometer, and with a suitable device for determining quantity of paint in the container. Mechanically agitate paint while equipment is in operation. Clean paint container and spray nozzles on machine before starting work each day. RELATED WORK IN OTHER SECTIONS The following 'work specified in other sections applies to the work of this Section, including but not limited to: A. B. C. D. Section 02846, "Striping". E. Division 1. Section 0251 3, "Asphalt Concrete Paving". Section 0251 4, "Portland Cement Concrete Pavements". Section 02620, "Concrete Curbs, Gutters and Walks". e= ts Revised 10/08/03 Contract No, 3 8 o 2 2 Page 1 51 of 321 Pages 1.09 PROTECTION A. The Contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. B. Prior to commencing the work, the Contractor shall pothole all existina 'utilities at all crossinq points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. 1.10 SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS 2.01 MATERIALS A. Paint: Comply with Section 21 0-1.6 of the Standard Specifications, Fast Dry, Color as indicated in the Standard Drawings. All paints shall comply with APCD re- quiremen ts. 1. Blue color shall be equal to color No. 15090 per Federal Standard 5958. B. C. D. E. "Disabled Parking" Signs: "Disabled Parking'' signs shall comply with Standard Drawing M-28A and M-28B, as referenced on the drawings. "No Parking Fire Lane" Signs: "No Parking Fire Lane" signs shall comply with Uniform Fire Code 10.207 requirements, shall be approved by the Fire Marshall. Parking spaces for the disabled shall be marked according to CBC Section 11 2298.5. Tactile warning lines shall be in conformance with CBC Section 11338.8.3 and 11 33B.8.4. Revised 10/08/03 Contract No. 3 8022 Page 152 of 321 Pages PART 3 EXECUTION 3.01 PREPARATION A. Striping: Allow new pavement surfaces to cure for at least 30 days before striping. Clean pavement surfaces immediately prior to painting with a power broom and then a power blower using compressed air. Thoroughly clean pavement surface of water, oil, grease or other objectionable matter. Do not use solvent material that will damage pavement. B. Weather Conditions: Comply with the requirements of Section 31 0-5.6.2 of the Standard Specifications. C. Layout, Alignment and Spotting: Comply with the requirements of Section 310- 5.6.7 of the Standard Specifications. 3.02 I N STA LLATION C. D. A. B. Application: Conform to the requirements of Section 310-5.6 of the Standard Specifications. Colors and Configurations: Parking stall striping shall be white, 4 inches wide, except stalls indicated as handicapped parking, which shall be in accordance with Standard Drawings M-27, M-28 and shall include the installation of "Disabled Park- ing" signs in accordance with Standard Drawing M-28A & M-286, and blue painted curb at front of stall. Directional arrows shall be white, configuration in accordance with CalTrans Standard Specifications. Seal Coat: Seal coat and sand cover shall conform to the provisions of Section 302-8 of the Standard Specifications. Striping and Marking Pavements and Curbs 1. Application: Conform to the provisions of Section 310-5.6 of the Standard Specifications. Apply one coat of paint at a maximum rate of 11 0 square feet per gallon of paint. Apply to required width, with clean true edges and without sharp breaks. Repaint portion of marking and striping damaged by traffic within 24 hours after applying paint. Repaint existing markings damaged by construction. Striping shall be placed on final wearing course of asphalt con- crete pavement only. 2. Colors and Configurations: Parking stall striping shall be white, 4 inches wide, except stalls indicated as handicapped parking, which shall be in accordance with Standard Drawings M-27, M-29 and shall include the installation of dis- abled parking sign in accordance with Standard Drawing M-28, and blue painted curb at front of stall. Directional arrows shall be white, configuration in accordance with CalTrans Standard Specifications. Curbs shall be painted red in all locations not adjacent to parking stalls. "No Parking Fire Lane" signs shall be placed at 100 foot intervals along red painted curbs. END OF SECTION em r.# Revised 10/08/03 Contract No. 3 8 02 2 Page 153 of 321 Pages SECTION 02620 CONCRETE CURBS, GUTTERS AND WALKS PART 1 GENERAL 1.01 SUMMARY The work includes all necessary labor and materials for the extent of concrete curbs, walks and paving as shown on the drawings. 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. State of California Department of Transportation (Caltrans) “Manual of Traffic Control for Construction and Maintenance Works Zones” (1 991 Edition). 4. B. C. Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 4. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor’s review. The Geotechnical Report is entitled, “Preliminary Geotechnical Evaluation Report Pine School Community Park”, dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly $3 a* Revised 10/08/03 Contract No. 3 8 02 2 Page 1 54 of 321 Pages 1.04 1.05 1.06 sequence for the performance of this work. Exact locations and alignment of exist- ing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities travers- ing the area of work to be retained and determine the requirements for protection. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines, which may create a safety hazard. B. SUBMITTALS Furnish certified reports of each proposed mix for each type of concrete prior to deliver and installation. RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. B. Division 1. Section 02200, "Earthwork for Structures and Pavements". PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the draw- ings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occa- sioned by the Contractor's failure to exactly locate and preserve any and all un- derground utilities. B. Prior to commencing the work, the Contractor shall pothole all existina utilities at all crossina points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. C. Shoring: The California Division Occupational Safety and Health Enforces the requirement that building and construction contractors obtain a permit prior to commencing certain types of hazardous activity, as specified in Section 65000 of the State Labor Code and Section 341 of Title 8 of the California Code of Regula- tions. These activities include construction of trenches or excavations which are five feet or deeper and into which a person is required to descend, the construc- tion or demolition of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height, and the underground use of diesel en- gines in work in mines and tunnels. Construction permits are issued by district of- fices of the division. The San Diego office is located at: c? Revised 10/08/03 Contract No. 38022 Page 155 of 321 Pages State of California Department of Industrial Relations Division of Occupational Safety and Health 7575 Metropolitan Drive, Suite 204 San Diego, CA 92108 (61 9) 767-2060 1. This Droiect may include trenchina in excess of 5 feet in depth which will re- quire a Dermit from the California Division of OccuDational Safetv and Health /CAL-OSHA). The Contractor shall be responsible for obtaining the appropri- ate permit, and shall comply with the requirements of the permit, and with CAL-OSHA law. The Contractor shall submit a shoring plan prepared in accordance with CAL- OSHA requirements, to the Owner for review prior to commencing the work. D. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent softening of ex- posed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with require- ments of the City and the California State Water Resources Control Board. Construc- tion water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto ad- jacent properties. California Storm Water Best Management Practices and the guid- ance provisions set forth in the Storm Water Pollution Prevention Plan shall be com- plied with for all phases of the work. E. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, eleva- tions or grades and restore surface construction prior to acceptance. Provide appro- priate erosion control and sediment control measures to prevent water-borne soil from leaving the site. The Storm Water Pollution Prevention Plan will provide erosion and sedimentation control guidance to the contractor; however, the contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the site. The contractor shall be responsible to clean up any soil deposited in the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds and other surface waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain catch basins and to prevent sediment from entering the public or private storm drain sys- tem during construction. 1.07 SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. f% we Revised 10/08/03 Contract No. 38022 Page 156 of 321 Pages 1.08 QUALITY ASSURANCE Codes and Standards: Comply with local governing regulations if more stringent than herein specified. Comply with applicable provisions of the following, except as otherwise indicated: I F E D 1. 2. Applicable portions of the CBC including CCR, Title 24, Volume 2, Part 2, Chapters 1 8, 18A, 19, and 19A. The U. S. Department of Justice American with Disabilities Act (ADA) Acces- sibility Guidelines for Buildings and Facilities with the 1997 Revisions (A DAAG). Conform to applicable City code for paving work on public property. 3. Continuous surfaces, including walks and sidewalks, shall have a continuous common surface, not interrupted by steps or by abrupt changes in level exceeding 1/4 inch and shall be a minimum of 48 inches in width. Surface cross slopes: Surface cross slopes shall not exceed 1/4 inch per foot. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. Concrete Testing Service: Engage a qualified independent testing agency to design con- crete mixes. Mockups: Cast mockups of full-size sections of concrete pavement to demonstrate typical joints, surface finish, texture, color, and standard of workmanship. Build mockup panels not less than 20 square feet for each different integrally colored concrete paving and finish. Locate on site as directed by Architect. Notify Architect seven days in advance of dates and times when mockups will be constructed. Obtain Architect's approval of mockups before starting construction. Maintain approved mockups during construction in an undisturbed condition as a standard for judging the completed pavement. Demolish and remove non-approved mockups from the site. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 4--. rrs Revised 10/08/03 Contract No. 3 8 02 2 Page 1 57 of 321 Pages Before submitting design mixes, review concrete pavement mix design and examine proce- dures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with concrete pavement to attend, including the following: Contractor's superintendent. independent testing agency responsible for concrete design mixes. Ready-mix concrete producer. Concrete subcontractor. PART 2 PRODUCTS 2.01 MATERIALS A. Forms: Comply with Section 303-5 of Standard Specifications. 6. Aggregates: Comply with Sections 200-1.4 and 200-1.5 of the Standard Specifica- tions. Form release agent: Colorless form coating compounds that will not bond with, stain or adversely affect concrete surfaces. C. D. Reinforcement: 1. Comply with the requirements of Section 201 -2 of the Standard Specifications. 2. Reinforcing bars shall be new, deformed steel conforming to ASTM A615, Grade 40. F. G. E. Concrete 1. Comply with the Standard Specifications. 2. Concrete Classification: Concrete class shall be 520-C-2500. 3. Maximum slump: 4 inches. Finish in accordance with Section 303-5.5 of the Standard specifications. Joint Material: 1. Premoulded expansion joint filler: 1/2" thick, depth as required by slab thick- ness of premoulded, resilient, non-bituminous material, in compliance with Section 201 -3.2 of the Standard Specifications. PART 3 EXECUTION 3.01 SURFACE PREPARATION Comply with Sections 301 -1 and 303-1.2 of the Standard Specifications. 73 me Revised 10/08/03 Contract No. 3 8 02 2 Page 158 of 321 Pages 3.02 3.03 3.04 3.05 3.06 3.07 FORM WORK Comply with Section 303-5.2 of the Standard Specifications. REINFORCEMENT All exterior walkways, patios and other site concrete flat work shall be reinforced with 6x6/1OxlO welded wire mesh placed 1 112 inches below the top of slab. Locate, place and support reinforcement as specified in Section 03300 unless otherwise shown. CONCRETE PLACEMENT Comply with the requirements of Section 303-5.3 of the Standard Specifications. All exterior concrete, including walkways, patios and other site concrete flat work shall be a minimum of 4 inches of thickness. JOINTS A. General: Construct expansion, weakened-plane (contraction), and construction joints at right angles to the center line, unless otherwise shown, and in accordance with Section 303-5.4 of the Standard Specifications. B. Weakened-Plane (Contraction) Joints: Provide weakened-plane joints consisting of saw cuts spaced at 6 feet on center each way, within 72 hours of concrete pour. Saw cuts shall be a minimum of 112 inch in depth and shall not exceed 3/4 inch in depth. C. D. Construction Joints: Place construction joints at the end of all pours and at loca- tion where placement operations are stopped for a period of more than 1/2 hour, except where such pours terminate at expansion joints. Construct joints as shown, or if not shown, use standard metal keyway section forms. Clean of laitance and embedded in mortar matrix. Expansion Joints: Provide pre-molded joint filler for expansion joints abutting concrete curbs, catch basins, manholes, inlets, structure, walks and other fixed ob- jects. Locate in slab where indicated, filled to full depth with expansion joint mate- rial, in curbs. Locate only 1/2 inch below top of concrete and seal exposed joints with joint sealer. CONCRETE FINISHING A. Comply with Section 303-5.5 of the Standard Specification. B. Broomed finish: Provide a medium broom finish on all surfaces less than 6% and a heavy broom finish on all surfaces greater than 6%. CURING AND PROTECTION A. Comply with the requirements of Section 303-5.6 of the Standard Specifications. B. Repair defective or damaged work in accordance with Section 303-5.7 of the Standard Specifications. END OF SECTION @ Revised 10/08/03 Contract No. 38022 Page 159 of 321 Pages SECTION 02660 EXTERIOR WATER DISTRIBUTION SYSTEM PART 1 GENERAL 1.01 SUMMARY The work includes construction of water service facilities and appurtenances, including the installation and testing of water services indicated for domestic supply, fire sprinkler supply and modification of the existing on-site water mains, as indicated on the drawings and specified herein. The Contractor shall furnish and install reduced pressure backflow preven- tor and appurtenances. The work also includes trench pavement repair for areas crossing existing pavement, as specified in Section 02225, "Excavating, Backfilling and Compacting for Utilities". 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. 2. 3. 4. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Edition). 6. . Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. 4. City of Carlsbad Standard Drawings. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. C. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. em Revised 10/08/03 Contract No. 38022 Page 160 of 321 Pages I I 1 P 1 I t I 1 1 L E D. National Fire Protection Association (NFPA): All fire service mains and pertinences shall comply with NFPA Latest Edition. In case on conflict between the drawings and NFPA 24, NFPA 24 requirements shall take precedence. E. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D1785 ASTM D2466 Polyvinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80 and 120 (Vinyl Chloride) (PVC) Plastic Pipe Fitting, Schedule 40 ASTM D2564 Solvent Cements for Polyvinyl Chloride (PVC) Plastic Pipe and Fittings ASTM D2774 ASTM D2855 (R 1983) Underground Installation of Thermoplastic Pressure Piping Making Solvent-Cemented Joints with Polyvinyl Chloride (PVC) Pipe and Fittings ASTM F402 Safe Handling of Solvent Cements and Primers Used for Joining Ther- moplastic Pipe and Fittings F. AMERICAN WATER WORKS ASSOCIATION AWWA C-900 Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. Through 12 in., For Water AWWA C-509-80 Resilient-seated Gate Valve, 3 in. Through 12 in. NPS, For Water AWWA C-800 AWWA M-23 Underground Services Line Valves and Fittings PVC Pipe-Design and installation G. UNDERWRITERS LABORATORIES, INC. (UL) UL 262 Gate Valves For Fire Protection Service, Sixth Edition UL 31 2 Check Valves For Fire Protection Service Seventh Edition UL 789 Indicator Posts For Fire-Protection Service, Eighth Edition H. UNI-BELL PLASTIC PIPE ASSOCIATION (UBPPA) UBPPA UNI-B-8 Direct Tapping of Polyvinyl Chloride (PVC) Pressure Water Pipe I. CARLSBAD MUNICIPAL WATER DISTRICT WATER DEPARTMENT APPROVED MATERIAL LIST, LATEST EDITION 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly,sequence for the performance of this work. Exact locations and alignment of existing buried utility lines are not known. Locate all existing utility lines and determine the requirements for 4- $4 Revised 10/08/03 Contract No. 38022 Page 161 of 321 Pages disconnection and capping. Locate all active utilities traversing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines which may create a safety hazard. 1.04 SUBMITTALS A. Manufacturer's Catalog Data 1. Pipe and Fittings . 2. Joints and Couplings 3. Valves, including reduced pressure BFP. 4. Valve and Meter Boxes Submit manufacturer's standard drawings or catalog cuts. B. Certificates of Compliance 1. Pipe and Fittings 2. Pipe Joint Materials 3. Valves Certificates shall attest that products meet the requirements specified, and that tests set forth in each applicable referenced publication have been performed, whether specified in that publication to be mandatory or otherwise and that production control tests have been performed at the intervals or frequency specified in the publication. Other tests shall have been performed within 3 years of the date of submittal of certificates on the same type, class, grade, and size of material as is being provided for the project. 1.05 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage: Inspect materials delivered to site for damage. Unload and store with minimum handling. Store materials on site in enclosures or under protective cover- ing. Store plastic piping, jointing materials under cover .out of direct sunlight. Do not store materials directly on the ground. Keep inside of pipes and fittings free of dirt and debris. B. Handling: Handle pipe, fittings, valves, hydrants, and other accessories in a manner to ensure delivery to the trench in sound undamaged condition. Carry, do not drag pipe to the trench. Store plastic piping, jointing materials that are not to be installed immedi- ately, under cover out of direct sunlight. 1.06 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. Section 02225, "Excavation, Backfilling and Compaction for Utilities". B. Section 02200, "Earthwork for Structures and Pavements". C. Division 1. 4- 6# Revised 10/08/03 Contract No. 38022 Page 162 of 321 Pages I 1.07 PROTECTION I c D I 1 f I 1 A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The ex- istence and locations of existing underground facilities shown on the drawings were ob- tained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsi- ble for any and all damages, which might be occasioned by the Contractor's failure to exactly locate and preserve any and all underground utilities. 6. Prior to commencing the work, the Contractor shall pothole all existina utilities at all crossina points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not re- veal the location of certain existing utilities, or if potholes reveal locations of existing utili- ties other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. C. Shoring: The California Division Occupational Safety and Health Enforces the require- ment that building and construction contractors obtain a permit prior to commencing cer- tain types of hazardous activity, as specified in Section 65000 of the State Labor Code and Section 341 of Title 8 of the California Code of Regulations. These activities include construction of trenches or excavations which are five feet or deeper and into which a person is required to descend, the construction or demolition of any building, structure, falsework, or scaffolding more than three stories high or the equivalent height, and the underground use of diesel engines in work, in mines and tunnels. Construction permits are issued by district offices of the division. The San Diego office is located at: State of California Department of Industrial Relations Division of Occupational Safety and Health 7575 Metropolitan Drive, Suite 204 San Diego, CA 921 08 (61 9) 767-2060 1. This project mav include trenchina in excess of 5 feet in depth which will rewire a permit from the California Division of Occupational Safetv and Health GAL-OSHA). The Contractor shall be responsible for obtaining the appropriate permit, and shall comply with the requirements of the permit, and with CAL-OSHA law. The Contractor shall submit a shoring plan prepared in accordance with CAL-OSHA requirements, to the Owner for review prior to commencing the work. D. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent softening of ex- posed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with require- ments of the City and the California State Water Resources Control Board. Construc- tion water from dewatering or any other construction source shall not be allowed to Revised 10/08/03 Contract No. 3 8 02 2 Page 1 63 of 321 Pages discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto ad- jacent properties. California Storm Water Best Management Practices and the guid- ance provisions set forth in the Storm Water Pollution Prevention Plan shall be com- plied with for all phases of the work. E. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations or grades and restore surface construction prior to acceptance. Provide appropriate ero- sion control and sediment control measures to prevent water-borne soil from leaving the site. The Storm Water Pollution Prevention Plan will provide erosion and sedimentation control guidance to the contractor; however, the contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the site. The contractor shall be responsible to clean up any soil deposited in the public right-of-. way, public or private storm drain systems, creeks/streams/lakes/ponds and other sur- face waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain catch basins and to prevent sediment from entering the public or private storm drain system during construction. 1.08 SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS 2.01 WATER SERVICE LINE MATERIALS A. Piping Materials PART 2 PRODUCTS 2.01 WATER SERVICE LINE MATERIAL A. Piping Materials 1. Polyvinyl Chloride (PVC) Pipe PVC Plastic pipe and fittings shall bear the seal of the National Sanitation Founda- tion for potable water service. Plastic pipe and fittings shall be supplied from the same manufacturer. PVC pipe smaller than 4 inches a. PolyVinyl Chloride (PVC) Plastic Piping shall conform to ASTM D1785, Schedule 80 {ASTM D1785 Schedule 40) with SDR as necessary to provide 200 psi (150 psi} minimum pressure. b. Fittings shall conform to ASTM D2467, Schedule 80 {ASTM D2266, Schedule 40}. Pipe and fittings shall be of the same PVC plastic material and shall be v- g* Revised 10/08/03 Contract No. 38022 Page 164 of 321 Pages one of the following pipe/fitting combinations, as marked on the pipe and fit- ting, respectively: PVC 122O/PVC 12; PVC 212O/PVC II; PVC 2116/PVC II. Solvent cement for joining shall conform to ASTM D2564. PVC pipe 4 inches and larger a. PVC pipe shall conform to AWWA C900 and per ASTM D2241, Class 200 ASTM D2241, Class 150 with SDR as necessary to provide 200 psi (150 psi} minimum pressure. b. Belled elastomeric joints shall conform to ASTM D2122 for bell measure- ments; elastomeric gaskets shall conform to ASTM F477. B. Fittings Fittings shall be ductile iron fittings conforming to AWWA C110 with a minimum rated working pressure of 250 psi. Provide fittings with bells and gaskets specifically de- signed for cast iron equivalent outside diameter PVC pipe. 1. Polyvinyl Choride (PVC) Pipe Joints and Jointing Material: Joists for pipe shall be push-on joints, ASTM D 3139. Joints between pipe and metal fittings, valves, and other accessories shall be push-on joints ASTM D 3139, flange joint or compression-type joints/mechanical joints, ASTM D and AWWA Clll/A21.11, as called out on the drawing. Provide each joint connection with an elastomeric gasket suitable for the bell or coupling with which it is to be used. Gaskets for push-on joints for pipe, ASTM F 477. Gaskets for push-on joints and compression-type joints/mechanical joints for joint connections between pipe and metal fittings, valves, and other ac- cessories, AWWA C111/A21.11 , respectively, for push-on joints and mechanical joints. Mechanically coupled joints using a sleeve-type mechanical coupling, as specified in paragraph entitled “Sleeve-Type mechanical Couplings,” may be used as an optional jointing method in lieu of push-on joints on pain-end PVC plastic pipe, subject to the limitations specified for mechanically coupled joints using a Sleeve-Type Mechanical coupling and to the use of internal stiffeners as specified for compression-type joints in ASTM S 3139. In the case where there are vertical forces restrained joints shall be used. C. Valves and Other Water Main Accessories 1. Gate Valves a. AWWA C500 Unless otherwise specified, valves conforming to AWWA C500 shall be non- rising stem type with double-disc gates resilient sealed and mechanical-joint ends by flange. Gate valves shall be iron bodied, solid bronze internal work- ing parts, parallel faced, double disc bottom wedging valves. The minimum designated water working pressure shall be 200 psi for valves four inches (4”) through twelve inches (1 2”) and 150 psi for larger valves. *m p,s Revised 10/08/03 Contract No. 38022 Page 165 of 321 Pages b. AWWAC509 Unless specified otherwise, valves conforming to AWWA C509 shall be non- rising stem type with mechanical-joint by flange. Valves shall open by coun- terclockwise rotation of the valve stem. Stuffing boxes shall have O-ring stem seals and shall be bolted and constructed so as to permit easy removal of parts for repair. In lieu of mechanical-joint or flanged ends, joint ends, valves may have special ends for connection to sleeve-type mechanical coupling. Valve ends and gaskets for connection to sleeve-type mechanical coupling shall conform to the applicable requirements specified respectively for the joint or coupling. Valves shall be of one manufacturer. Fire protection water line valves shall meet the requirements of NFPA 24 and shall conform to UL 262. The valves shall open by counterclockwise rotation. c. Coatings Interior: Coat the interior cast iron surface at the place of manufacture. Sandblast surfaces in accordance with SSPC-SP5 (white metal blast clean- ing). Apply two coats of epoxy resin (Keysite 740, Gilpon, or equal) to a mini- mum dry film thickness of 8 mils. Follow the paint manufacturer’s recommen- dation. Take special care to remove all contaminants adjacent to the seats. Exterior: Coat the exterior surfaces at the place of manufacture. Sandblast exterior surfaces in accordance with SSPC-SP6 (commercial blast cleaning). Apply two 16 mil coats (minimum dry thickness, each of Koppers bitumastic 50, Tnemec 46-465, or equal) d. Nuts and bolts used for bolting flanged gage valves Above ground shall be standard square head machine bolts and hexagonal nuts conforming to ASTM A307 Grade B. All bolt threads shall be lubricated with graphite and oil prior to installation. e. Exterior Stems: 1. Where the depth of the valve is such that its centerline is more than 4 feet below grade, provide operating extension stems to bring the operating nut to a point 6 inches below the surface of the ground and/or box cover. Ex- tension stems shall be steel and shall be complete with 2 inches square operating nut. 2. Construct shafts and coupling of carbon steel, galvanized after fabrication. Provide 2 inch operating nut. Provide tee shaped operating key. Key to be 5 feet long. 3. Size shafts to safety withstand repeated reversals and stress due to full thrust of operating mechanism. Couple shaft to valve stem with a cou- pling, with a torque rating equal to, or greater than, torque required to op- erate valve. f. Wrap all buried, ferrous metal valves with 2 layers of 8 mil polyurethane film secured with plastic adhesive tape per AWWA C105. g. Valve Boxes: Valve boxes shall consist of Schedule 40 steel pipe (5.25 inches minimum diameter) with valve box cover. Coat steel pipe with best grade of asphalt pipe dip. Use valve box covers of cast iron manufactured by Alhambra Foundry, Alhambra, California; Neenah Foundry, Neenah, Wiscon- @ Revised 10/08/03 Contract No. 38022 Page 166 of 321 Pages I b D ! I r F I t m I I E c 1 I ‘. I 2. 3. sin; or equal. Covers shall be marked “water“ (cast in original mold) and shall be as shown in standard drawing SDW-107. h. Valve Blocking: Provide concrete valve blocking per City of Carlsbad Stan- dard Drawings. i. Products: Valves manufactured by Mueller, Decatur, Illinois; Crane Com- pany, Imine, California; or equal. Check Valves Check Valves: Shall be iron or brass body 175 psi maximum working pressure, 350 psi maximum test pressure bronze disc and seat, horizontal swing check valve with bolted bonnet. Check valves shall be designed for replacement of in- ternal parts without removal of valve body from piping. Bosses on each side of clapper shall be drilled and tapped for gauge installation. Valve shall be flanged on both ends. Valve shall conform to AWWA C-508. Exception: Wafer or swing check valves listed for vertical installation may be used at fire department connections. Water Meters AWWA C700 and AWWA C701. Meter shall register in U.S. gallons. 4. Reduce Pressure Backflow Assembly AWWA C511 reduced pressure principal type, as modified herein. Backflow pre- venters shall have threaded connections and all bronze construction for sizes of 2 inches and smaller, and shall have flanged connections and galvanized cast- iron construction for sizes larger than 2-inches. The backflow preventer shall in- clude two check valves located between two shut-off valves with an area of re- duced pressure between the check valves and a relief device arranged to dis- charge to the atmosphere. Fluctuation in piping pressure shall not cause cycling. The backflow preventer shall automatically maintain a low pressure zone to posi- tively prevent the backflow of water into the water supply system. The backflow preventer shall automatically indicate failure of any part vital to the prevention of backflow by the continuous discharge of the relief device. The backflow pre- venter shall be suitable for a cold water working pressure of 175 psig. The back- flow preventer shall be designed so that any moving part may be replaced with- out removing the backflow preventer. D. Bolts and Nuts for Flanges All bolts, nuts, washers and rodding used for the installation of underground piping, valves and fitting shall be stainless steel conforming to UNS31600 (formerly AIS1 Type 316). Bolts shall conform to ASTM F 593, Alloy Group 2, Condition CWl/CW2 (depending on size). Nuts shall conform to ASTM F 594, Alloy Group 2, Condition CWl/CW2 (depending on size). E. Detector Tape Detector tape shall be inductively locatable and conductively traceable using a stan- dard pipe and cable locating device. Tape shall bear a continuous printed message warning that a water line is buried below. Use tape 3 inches wide. Refer to section covering “trenching backfilling and compacting” for additional requirements. $3 rv Revised 10/08/03 Contract No. 3 8022 Page 167 of 321 Pages F. Concrete for Thrust Blocks 1. Concrete for thrust blocks shall be Class 470-C-2000, conforming to Section 201 of the Standard Specifications. 2. Quantity of concrete and the area of bearing in undisturbed soil shall be as shown on the standard drawings or as indicated in NFPA 24. 3. Mechanical restraint devices shall be provided at all pipe joints. Restraint de- vices shall be the wedging action type. All rods, nuts and washers shall be stainless steel per ASTM F-593 and F-594. Uniflange, EBBA iron or equal. PART 3 EXECUTION 3.01 INSTALLATION OF PIPELINES A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the drawings were obtained from a search of available records. The contractor shall take precau- tionary measures to protect any existing facility shown on the drawings, and any other which is not of record or shown on the drawings. The Contractor shall deter- mine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occasioned by the Con- tractor's failure to exactly locate and preserve any and all underground utilities. Prior to commencing the work, the contractor shall POTHOLE EXISTING UTILITIES at points of connection and all utility crossings to determine exact location. B. C. Installation of Water Service Piping 1. Location: Connect water service piping to the building service where the building service has been installed. Where building service has not been in- stalled, terminate water service lines approximately 5 feet from the building line at the points indicated; such water service lines shall be closed with plugs or caps. D. Special Requirements for Installation of Water Service Piping 1. Install all water piping and appurtenances in accordance with Carlsbad Municipal Water Districts Standards and requirements. E. Pipe Anchorage: Provide concrete thrust blocks in accordance with City of Carlsbad Standard Drawings. F. Earthwork and Buried Warning Tape: Perform earthwork operations in accordance with Section 02225, "Excavating, Backfilling and Compacting for Utilities", including installa- tion of buried warning tape. G. Disinfection: Flush and disinfect all new water lines including reclaimed water lines and affected portions of existing potable water lines in accordance with AWWA C651. Apply chlorine by the continuous feed method. Revised 10/08/03 Contract No. 38022 Page 168 of 321 Pages D 3.02 FIELD QUALITY CONTROL I F I I c t D Y I 1 E I 1 I I f A. Field Tests and Inspections: The Contractor shall perform pipeline testing in accordance with Section 306-1.4 of the Standard Specifications. The Contractor shall produce evi- dence, when required, that any item of work has been constructed in accordance with the drawings and specifications. B. Testing Procedure: Test water mains and water service lines in accordance with the applicable specified standard. Test PVC plastic water service lines made with PVC plas- tic water main pipe in accordance with the requirements of UNI B3 for pressure and leakage tests. Test water service lines in accordance with applicable requirements of AWWA C600 for hydrostatic testing. No leakage will be allowed at plastic pipe joints. C. Special Testing Requirements: For pressure test, use a hydrostatic pressure 50 psi greater than the maximum working pressure of the system, except that for those portions of the system having pipe size larger than 2 inches in diameter, hydrostatic test pressure shall be not less than 200 psi. Hold this pressure not less than 2 hours. Prior to the pressure test, fill that portion of the pipeline being tested with water for a soaking period of not less than 24 hours. For leakage test, use a hydrostatic pressure not less than the maximum working pressure of the system. Leakage test may be performed at the same time and at the same test pressure as the pressure test. END OF SECTION em aS Revised 10/08/03 Contract No. 38022 Page 169 of 321 Pages SECTION 02720 STORM DRAINAGE SYSTEM PART 1 GENERAL 1.01 SUMMARY The work includes construction of drainage structures and the installation of all storm drain lines, trench drains and appurtenances, and subdrain system, grease trap structure, and other drainage improvements as indicated on the drawings. This work also includes trench pavement repair for areas crossing existing pavement, as specified in Section 02225, "Excavating, Backfilling and Compacting for Utilities". 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard SDecifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. B. C. 4. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Edition). Standard Drawinas 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. 4. City of Carlsbad Standard Drawings. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. Geotechnical ReDort: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. {> Revised 10/08/03 Contract No. 38022 Page 170 of 321 Pages 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of existing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities traversing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines which may create a safety hazard. 1.04 SUBMITTALS A. Certificates of Compliance 1. Pipe and Fittings 2. Pipe Joint Materials 3. Precast Concrete Catch Basins and Cleanouts Submit certificates attesting that tests set forth in each applicable referenced publication have been performed, whether specified in that publication to be mandatory or otherwise and that production control tests have been performed at the frequency of intervals specified in the publication. Other tests shall have been performed within 3 years of the date of submittal of certificates on the same type, class, grade and size of material as is being provided for the project. B. Manufacturer's Catalog Cuts 1. Precast catch basins and cleanouts. 2. Precast trench drain and appurtenances. Submit manufacturer's catalog cuts for each applicable item. 1.05 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage 1. Piping: Inspect materials delivered to site for damage; store with minimum of han- dling. Store materials on site in enclosures or under protective coverings. Keep in- side of pipes and fittings free of dirt and debris. 2. Metal Items: Check upon arrival; identify and segregate as to types, functions, and sizes. Store off the ground in a manner affording easy accessibility and not causing excessive rusting or coating with grease or other objectionable materials. B. Handling: Handle pipe, fittings, and other accessories in a manner to ensure delivery to the trench in sound undamaged condition. Carry, do not drag pipe to trench. 43 Revised 10/08/03 Contract No. 38022 Page 171 of 321 Pages 1.06 1.07 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: J A. Section 02225, "Excavation, Backfilling and Compaction for Utilities". B. Division 1. SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. I 1 PART 2 PRODUCTS 2.0 1 M IS C EL LAN E 0 U S MAT E R I A LS A. Precast Concrete and Associated Materials: 1. Precast Concrete Catch-basin: Precast concrete catch-basin and cleanout shall have knock-outs to match pipe sizes and grate size openings. "San Diego Pre-cast, Jensen Precast or approved alternate. The bottom of the catch basin shall be 4" minimum concrete sloped at 2% to pipe invert. B. Metal Items 1. Frames and Gratings for Precast Catch-basin shall be heelproof and shall comply with American Disabilities Act Requirements for Grate Openings Size and shall be galvanized. Steel rated for H-20 highway loading. C. Polyvinyl Chloride (PVC) Plastic Piping 1. PVC Plastic Pipe and Fittings: Shall conform to the provisions of section 207-17 of the Standard Specifications for public works constrution. 2. Joints and Jointing Material for PVC Plastic Piping: Shall conform to the provision of Sections 207-17.3.1 , 2 and 207-17.3 of the Standard Specifications for solvent ce- ment joints. D. Reinforced Concrete Pipe (RCP) 1. Reinforced concrete pipe shall conform to the requirements of section 207-2 of the standard specifications for public works construction and comply with ASTM C. D- Load requirements. 2. D-load shall be 1350-D minimum. 3. Elastomeric seal joints shall conform with ASTM D3212 and elastomeric. Revised 10/08/03 Contract No. 38022 Page 172 of 321 Pages I 1 3 I a I I 1 1 1 1 3 a I E. Perforated Plastic Pipe 1. Pipe shall be manufactured in accordance with and meet the requirements in section 68-1.02K of the Caltrans standards specifications. 2. Filter Fabric for use with under-drains shall conform to Section 88, "Engineering Fab- rics", of the Caltrans Standard Specifications. 3. Permeable material for use in trench backfill, below, around, and over the under- drains shall be Class 1 in accordance with Section 68-1.025, "Permeable Material", of the Caltrans Standard Specifications. F. Cast-In-Place Structures 1. Concrete shall be 560-C-3250 as specified in Section 201-1 of the Standard Specifi- cations. 2. Construction shall comply with the Standard Drawings referenced on the drawings, and with Section 303-1 of the Standard Specifications. G. Buried Warning and Identification Tape: Shall conform to the requirements of paragraph 2.02, Section 02225, "Excavation, Backfilling and Compacting for Utilities", of these specifications. H. Plastic Area Drain Inlets 1. Plastic area drain inlets type and size indicated on the drawings shall be, with riser extensions and size adaptors as required for the depths indicated on the drawings. Materials shall be injection molded structural foam polyethylene, "NDS" or approved alternate. All appurtenances and fittings shall be included. If area drains do not have an outlet for nuisance water to exit, the contractor shall drill one '/2 diameter hole in the bottom at the lowest side of the drain to prevent ponding of water in the bottom of the inlet. 2. Plastic area drain inlet grates: unless noted on these drawings shall comply with the following: a. For turf areas provide flush mount bolt down, ADA compliant grate, "NDS", or ap- proved alternate. b. For landscape shrub areas provide atrium style grate "NDS", or approved alter- nate. I. Precast Trench Drain 1. Precast trench drain and appurtenances: Provide precast trench drain and all appur- tenances, including grate, fittings and all other appurtenances, complete. "ZURN", or approved alternate. Grating shall be ADA compliant, H-20 loading galvanized, "ZURN or approved alternate. em r.@ Revised 10/08/03 Contract No. 38022 Page 173 of 321 Pages PART 3 EXECUTION 3.01 INSTALLATION OF PIPELINES AND APPURTENANT CONSTRUCTION A. The Contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The ex- istence and locations of existing underground facilities shown on the drawings were ob- tained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsi- ble for any and all damages, which might be occasioned by the Contractor's failure to exactly locate and preserve any and all underground utilities. B. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot- holed underground facilities. Notify the Owner of any conflicts or differences from posi- tions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Con- tractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. C. General Requirements for Installation of Pipelines. These requirements shall apply to pipeline installation. 1. Earthwork: Perform earthwork operations in accordance with Section 02225 "Exca- vation, Backfilling and Compacting for Utilities". 2. Pipe Laying and Jointing: Conform to the provisions of Section 306-1 of the Stan- dard Specifications. Inspect each pipe and fitting before and after installation; re- move those found defective from site and replace with new. Provide proper facilities for lowering sections of pipe into trenches. Lay pipe with the bell ends in the up- grade direction. Adjust spigots in bells to provide a uniform space. Blocking or wedging between bells and spigots will not be permitted. Replace by one of the proper dimensions any pipe or fitting that does not allow sufficient space for proper caulking or installation of joint material. At the end of each work day, close open ends of pipe temporarily with wood blocks or bulkheads. Provide batterboards not more than 25 feet apart in trenches for checking and ensuring that pipe invert eleva- tions are as indicated: Laser beam method may be used in lieu of batterboards for the same purpose. 3. Installation of Buried Warning Tape: Install buried warning tape in accordance with the requirements of paragraph 3.03, Section 02225, "Excavation, Backfilling and Compacting for Utilities", of these specifications. D. Precast Catch Basins: Construct precast catch basins with a cast-in-place cast bottom a minimum of 4 inch thick, sloping toward pipe outlet at 2% minimum. Give a smooth fin- ish to inside joints of precast concrete boxes. Cast-in-place concrete work shall be in accordance with section 201 -1 and 303-1 of the Standard Specifications. E. Cast-In-Place Catch Basin and Cleanout Structures: Construct cast-in-place catch basin structures in accordance with Section 303-1 of the Standard Specifications. e= Revised 10/08/03 Contract No. 3 8022 Page 1 74 of 321 Pages I F f t I I I m I I c 1 I; I F. Precast Trench Drain: Install precast trench drain in accordance with manufacturer's recommendations. Provide appropriate fittings and transition structures to connect with storm drain pipe. G. Filter Fabric 1. Installation of permeable material for trench backfill shall be in accordance with Sec- tion 68-1.03, "Installing Under-drains", of the Standard Specifications and as shown on the drawings. 2. Filter fabric shall be installed in strict compliance with details shown on the drawings and as specified in Section 68-1.03, "Installing Under-drains", of the Standard Speci- fications and as shown on the drawings. 3. Perforated Poly-vinyl Chloride PVC Pipe shall be constructed to the lines and grades as shown on the drawings and in strict compliance with Section 68-1.03, "Installing Under-drains", of the standard specifications. H. Installation of Perforated Subsurface Drains 1. Install perforated subsurface drains in accordance with Section 68-1 of the Caltrans Standard Specifications. 3.02 METAL WORK Workmanship and Finish: Perform metal work so that workmanship and finish will be equal to the best practice in modern structural shops and foundries. Form iron and steel to shape and size with sharp lines and angles. Do shearing and punching so that clean true lines and surfaces are produced. Make castings sound and fee from warp, cold shuts, and blow holes that may impair their strength or appearance. Give exposed surfaces a smooth finish with sharp well-defined lines and arises. Provide rabbets, lugs, and brackets wherever neces- sary for fitting and support. 3.03 FIELD QUALITY CONTROL A. Field Tests and Inspections: The Contractor shall be able to produce evidence, when required, that each item of work has been constructed properly in accordance with the drawings and specifications. 1. Pipeline Testing: Conform to the requirements of Section 306-1.2.12 of the Standard Specifications. END OF SECTION @ Revised 10/08/03 Contract No. 38022 Page 175 of 321 Pages SECTION 02730 EXTERIOR SANITARY SEWER SYSTEM PART 1 GENERAL 1.01 SUMMARY The work includes the installation of sanitary sewer lateral, onsite sewer mains and appurte- nances, modification and removal of portions of the existing on-site sewer mains, as indi- cated on the drawings. The work also includes trench pavement repair for areas crossing existing pavement, as specified in Section 02225, "Excavating, Backfilling and Compacting for Uti I i ties". 1.02 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A1 0.6, 1983 Demoli- tion Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. 4. State of California Department of Transportation (Caltrans) "Manual of Traffic Control for Construction and Maintenance Works Zones" (1 991 Edition). B. Standard Drawinqs 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 4. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 5. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. Geotechnical Report: A Geotechnical Report has been prepared for this project and is available for the Contractor's review. The Geotechnical Report is entitled, "Preliminary Geotechnical Evaluation Report Pine School Community Park", dated June 12, 2002. The Geotechnical Report is believed accurate, however, neither the information contained therein, nor conditions indicated to exist at the test hole locations or other site locations is guaranteed to prevail throughout the job site. C. I 3 I 1 I 1 1 @I 1 I 1 s 1 1 4- r,# Revised 10/08/03 Contract No. 3 8 022 Page 176 of 321 Pages c i I I I t I I m I I 1 t I i I I. D. UNI-BELL PLASTIC PIPE ASSOCIATION (UNI) UNI 85 UNI B6 Installation of Polyvinyl Chloride (PVC) Sewer Pipe Low-Pressure Air Testing of Installed Sewer Pipe 1.03 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of existing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities traversing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines, which may create a safety hazard. 1.04 SYSTEM DESCRIPTION Sanitary Sewer Gravity Pipeline: The system consists of polyvinyl chloride (PVC) plastic pipe, cleanout, and connections to existing sewer stub-outs indicated on the drawings. 1.05 SUBMITTALS A. Certificates of Compliance 1. Pipe and Fittings 2. Pipe Joint Materials Certificates shall attest that tests set forth in each applicable referenced publications have been performed, whether specified in that publication to be mandatory or other- wise. Production control tests shall have been performed at the intervals or frequency specified in the referenced publication. Other tests shall have been performed within 3 years of the date of submittal of certificates on the same type, class, grade, and size of material as is being provided for the project. B. Manufacturers Catalogue Cuts 1. Pipe and Fittings 2. Pipe Joint Materials 1.06 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage 1. Piping: Inspect materials delivered to site for damage; store with minimum of han- dling. Store materials on site in enclosures or under protective coverings. Store plastic piping and jointing materials and rubber gaskets under cover out of direct sunlight. Do not.store materials directly on the ground. Keep inside of pipes and fit- tings free of dirt and debris. e- tq Revised 10/08/03 Contract No. 38022 Page 177 of 321 Pages 1.07 1.08 B. Handling: Handle pipe, fittings, and other accessories in such manner as to ensure RELATED WORK IN OTHER SECTIONS delivery to the trench in sound undamaged condition. Carry do not drag, pipe to trench. The following work specified in other sections applies to the work of this Section, including but not limited to: A. Section 02225, "Excavation, Backfilling and Compaction for Utilities". B. Division 1. SAFETY DURING CONSTRUCTION The Contractor shall assume sole and completed responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 PRODUCTS 2.01 PIPELINE MATERIALS A. PVC Plastic Gravity Sewer Piping 1. PVC Plastic Gravity Pipe and Fittings: Conform to the provisions of Section 207-1 7 of the Standard Specifications and the City of San Diego Supplements. 2. PVC Plastic Gravity Joints and Jointing Material: Conform to the provisions of Sec- tion 207-1 7 of the Standard Specifications and the City of San Diego Supplements. B. PVC Force Main 1. Provide PVC force main, SDR 18 200 psi working pressure. PART 3 EXECUTION 3.01 INSTALLATION OF PIPELINES AND APPURTENANT CONSTRUCTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The ex- istence and locations of existing underground facilities shown on the drawings were ob- tained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsi- ble for any and all damages which might be occasioned by the Contractor's failure to ex- actly locate and preserve any and all underground utilities. B. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot- holed underground facilities. Notify the Owner of any conflicts or differences from posi- tions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Con- (3 Revised 10/08/03 Contract No. 38022 Page 178 of 321 Pages I I. I 1 I t t I I m I I [i I I I I I. tractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. C. Install sanitary pipelines and appurtenances in conformance with the provisions of Section 306-1.2 of the Standard Specifications, and the following requirements: 1. Location: The work covered by this section shall terminate at a point approximately 5 feet from the building, or as indicated. Where the location of the sewer is not clearly defined by dimensions on the drawings, do not lay sewer line closer horizon- tally than 10 feet to a water main or service line. Where sanitary sewer lines pass below water lines, lay pipe so that no joint in the sewer line will be closer than 3 feet, horizontal distance, to the water line. 2. Earthwork and Buried Warning Tape: Perform earthwork operations in accordance with Section 02225, "Excavating, Backfilling and Compacting for Utilities", including installation of buried warning tape. 3. Pipe Laying and Jointing: Inspect each pipe and fitting before and after installation; replace those found defective and remove from site. Provide proper facilities for lowering sections of pipe into trenches. Lay non-pressure pipe with the bell or groove ends in the upgrade direction. Adjust spigots in bells and tongues in grooves to give a uniform space all around. Blocking or wedging between bells and spigots will not be permitted. Replace by one of the proper dimensions, pipe or fittings that do not allow sufficient space for installation of joint material. At the end of each work day, close open ends of pipe temporarily with wood blocks or bulkheads. Provide batterboards not more than 25 feet apart in trenches for checking and ensuring that pipe invert elevations are as indicated. Laser beam method may be used in lieu of batterboards for the same purpose. 4. Concrete encasement: Encase sewer lateral in locations indicated on the drawings, in accordance with Standard Drawing S-7. D. Special Requirements 1. Cleanout: Construct cleanouts in accordance with the Standard Drawings S-3 and S-13. Maximum spacing shall be 100 feet. 2. Removal and modification of existing on-site sewer mains. Remove portions of the existing on-site sewer mains, as indicated on the drawings. Provide caps at the point of removal. 3.02 FIELD QUALITY CONTROL A. Field Tests and Inspections: The Contractor shall be able to produce evidence, when required, that each item of work has been constructed in accordance with the drawings and specifications. B. Tests for Nonpressure Lines 1. Leakage Tests: Perform tests in accordance with Section 306-1.4 of the Standard Specifications or as directed by the City of Carlsbad. END OF SECTION e= aS Revised 10/08/03 Contract No. 38022 Page 179 of 321 Pages SECTION 02832 WOOD FENCE PART 1 - GENERAL 1.01 WORK INCLUDED A. Perimeter Fence. 1.02 RELATED SECTIONS AND DOCUMENTS A. Section 303 Concrete and Masonry Construction. B. Drawings and general provisions of the Construction Contract, and Division-1 Specifica- tion sections apply to work of this section. PART 2 - PRODUCTS 2.01 FENCING MATERIALS A. Wood Posts: 6" x 6" x required height (nominal size) No. One fence grade pressure treated Douglas fir. Spacing as indicated in Drawings. B. Wood Rails: 2" x 6" x required length (nominal size) No. One fence grade rough sawn Cedar. Spacing as indicated in Drawings. C. Wood Pickets: 1" x 6 x required height (nominal size) No. One fence grade Cedar. D. Carriage Bolts: W'x9 galvanized carriage bolts. E. Water Repellant Coating: Stain with Olympic Weather Screen or approved equal. Color: Clear, to be approved by Landscape Architect. 2.02 CONCRETE A. Post Bases: 3000 psi concrete PART 3 - EXECUTION 3.01 LAYOUT A. Final grading shall be complete before beginning post installation. 3.02 I N STALLAT ION A. Layout: Final grading shall be complete before beginning post installation. B. Line Posts: Space line posts no more than 8' apart and set in concrete as detailed. Post bottom must drain freely and concrete must extend to grade. C. Rails: Install level at the specified heights, in a manner to prevent any abrupt changes in grade at the rails. Fasten as detailed. (3 Revised 10/08/03 Contract No. 38022 Page 180 of 321 Pages D. Fasteners: Attach rails to posts with carriage bolts and related hardware. Cut off ends of bolts that extend 1/2” beyond nuts. E. Workmanship: The fence construction shall be plumb, both in line and transverse to the fence, straight and rigid with boards held firmly in place. Details of construction, not specified, shall be performed in keeping with good standard fencing practice. 3.03 REPLACEMENT A. Finished surfaces bearing hammer marks, splits, mars, and/or defects of any nature shall be replaced prior to acceptance. B. Wood members showing effects of excessive shrinkage and checking during the guaran- tee period shall be removed and replaced. END OF SECTION 4- %#Revised 10/08/03 Contract No. 38022 Page 181 of 321 Pages SECTION 02850 PLAY EQUIPMENT AND RESILIENT SURFACING PART 1 GENERAL 1.01 Scope of Work Materials, labor and equipment for complete installation of play equipment as shown on the Plans. A. B. Excavation and subdrainage system. C. Accessible resilient surfacing (rubber/polyurethane mix) with concrete base, and play area concrete curb. 1.02 Related Work A. Earthwork-Section 300 B. Concrete and Masonry Construction-Section 303 1.03 Quality Assurance A. Licensing: Contractor's license for play equipment installers shall be either "A" or 'IC61 - D34." B. Contractor shall have demonstrated at least three years experience in installation of play equipment and resilient surfacing to recognized safety and workmanship stan- dards. C. Contractor shall provide materials, install play equipment, and construct playground areas in accordance with the following standards and guidelines. In case of conflict, the most restrictive-and highest quality standards and guidelines shall apply to the work. 1. 2. 3. 4. 5. "Standard Consumer Safety Performance Specification for Playground Equip- ment for Public Use," ASTM F1487-99. "Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment," ASTM F1292-99. "Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment," ASTM FI 951 -99. U.S. Consumer Products Safety Commission, Handbook for Public Playground Safety, latest edition. "Americans with Disabilities Act" Accessibility Guidelines (ADAAG). D. Installation of play equipment and resilient surfacing shall be in full conformance with California Administrative Code Title 24 disabled access requirements. 1.04 Delivery, Storage and Handling A. Play area equipment and materials shall be ordered and delivered to the job site, and protected from construction operations and vandalism throughout the construction of the project. e= %#Revised 10/08/03 Contract No. 38022 Page 182 of 321 Pages I I I I I I t 1 b I I f I I I I 1 I. f B. Damaged, vandalized or broken equipment and materials shall be cause for rejection as determined by the City's representative. 1.05 Guarantees and Warranties A. Contractor shall provide manufacturers' written certification that play equipment, and accessible resilient surfacing have been installed in accordance with manufacturers' recommendations and Contract Documents. B. Contractor shall provide the City with manufacturers' written warranties for accessible resilient surfacing and play equipment. 1.06 Submittals A. Contractor shall provide the following materials for review and acceptance by the City's representative. 1. Play area resilient materials: A. Play equipment catalog cut sheets. Accessible resilient surfacing catalog cut sheets and -specifications for manufacturers' recommended installation. 2. 1.07 Staking A. Contractor shall provide staking and layout at the site for placement of play equipment. Safety zones shall be evaluated and accepted by the City's and manufacturer's repre- sentatives prior to play equipment installation. 1.08 Safety A. Contractor shall provide for the complete protection and closure of play areas during and after installation, throughout the maintenance period until final acceptance, and at no additional cost to the City. Any injury, claim or vandalism arising from the insuf- ficient closure and protection of the play areas shall be responsibility of Contractor. 1.09 Availability and Ordering of Specified Items A. Availability: Verify prior to bidding that all specified items, including but not limited to play equipment, accessible resilient surfacing, structures, and park furnishings will be available in time for installation during orderly and timely progress of the work. In the event specified item or items will not be available, notify the City prior to receipt of bids. B. Ordering: Specified items shall be ordered within 10 days of receipt of the "Notice To Proceed." Provide written evidence of timely ordering of specified items to Engineer. PART 2 PRODUCTS 2.01 Resilient Materials: A. Accessible resilient surfacing shall be in accordance with "Schedule of Materials" on Plans, or approved substitution. Contact manufacturer for local distributor and pro- $3 a Revised 10/08/03 Contract No. 38022 Page 183 of 321 Pages vide full installation and placement in accordance with manufacturers' recornmenda- tions. Material shall conform to the configurations of the resilient surfacing layout on Plans. Provide non-yellowinghon-hardening resin binder with all resilient surfacing colo rs. 2.02 Play Equipment: Equipment shall be in accordance with "Schedule of Materials" and Construction/Staking Plan, or approved substitution. PART 3 EXECUTION 3.01 Installation A. Play equipment and resilient materials shall be installed in accordance with manufac- turers' recommendations. B. Play equipment shall be completely surrounded by unobstructed safety zones as recommended by the manufacturers. Resilient play surfaces only shall be located within safety zones. Play equipment safety zones shall not overlap one another unless allowed per CPSC or ASTM requirements. C. Accessible resilient surfacing shall be installed on depressed concrete slabs. Resil- ient surfacing shall meet flush and level with surrounding pavement finish surfaces. 3.02 Maintenance A. Contractor shall maintain play equipment and accessible resilient surfaces through- out the maintenance period. 6. Accessible resilient surfacing and adjacent paved surfaces shall be clean and free of dirt and debris prior to final acceptance by the City. C. Scratches, dents and other damage to play equipment resulting from Contractor's operations shall be repaired to original condition, or play equipment shall be re- placed as determined by the City's representative. Part 4-Measurement and Payment 4.01 A. Compensation for accessible resilient surfacing materials and installation shall be included in the unit bid prices for accessible resilient surfacing. Compensation for play equipment materials and installation shall be included in the lump sum bid price for play equipment. B. C. Payment shall include full compensation for providing labor, materials, tools, equipment, and incidentals for all work including play equipment, resilient surfacing, excavation, curb, drainage, staking, installation, certification and warranties as shown on the Plans, as specified in the Special Provisions and directed by the En- gineer, and no additional compensation will be allowed. END OF SECTION #- r.$Revised 10/08/03 Contract No. 3 8022 Page 184 of 321 Pages 1 1 I B 1 1 I I 1 1 1 I a e' 1 DIVISION 9 - FINISHES 09860 GRAFFITI RESISTANT COATING Comply with State and Local regulations governing the use and application of paint materials. PART 1 GENERAL 1.01 SUMMARY A. Section includes graffiti-resistant coating materials. 1.02 SUBMITTALS A. Comply with pertinent provisions of the standard specifications (“Green Book”), and the San Diego Regional Standard Drawings 6. Provided the following prior to stating the Work: 1. Product Data: Material List: An inclusive list of required coating materials. Indicate each material and cross-reference the specific coating, finish system, and application. Identify each material by manufacturer’s catalog number and general classification. 2. Manufacturer‘s Information: Manufacturer’s technical information, including label analysis and instructions for handling, storing, and applying each material specified. 3. Material Safety Data Sheets (MSDS). The environmental installation recommendations and safety precautions of the MSDS shall be strictly followed. 4. Certification by manufacturer that products supplied comply with requirements indicated that limit the amount of VOCs in coating products. 5. Samples for Verification: For each color and material to be applied, with texture to simulate actual conditions, on representative samples of the actual substrate. C. Prior to final completion, provide the following: 1. 2. Provide the Owner’s Representative with two gallons of the graffiti resistant coatings in new, unopened, and properly labeled one-gallon metal containers. Provide the Owner’s Representative with two gallons of the graffiti cleaner solvent in new, unopened, and properly labeled containers. D. QUALITY ASSURANCE 1. Provide all materials necessary to complete work under this section and as specified herein from a single manufacturer, including coatings and removal agent. Provide prod- ucts as manufactured by American Polymer Corporation, (800-676-5963, fax 801 -255- 71 23), or approved equal. 2. Provide equal materials by another manufacturer in compliance with sections 01 300 (Submittal) and 01 620 (Storage and Protection). Approved manuf.: a. Ameron Protective Coatings Group; b. New Dimensions Solutions E. REFERENCES 1. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in text by the basic designation only: a. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM), sections as listed. e \#Revised 10/08/03 Contract No. 38022 Page 185 of 321 Pages F. RELATED SECTIONS 1. Submission of bid by the Contractor shall be taken as prima facie evidence that he has reviewed all sections of the Specifications, the Drawings, and the Contract documents, and has knowledge of the work required of other trades that may be related to the work performed under this section. 2. 3. The following list of related sections is provided as an aid to the Contractor in bidding and performing the work. Other sections may also be applicable. All sections of the GENERAL CONDITIONS, SPECIAL CONDITIONS, and DIVISION 1. G. DELIVERY, STORAGE, AND HANDLING 1. Deliver materials to Project site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label with the following information: a. b. d. e. f. 9. h. C. Name or title of material. Product description (generic classification or binder type). Manufacturer's stock number and date of manufacture. Contents by volume, for pigment and vehicle constituents. Thinning instructions. Application instructions. Color name and number. Handling instructions and precautions. 2. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue. Keep storage area neat and orderly. Remove oily rags and waste daily. Take neces- sary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and applying coatings. 3. H. PROJECT CONDITIONS 1. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 45 and 95 deg F. 2. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet sur- faces. Allow wet surfaces to dry thoroughly and attain temperature and conditions specified before proceeding with or continuing coating operation. 3. PART 2 PRODUCTS 2.01 GRAFFITI RESISTANT COATING A. Products Approved: Graffiti Solution System manufactured by American Polymer Corp. 801 -255-9505, or approved equal. 1. e' 1 4- \#Revised 10/08/03 Contract No. 3 8022 Page 1 86 of 321 Pages I t i f 2. “Graffiti Shield System” as manufactured by New Dimensions Solutions, LLC, 2151 Irving Street, Suite 202, San Francisco, CA 941 22, 1-800-731 -2231 €3. Coatings shall meet requirements of the following: 1. 2. ASTM D 530 (hardness) 3. 4. 5. ASTM 968 (abrasion test) 6. 7. 8. 9. C. Undercoating: GSS Barrier; water-based undercoating used as a sealer over porous surfaces. 1. ASTM B 1 17 and ASTM D 71 4 (salt spray minimum acceptable of 8000 hours. ASTM D 41 2 (tensile strength and elongation) ASTM D 522 (pass 3/8 inch mandral) ASTM E 96 (vapor transmission) Water clear, non-yellowing, free of waxes and urethanes. Non-toxic, non-flammable, biodegradable, with a pH 7 - 8.5. Shall allow moisture vapor transmission. Provide high-solids version for use over porous or uneven surfaces. D. Top coatings: GSS-10; permanent anti-graffiti top coating. E. Finish: Matte. [Matte is defined as the finish of the top coating reading less than five degrees on a Gardner Gloss Meter] F. Color: Color Clear or tinted, as indicated 2.02 GRAFFITI CLEANER A. Graffiti Remover: GSS Erasol; non-caustic, bio-degradable and recyclable, allowing graffiti removal without the use of blasting equipment, hot water, or high pressure wash equipment. PART 3 EXECUTION 3.01 JOB CONDITIONS A. Examine the job conditions under which the work is to be performed. Notify the Contractor . of any conditions detrimental to the proper application of paints and finishes. Do not com- mence Work until adverse conditions have been corrected. 6. All environmental controls and conditions shall comply with the requirements of the Material safety Data Sheet recommendations. C. No graffiti resistant coating shall be applied in the presence of persons occupying the building or visiting the area of Work, who are not engaged in or responsible for the applica- tion of the material. D. Prepare surfaces only in accordance with manufacturer’s written guidelines. 3.02 SAFETY PRECAUTIONS A. Read each components MSDS before use, Follow the MSDS instructions. 3.03 PREPARATION A. General: Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of the size or weight of item, provide surface-applied protection before surface preparation and coating. QRevised 10/08/03 Contract No. 3 8022 Page 1 87 of 321 Pages - 1. After completing coating operation, reinstall items that were removed; use workers skilled in the trades involved. B. Cleaning: Before applying coatings, clean substrates of substances that could impair bond of coatings. Remove oil and grease before cleaning. 1. Schedule cleaning and coating application so dust and other contaminates from clean- ing process will not fall on wet, newly coated surfaces. C. Surface preparation: Clean and prepare surfaces to be coated according to manufacturers written instructions for each substrate condition and as specified. 1. 2. Provide barrier coats over incompatible primers or remove primers and reprime sub- s trate. Cementitious Substrates: Prepare concrete, brick, concrete masonry block, and cement plaster surfaces to be coated. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or seal- ers have been used to improve curing, use mechanical methods to prepare surfaces. Do not coat surfaces if moisture content exceeds that permitted in manufacturer's written instructions. Metal Substrates: Clean ferrous-metal surfaces that have been shop coated; remove oil, grease, dirt and other foreign substances. a. 3. 4. Material Preparation: Carefully mix and prepare coating materials according to the manufacturers written instructions. D. Maintain containers used in mixing and applying coatings in a clean condition, free of foreign materials and residue. E. Stir materials before applying to produce a mixture of uniform density. Stir as required during application. 3.04 APPLICATION A. General: Apply coatings according to manufacturer's written instructions. B. Use applicators and techniques best suited for the material being applied. 1. 2. Do not apply coatings over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to forming a durable coating film. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until coating has dried to where it feels firm, does not deform or feel sticky un- der moderate thumb pressure, and application of another coat does not cause under- coat to lift or lose adhesion. C. Application Over Cementitious Surfaces: 1. Base: Minimum of 2 coats [or as many as necessary to achieve a pinhole free surface] of GSS Barrier undercoating as specified by manufacturer; 3 to 4 mils minimum dry film thickness. Finish: Minimum of 2 coats of GSS-10 top coating; 3 to 4 mils minimum dry film thick- ness [or as many coats as necessary to satisfy warranty requirements] 2. D. Application Over Primed Metal Surfaces: 1. Finish: 2 coats of GSS-10 top coating; 3 to 4 mils minimum dry film thickness. E. Completed Work: Match approved Samples for color, texture, and coverage. Remove, refinish, or recoat work that does not comply with specified requirements. 4w r.$Revised 10/08/03 Contract No. 38022 Page 188 of 321 Pages I I. 3.05 TOUCH-UP, CLEANING, AND REPAIRS A. See pertinent provisions of section 01620 (Storage and Protection). B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished sur- I faces. 3.06 PROTECTION I A. Protect work of other trades, whether being coated or not, against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. 1. Provide "Wet Paint" signs to protect newly coated finishes. After completing coating operations, remove temporary protective wrappings provided by others to protect their work. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. I t I 2. I 3.07 MAINTENANCE A. Upon completion of the work, deliver to the Owner's Representative an extra stock per I section 09860.1 2. END OF SECTION e= s@ Revised 10/08/03 Contract No. 3 8 02 2 Page 1 89 of 321 Pages - DIVISION 15 - PLUMBING SECTION 15000 GENERAL PIPING SYSTEM AND APPURTENANCES PART 1 .1 1.2 1.3 1.4 1.5 1.6 1.7 1 GENERAL DESCRl PTlON This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. The items are listed in this Section to avoid repetition in Sections elsewhere. This Section in- . cludes, but is not limited to: Temporary above ground piping (high line), wet taps, flexible pipe couplings, grooved and shouldered end couplings, joint restraint system, field touch up, bolts, nuts, polyethylene wrap, warninghdentification tape, tracer wire, gate well and exten- sion stems, meter boxes, abandonment and removal of existing facilities, and salvage. REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American National Standards Institute (ANSI) B. RELATED WORK SPECIFIED ELSEWHERE American Society for Testing and Materials (ASTM) CMWD Standard Drawings SU BM ITTALS Submit manufacturers’ catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings.. LINING CONTAMINATION PREVENTION Volatile organic compounds present in the linings of items in contact with potable water or recycled water shall not exceed concentrations allowed by the latest requirements of the State Office of Drinking Water and Department of Health Services. Some products and materials may also require proof of NSF certification on the lining materials to be used. TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping, where shown on the Approved Plans or required by the District Engineer, shall be furnished, installed, disinfected, connected, maintained, and removed by the Con- tractor. Bacteriological sampling and testing shall be performed by a State of California Certified testing laboratory. The Contractor shall provide a submittal to the District showing pipe layout, materials, sizing, flow calculations, schedule and duration of use, and disinfec- tion for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. PIPE TAPPING (WET TAP) All pipe tap (wet tap) connections to existing pipelines, whether for mainline extensions or service laterals, shall be performed by the Contractor under the inspection of the District. The 4- k$Revised 10/08/03 Contract No. 38022 Page 190 of 321 Pages I I a I Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Section. 1.8 JOINT RESTRAINT SYSTEM Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the District Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. Contractor shall submit shop drawings, calculations, and catalog data for joint restraint systems. Splined gaskets, also known as joint restraint gaskets, may be used for PVC or ductile-iron pipe located within casings, or for PVC pipe casings, only. 1.9 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for all ferrous metal materials not otherwise protectively coated. A. Polyethylene wrap shall be used for the protection of buried ductile-iron fittings and valves. B. Polyethylene sleeves shall be used for the protection of buried ductile iron pipe. C. Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. 1.1 0 WARNING/IDENTIFICATION TAPE Warninghdentification tape shall be used to identify location of underground utilities and to act as a warning against accidental dig-ins of buried utilities. Warning/identification tape shall be used on all underground water and recycled water mains, potable and recycled water irrigation systems, sewer mains, and all related appurtenances. Warninghdentification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. 1.1 1 GATE WELLS Gate Wells shall be used for buried valves 50mm (4") and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. 1.12 VALVE STEM EXTENSION Valve Stem Extensions shall be installed when the valve operating nut is more than 1.5m (5') below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 300mm (12") and 450mm (18") below the gate well lid. 1.13 METER BOXES A. Meter boxes shall be used for 25mm (1") and 50mm (2") water meters. B. Meter boxes shall be sized for the specific meter size or size as indicated on the Standard Drawings. om \#Revised 10/08/03 Contract No. 38022 Page 191 of 321 Pages 1.14 RECYCLED WATER IDENTIFICATION Facilities installed for the use of recycled water shall be identified with purple color coating, identification labels, or signs. CURB IDENTIFICATION MARK FOR SERVICES The Contractor shall mark the location of all potable water, recycled water and sewer laterals at the curb crossing by stamping the face of the curb in 50mm (2") high letters as described below: 1.15 A. B. C. Potable water laterals shall be stamped with a letter "W". Recycled water laterals shall be stamped with a letter "RW". Sewer laterals be stamped with a letter "S". PART 2 MATERIALS 2.1 2.2 2.3 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping layout, materials and appurtenances shall be as indicated on the approved submittal. FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be in accordance with the Approved Materials List and as described below: A. Steel Couplings shall have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 51 2 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings shall be ductile-iron per ASTM A 536, or steel per ASTM A 108, Grade 101 8 or ASTM A 51 0, Grade 101 8. Minimum middle ring length shall be 175 mm (7") for pipe sized 150 mm (6") through 600 mm (24"). B. Sleeve bolts shall be made of stainless steel per ASTM A1 93 and shall have a minimum yield strength of 276 MPa (40,000 psi), an ultimate yield strength of 41 4 MPa (60,000 psi), and shall conform to AWWA C1 1 1 . GROOVED END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Groove end or shouldered couplings shall be in accordance with the Approved Materials List and as described below: A. Use square-cut shouldered or grooved ends per AWWA C606. Grooved-end couplings shall be malleable iron per ASTM A'47, or ductile iron per ASTM A 536. Gaskets shall be per ASTM D 2000. Bolts in exposed service shall conform to ASTM A 183, 69 MPa (10,000 psi) tensile strength. B. @Revised 10/08/03 Contract No. 38022 Page 192 of 321 Pages I 2.4 JOINT RESTRAINT SYSTEM I. I t I I Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations - on the inside diameter, a back-up ring, and connecting bolts, and shall be selected from the Approved Materials List. Splined gaskets, also known as joint restraint gaskets, shall be a rubber-ring type with stainless steel locking segments vulcanized into the gasket. 2.5 FIELD TOUCH-UP APPLICATIONS All surfaces of metallic appurtenances in contact with potable water and not protected from corrosion by another system shall be shop-coated by the manufacturer. Appurtenances with damaged coatings shall be repaired or replaced as directed by the Engineer. Touch-up of damaged surfaces, when allowed by the Engineer, shall be performed in accordance with the manufacturer's recommendations. 2.6 BOLTS AND NUTS Bolts and nuts shall be as indicated below. A. Cadmium-plated or zinc-plated bolts and nuts shall be used for the installation of pipelines up to 500mm (20") diameter and shall be carbon steel conforming to ASTM A307, Grade A, unless otherwise indicated on the approved drawings. Bolts shall be standard ANSI B1.l , Class A coarse threads. Nuts shall be standard ANSI B1.l , Class 2H coarse threads. B. Stainless steel bolts and nuts shall be used for the installation of pipelines 600mm (24") diameter and larger and for submerged flanges. Bolts and nuts shall be Type 31 6 stainless steel conforming to ASTM A1 93, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube "0" Seal by Husk-ITT Corporation or equal All bolt heads and nuts shall be hexagonal, except where special shapes are required. Bolts shall be of such length that not less than 6.4mm (1/4") or more than 12.7mm (1/2") shall project past the nut in tightened position. Provide a washer under each nut and under each bolthead. Use washers of the same materials as the nuts. C. D. 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be as indicated below and shall be selected from the Approved Materials List. Polyethylene materials shall be kept out of direct sunlight exposure. A. Polyethylene sleeves shall be a minimum 0.305mm (0.01 2" or 12 mil) thick polyethylene plastic in accordance with AWWA C105. B. Polyethylene wrap shall be a minimum 0.203mm (0.008'' or 8 mil) thick polyethylene plastic in accordance with AWWA C105. C. Polyethylene wrap and sleeves shall be clear for use with potable water and purple for use with recycled water. 4- ESf3evised 10/08/03 Contract No. 3 8022 Page 1 93 of 321 Pages D. Polyethylene or vinyl adhesive tape a minimum of 50mm (2") wide or plastic tie straps shall be used to secure polyethylene encasement. 2.8 WARNING/IDENTlFlCATlON TAPE Warninghdentification tape shall be as indicated below and in accordance with the Approved Materials List. A. Tape shall be an inert plastic film or metallic formulated for prolonged underground use that will not degrade when exposed to alkalies, acids and other destructive sub- stances commonly found in soil. Tape shall be puncture-resistant and shall have an elongation of two times its original length before parting. B. C. Tape shall be colored to identify the type of utility intended for identification. Printed message and tape color shall be as follows: Printed Messaae Tape Color Caution: Waterline Buried Below Blue Caution: Recycled Waterline Buried Below Purple Caution: Cathodic Protection Cable Buried Below Red Caution: Electric Line Buried Below Red Ink used to print messages shall be permanently fixed to tape and shall be black in color with message printed continuously throughout. D. , Tape shall be minimum 0.102mm (0.004'' or 4 mil) thick x 150mm (6") wide with a printed message on one side. Tape used with the installation of onsite potable and recycled water irrigation systems shall be a minimum of 75mm (3") wide. 2.9 INSULATING UNIONS & COUPLINGS A. For insulating unions, use a molded nylong sealing sleeve mounted in a three-piece makable-iron body (ASTM A47 or A1 97). Use thread ends when connecting to steel piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. B. Threaded insulating couplings shall provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. 2.10 GATE WELLS Valve gate wells shall be as indicated below in accordance,with the Approved Materials List. A. Valve gate well size and material shall be as follows: .I I c-900 PVC 1. PVC gate wells for use in recycled water system applications shall be white. I 1 I 1 1 1 1 1 I 1 .1 1 1 em %#Revised 10/08/03 Contract No. 38022 Page 194 of 321 Pages b I I I I I I I P 2. PVC gate wells for use in potable water system applications shall be white or blue. B. Gate well lids shall be as indicated below in accordance with the Approved Materials List. 1. Gate well box lids shall be circular ductile-iron, and shall include a skirt for a close fit inside the upper portion of the gate well. Lids shall be cast with the AGENCY NAME (CMWD) and the word WATER for use on potable water systems, and Recycled Water for recycled water systems. 2. Lids shall be Brooks 4TT with long skirt or approved equal. 3. Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT or approved equal. - 4. Lid sizes shall be as follows: 2.1 1 VALVE STEM EXTENSIONS Stem extensions shall be complete with operating nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. A. Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length of 2.4m, eight feet (8'). B. Steel stem extensions shall be used where the maximum length of the extension exceeds 2.4m (8') or at the request of the District Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. 2.12 METER BOXES Meter boxes shall be polymer-type boxes with lids selected from the Approved Materials List. A. Meter box sizes shall be as follows: B. C. Meter box lids for use in potable water system applications shall be gray. Meter box lids for use in recycled water system applications shall be purple. I em %#Revised 10/08/03 Contract No. 38022 Page 195 of 321 Pages 2.1 3 RECYCLED WATER IDENTIFICATION Materials used to identify pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Carlsbad Reclamation Rules & Regulation for Construction of Reclaimed Water Mains. PART 3 EXECUTION 3.1 3.2 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) A. B. C. D. E. F. G. H. All high line piping, fittings, and service connections shall be furnished, installed, and maintained by the Contractor, and the Contractor shall make connections to a water source designated by the District Engineer. All pipe, valves, fittings, hose and connections furnished by the Contractor shall be of good quality, clean, and suitable for conveying potable water in the opinion of the Dis- trict Engineer. The high line pipe shall be installed in such a manner that it will not present a hazard to traffic and will not interfere with access to homes and driveways along its route. Valves shall be installed at 60m (200') intervals or as directed by the District Engineer. The use of pressure reducing valves (PRV) may be required as directed by the District Engineer. The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. Following disinfection and acceptance of the high line as a potable water system, the Contractor shall maintain continuous service through the high line piping to all con- sumers normally served both directly and indirectly by the pipeline. Upon completion of the work, the Contractor shall remove the high line piping and appurtenances. If progress in making repairs to the high line is inadequate, the District Engineer, may order necessary corrective measures. Corrective measures may consist of directing District personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. CONNECTION TO EXISTING FACILITIES (WET TAPS AND CUT-IN INSTALLATIONS) The Contractor shall furnish the tapping sleeve or tee, valves and all other materials as called for in the Standard Specifications in accordance with the Approved Materials List. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to, backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, high line, and fittings as part of the equipment for making the connections. In addition, the Contractor shall assist the District in alleviating any hardship incurred during a shutdown for connections. Emer- gency standby equipment or materials may be required of the Contractor by the District Engineer. GRevised 10/08/03 Contract No. 3 8 02 2 Page 196 of 321 Pages I Wet taps or cut-in tee and valve installations shall be performed as follows: I I I I I I I P I I I I I I A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The District shall inspect the pothole prior to Contractor's repair of trench. Refer to Section 01 000 for protection of existing facilities. Contractor shall record the following information on as-built drawings: 1. Pipe size, outside diameter. 2. 3. 4. Elevation, grade, and alignment. 5. Pipe type such as ACP, PVC, Ductile-Iron or Steel. ,Pipe class and/or pressure rating. Location of collars, pipe bells, fittings or couplings, if found. Note: Collars, bells, fittings, or couplings shall not be within 18-inches of the outer dimension of the tapping saddle. Potential conflicts with existing utilities. 6. ' B. To facilitate the proposed connection and allow for slight adjustments in alignment, the Contractor shall leave a minimum 3.0m (1 0') gap between the new pipe installa- tion and the proposed connection point at the existing water main. The Contractor shall leave a gap longer than 3.0m (1 0') if conditions warrant, or if directed by the En- gineer. The new pipeline shall have successfully passed pressure testing in accordance with Section 15044 and disinfection and bacteriological testing in accordance with Section 15041 prior to proceeding with the connection to the existing pipeline. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule with the District for the wet tap or cut-in installation. C. D. 1. Shutdowns will be scheduled at the convenience of the District. Shutdowns may be scheduled for nights or weekends if required. 2. The Contractor shall give the District a minimum of 5 working days notice prior to any proposed excavation or shutdown of existing mains or services. Sched- uling shall be subject to approval by the District Engineer. 3. The District may postpone or reschedule any shutdown operation if, for any reason, the District Engineer believes that the Contractor is improperly pre- pared with competent personnel, equipment, or materials to proceed with the connection. 4. If progress in completing the connection within the time specified is inadequate, the Engineer may order necessary corrective measures. Correc- tive measures may consist of directing District personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor, E. Contractor may proceed with excavation only after potholing has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled with approved Connection Permit. <$Revised 10/08/03 Contract No. 3 8022 Page 197 of 321 Pages 1. The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut- in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the agency of jurisdiction and as deemed necessary for the excavation by the Engineer. 3. The Contractor shall de-water existing mains in full compliance with NPDES standards where cut-in installations are required and shall be done in the pres- ence of the Engineer and in accordance with Section 15041. Only District per- sonnel are authorized to operate existing valves. The Contractor shall be re- sponsible for any and all damage resulting from unauthorized operation of ex- isting District facilities. 4. The Contractor under the inspection of the City shall perform the following work for wet taps and cut-in installations: a. . Wet taps: Disinfect and install and tapping saddle and tapping valve and perform tapping operations. b. Cut-ins: Cut and remove portions of existing mains, and disinfect and install tees, valves, couplings, and appurtenances required to complete the closure. The Contractor shall discard pipe and appurtenances re- moved from service in accordance with this Section. 5. After the Contractor has performed tapping or cut-in operations, and the Engineer has given approval to proceed, the Contractor shall complete the in- stallation as shown on the Approved Plans in accordance with the Standard Specifications including, but not limited to: a. Disinfecting and installing the pipe section(s) necessary to make the closure to the new system. b. Installing and setting the valve gate well(s) in accordance with the Standard Drawings. C. Installing thrust and anchor blocks in accordance with Section 03000. d. Completing all backfill and compaction of the trench in accordance with Section 02223. e. Repairing or replacing pavement as necessary. 3.3 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be installed in accordance with the manufacturers recommendations and as described below: A. Use plain-end pipe with flexible couplings per AWWA C200. Provide joint harnesses per AWWA M11 for aboveground applications or where indicated on the Approved Plans. 4- r.SRevised 10/08/03 Contract No. 3 8 0 22 Page 1 98 of 321 Pages I I I 3.4 I I I I I I I I I I 3.5 3.6 B. Flexible couplings may be used only where indicated on the drawings. C. Clean oil, scale, rust, and dirt from the pipe ends and touch-up the epoxy coating and allow time for curing before installing the coupling. Clean the gaskets before installing. D. Follow the manufacturer's recommendation for installation and bolt torque using a properly calibrated torque wrench. E. Lubricate the bolt threads with graphite prior to installation. GROOVED-END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Grooved-end or shouldered couplings shall be installed in accordance with the manufacturer's recommendations and as described below: A. B. Grooved-end or shouldered joint couplings shall be installed per AWWA C606 and the manufacturer's recommendations. Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove and touch- up the epoxy coating as necessary, allowing time for curing before installing the cou- pling. Clean the gasket before installation. Apply a lubricant selected from the Approved Materials List to the gasket exterior including lips, pipe ends, and housing interiors. Fasten the coupling alternately and evenly until the coupling halves are seated. Follow the manufacturer's recommendation for bolt torque using a properly calibrated torque wrench. JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: A. C. D. Length of pipe to be restrained on each side of bends, tees, reducers and other fittings shall be determined by the Private Engineer or manufacturer of the restraint device. Split ring restraint shall be installed on the spigot end of pipe, connected to a back-up ring which seats behind the bell of the adjoining pipe or fitting. Restraint devices can be installed prior to lowering pipe into the trench. Spllned gaskets, also known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. B. C. D. BOLTS AND NUTS A. B. C. D. All bolts and nuts shall be new and unused. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. Tighten nuts uniformly and progressively. Buried bolts and nuts shall receive a heavy coat of protective non-oxide grease coating selected from the Approved Materials List prior to being wrapped with poly- ethylene. 4- kgRevised 10/08/03 Contract No. 38022 Page 199 of 321 Pages E. F. All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. Polyethylene encasement shall completely encase and cover all metal surfaces. Pipe: All ductile-iron pipe shall be encased with polyethylene sleeves in accordance with Method A described in AWWA C105, or with polyethylene wrap in accordance with Method C described in AWWA C105. Fittings: Fittings such as tees, bends and reducers shall be encased with polyethylene wrap in accordance with AWWA C105. Valves: Valves shall have only the stem and operating nut exposed and the wrap shall be attached so that valve operation will not disturb the wrapping or break the seal. Polyethylene sleeves shall be secured with polyethylene or vinyl adhesive tape or plastic tie straps at the ends and quarter points along the sleeve in a manner that will hold the sleeve securely in place during backfill. Polyethylene wrap shall be secured with polyethylene or vinyl adhesive tape in a manner that will hold the wrap securely in place during backfill. WARN I NG/I DENTI FI CATION TAPE Warning/ldentification Tape shall be installed as described below in accordance with the Standard Drawings. A. 3.7 POLYETHYLENE ENCASEMENT A. B. 3.8 Tape shall be placed at the top of the pipe zone 300mm (1 2") above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 150mm (6") above the pipe. Tape shall be installed with the printed side up and run continuously along the entire length of the utility intended for identification. Tape shall be installed on the main pip- ing and all appurtenant laterals, including blowoffs, air valve assemblies, fire hy- drants, and services. Tape splices shall overlap a minimum of 600mm (24") for con- tinuous coverage. Tape shall be installed prior to placement of the Trench Zone Backfill. B. C. GATE WELLS AND VALVE STEM EXTENSIONS 3.9 Gate wells shall be installed as shown on the Standard Drawings and as described below: A. Gate wells shall be installed as shown on the Standard Drawings and as described below: B. Gate wells shall be color coated to identify the type and use of the valve installed. 1. The inside portion of the gate well lid and interior portion of PVC gate well shall be identified with a minimum 50mm (2") diameter painted identification marking. Paint color shall be as follows: Color Red White Gate Well Lid and PVC Gate Well for: Normally Closed System Valves (NCV) Resilient Wedge Gate Valves (RWGV) <?Revised 10/08/03 Contract No. 3 8 022 Page 200 of 321 Pages I I. I Green Butterfly Valves (BFV) 2. The top exterior portion of the gate well lid and ring shall be coated'in accordance with Section 0991 0. Valve Stem Extensions shall be installed when the valve operating nut is more than 1.5m (Si) below grade. Stem extensions shall be of sufficient length to bring the oper- ating nut to a point between 300mm (12") and 450mm (18") below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. C. - 3.10 METER BOX INSTALLATION I I Meter boxes shall be installed at the elevations and locations shown on the Approved Plans and in accordance with the Standard Drawings. Near the completion of the project, a final meter box adjustment to finish grade may be required. Water meters shall not be installed until final adjustments are made to the meter box and approved by the District. 3.1 1 ABANDONMENT OR REMOVAL FROM SERVICE OF EXISTING FACILITIES I I I t P I Before excavating for new mains that are to replace existing pipes or services, the Contractor shall make provisions for the continuation and maintenance of service to customers as directed by the District Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the District Engineer shall be as directed by the District Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the District Engineer shall be as indicated below and in accordance with the Standard Drawings: A. Abandonment in place: 1. 2. Existing pipe 100mm (4") and smaller shall have a short section of pipe removed and pipe ends encased in concrete. Existing pipe 150mm (6") through 350mm (1 4") shall be cut and plugged with concrete or shall be pressure-grouted at intervals of 60m (200') as recom- mended by the Engineer. Existing pipe 400mm (1 6") and larger shall be entirely filled by pressure- grouting or by blown sand as determined by the Engineer. Existing pipe ends shall be filled with concrete. All valves shall be removed with remaining pipe or fittings permanently sealed with blind flange or concrete plug. Gate wells shall be cut 600mm (24") below grade and filled with 1-2 slurry sack concrete or removed and replaced with compacted backfill. Water service corporation stops shall be closed. Meter boxes and curb stops shall be removed. Service laterals shall be cut back a minimum of 24-inches below the finish grade. Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place. Sewer laterals shall be cut and plugged with concrete or capped at the main as directed by the Engineer for the specific circumstance and material type id en tif ied. 3. 4. 5. 6. 7. 8. 9. em %#Revised 10/08/03 Contract No. 38022 Page 201 of 321 Pages 3.1 2 3.1 3 10. Sewer access holes shall have the cover and frame, concrete ring, grade rings and cone section removed. Inlet and outlet piping shall be plugged with concrete, manhole void shall be filled with sand, and a 300mm (12") thick, reinforced concrete slab shall be poured over the top of remaining manhole. The Contractor shall backfill hole to ground surface with compacted select fill. Existing pipe and appurtenances shall be removed from the ground as indicated on the Approved Plans or as directed by the District Engineer. Contractor shall provide measures that allow for the removal of existing sewer mains and appurtenances with no leakage of raw sewage. Transportation of sewer mains and appurtenances removed from service shall be in waterproof trucks to prevent raw sewage from leaking on public streets. Removal of asbestos-cement pipe (ACP) and sewer mains and appurtenances shall be in accordance with all applicable State and Federal requirements. Legal disposal is the responsibility of the Contractor. Obtain approval from the agency having disposal jurisdiction with respect to disposal sites. B. Removal by excavation: 1. 2. 3. 4. Backfill, compaction, and surface repair of all excavations for removal of pipe and appurtenances shall be made in accordance with the Approved Plans, Section 02223 of the Standard Specifications, and the Standard Drawings. SALVAGE When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, from the ground, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the District. A. The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or shall deliver salvage to the Dis- trict's Field Operations Yard as directed by the District Engineer. The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. The Contractor may encounter unused service laterals or appurtenant piping connected to an existing pipeline being replaced. Laterals and appurtenance piping that will not be connected to the new pipeline shall be abandoned as described in section 3.1 1. Existing service laterals or appurtenances to be connected to new pipelines shall be installed as shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. B. RECONNECTIONS A. B. END OF SECTION <>Revised 10/08/03 Contract No. 38022 Page 202 of 321 Pages I I I I I I I I lr I I I I I I I 1 I. '. SECTION 15041 DISINFECTION OF PIPING PART 1 GENERAL 1.1 1.2 1.3 1.4 1.5 DESCRIPTION This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connections. REFERENCEDSTANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American Water Works Association (AWWA). 8300 Standard for Hypochlorites 8301 Standard for Liquid Chlorine C651 Disinfecting Water Mains RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 15000, 15044, 15056,15057, 15061 , and 15064 SERVICE A P P L I CAT I 0 N All water mains and appurtenances taken out of service for inspection, repairs, or other activity that might lead to contamination shall be disinfected before they are re- turned to service. A. B.' C. All new water mains and temporary high lines shall be disinfected prior to connection to the District's existing system. All components incorporated into a connection to the District's existing system shall be disinfected prior to installation. SUBMITTALS A. A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection or dechlorination operations. Plan for disinfection method and procedure shall include equipment used to inject the chlorine solution, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and sched- ule, source of water and water disposal locations. Personnel performing the disinfec- tion shall demonstrate a minimum of five years experience in the chlorination and dechlorination of pipelines. B. C. Qualification of certified testing laboratory. Four copies of bacteriological test results to the Engineer upon completion of each test. D. Emergency Response Plan. (?Revised 10/08/03 Contract No. 38022 Page 203 of 321 Pages 1.6 DELIVERY, STORAGE AND HANDLING Chlorination and dechlorination shall be performed by competent individuals knowledgeable and experienced in the operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulations (CFR) 191 0.120 Hazardous Waste Operations and Emergency Re- sponse, CFR 49.1 72 Hazardous Materials Regulations, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 51 94. 1.7 CONCURRENT DISINFECTION AND HYDROSTATIC TESTING The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. 1.8 CONNECTION TO EXISTING MAINS Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostatic testing shall be performed per Section 15044. A District Connection Permit is required authorizing connection to an existing system shall and be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accor- dance with Section 15000. PART 2 MATERIALS 2.1 CHLORINE (GAS) A. Liquid chlorine contains 1 00-percent available chlorine and is packaged in steel containers in net weights of 68.1 kg (1 50 Ib.) or 907.2kg (1 ton). B. Liquid.chlorine shall be used with appropriate gas flow chlorinators, heaters, and injectors to provide a controlled, high-concentration solution feed to the water. The chlorinators and injectors shall be the vacuum-operated type. . 2.2 SODIUM HYPOCHLORITE (LIQUID) Sodium hypochlorite is available in liquid form in glass or plastic containers, ranging in size from 0.95 L (1 Qt.) to 18.93 L (5 Gal.). The solution contains approximately 10% to 15% available chlorine. 2.3 TABLET OR GRANULAR HYPOCHLORITE Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. I 1 I 1 1 1 @I a I I 1 1 1 a em \$Revised 10/08/03 Contract No. 3 8022 Page 204 of 321 Pages PART 3 EXECUTION 3.1 GENERAL A. Disinfection of pipelines shall not proceed until all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. B. Every effort shall be made to keep the water main.and its appurtenances clean and dry during the installation process. C. All piping, valves, fittings, and appurtenances which’ become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecting solution prior to installation. D. Water mains under construction that become flooded by storm water, runoff , or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using a method approved by the Engineer. 3.2 METHODS A. Chlorine (Gas) 1. 2. 3. Only vacuum-operated equipment shall be used. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be permitted. The equipment shall incorporate a backflow prevention device at the point of connection to potable water source used to fill line being tested. The chlorinating agent shall be applied at the beginning of system to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of entire system being disin- fected. Only a certified, licensed chlorination and testing contractor shall perform gas chlorination work. The chlorination contractor must also possess a Grade II Treatment Plant Operator Certification from the State of California if required by the Engineer. B. Sodium Hypochlorite Solution (Liquid) 1. 2. 3. Sodium hypochlorite solution shall be used for cleaning and swabbing piping and appurtenances immediately prior to installation and for disinfecting all components of connections to the District’s existing system. Sodium hypochlorite solution may be used for the initial disinfection of newly installed water mains. The solution shall be applied at a terminus of the sys- tem to be chlorinated using an injector, which can adjust the amount of solu- tion being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention device shall be used and connected to the potable water supply. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. 4m f\.#Revised 10/08/03 Contract No. 38022 Page 205 of 321 Pages 3.3 A. B. C. D. E. F. G. 3.4 A. 4. Sodium hypochlorite solution may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is present at a concentration within the specified range throughout the piping system. PROCEDURE FOR DISINFECTING WATER MAINS AND APPURTENANCES The pipeline shall be filled at a rate not to exceed 1 ,135 liters per minute (300 GPM) or a velocity of 0.3m per second (1 foot per second), whichever is less. Disinfection shall result in a total chlorine concentration of not less than 25-mg/l. This concentration shall be evenly distributed throughout the system to be disinfected, using a continuous feed method of chlorination. All valves shall be operated with the disinfection solution present in the pipeline. All appurtenances such as air-vacuum relief valves, blowoffs, hydrants, backflow prevention devices, and water service laterals shall be flushed with the treated water a sufficient length of time to ensure a chlorine concentration within the specified range in all components of each appurtenance. (Note the limitations for discharge of chlorinated water outlined below.) The Engineer will verify the presence of the disinfection solution throughout the system by sampling and testing for acceptable chlorine concentrations at the various appurtenances and/or at the test ports provided by the Contractor. Areas of the system found to be below the specified chlorine concentration level shall receive additional flushing as noted above and/or additional disinfection solution as necessary. (Note the limitations for discharge of chlorinated water outlined below.) Addition of disinfection solution after the initial charging of the line shall be made by either the liquid chlorine (gas) method, or the sodium hypochlorite method as directed by the Engineer. The chlorinated water shall be retained in the system for a minimum of 24 hours. The District Engineer will test the total chlorine residual. The system shall contain a total chlorine resid- ual of not less than 80% of the initial total chlorine residual before the 24-hour soaking period began. If the total chlorine residual has decreased more than 20%, the system shall be soaked for an additional 24-hour period. If the total chlorine residual has not deceased after this additional 24-hour period, the system shall be flushed in accordance with the procedure detailed herein. If the total chlorine residual has decreased, the system shall be flushed in accordance with the procedure detailed herein, and shall be re-disinfected. Following a successful retention period as determined by the District Engineer, the chlorinated water shall be flushed from the system at its extremities and at each appurte- nance, using potable water from a source designated by the District Engineer. The minimum water velocity during flushing shall be 0.9 meters per second (3 feet per second) or as directed by the Engineer. Flushing shall continue until the replacement water in the new system is equal in chlorine residual to the potable source of supply as verified by the District. (Note the limitations for discharge of chlorinated water outlined below.) The Contractor shall contract with a State certified sampling laboratory to perform sampling, transport samples and perform bacteriological sampling and testing as specified herein. DISCHARGE OF CHLORINATED WATER Indiscriminate onsite disposal or discharge, to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. '3Revised 10/08/03 Contract No. 3 8 02 2 Page 206 of 321 Pages I r. B. C. 3.5 A. B. 3.06 3.07 In locations where chlorine neutralization is required, the reducing agent shall be applied to the water as it exits the piping system. The Developer shall monitor the chlorine residual during the discharge operations. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: Total Residual Chlorine Effluent Limitations 30-Day Average - 0.002 mg/l Average Daily Maximum - 0.008 mg/l instantaneous Maximum - 0.02 mg/l The various methods of dechlorination available can remove residual chlorine to concentra- tions below standard analytical methods of detection, 0.02 mgh, which will assure compli- ance with the effluent limit. The Developer will perform all necessary tests, keeping and providing records to the Engineer to ensure that the total residual chlorine effluent limitations listed above are met. In locations where no hazard to the environment is evident based on the joint examination described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. BACTERIOLOGICAL TESTING The Contractor shall employ a State certified laboratory to perform bacteriological sampling and testing of all new system installations. The testing methodology employed by the District shall be as set forth in "Standard Methods for the Examination of Water and Waste Water'' (current edition). Testing requirements are as set forth in the California Domestic Water Quality and Monitoring Regulations and commensurate with current requirements for surface water testing. The testing laboratory will analyze the samples for the presence of coliform bacteria and heterotrophic-type bacteria (heterotrophic plate count). The evaluation criteria employed by the District for a passing test sample is as follows: Coliform bacteria: no positive sample, and Heterotrophic plate count (HPC): 500 colony forming units/ml or less. REDISINFECTION If the initial disinfection fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled. If the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-stamped. The chlorination, flushing, and sampling procedure shall continue until satisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. DISINFECTING TIE-INS AND CONNECTIONS Pipes, fittings, valves and all other components incorporated into connections with the District's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with AWWA C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the District Engineer. Disinfection by this method is generally limited to assemblies of 6m (20') or less in length. Alternate methods such as "predisinfection" prior to installation in accordance with AWWA C651 may be required at the discretion of the District Engineer. END OF SECTION I @Revised 10/08/03 Contract No. 380'22 Page 207 of 321 Pages SECTION 15044 - HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 1 GENERAL 1.1 1.2 1.3 1.4 1.5 DESCRIPTION I I This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000,15041,15056,15061, and 15064 REQUIREMENTS PRIOR TO TESTING I I A. 6. C. D. E. F. Provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. 8 All piping, valves, fire hydrants, services, and related appurtenances shall be installed prior to testing. 8 The pipe trench shall have trench zone backfill placed and compacted with a mini- mum of 0.76m (2.5') of material over the pipe. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a minimum strength of 13.79 MPa (2,000 psi) before testing. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or an- chors as shown on the Approved Plans. Steel pipelines shall not be tested before the mortar lining and coating on all pipe lengths within the line have been in place for a minimum of fourteen (14) days. Ce- ment-mortar lined pipe shall not be filled with water until a minimum of eight hours has elapsed after the last joint has been mortared. i CONCURRENT HYDROSTATIC TESTING AND DISINFECTION OF PIPELINES Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the District may require additional disinfection in accor- dance with Section 15041. I 8 e 8 CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. A District Connection Permit authorizing connection to the existing system shall be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connec- tion to existing mains shall be performed in accordance with Section 15000. e= %@Revised 10/08/03 Contract No. 38022 Page 208 of 321 Pages 8 I I I I I I I I I, I I I I I I I I L f PART 2 MATERIALS 2.1 2.2 WATER A. Potable water shall be used for hydrostatic testing of potable and recycled water mains. B. Potable water shall be supplied by a District-approved source. Make-up water for testing shall also be potable water. C. A chlorinated water solution, in accordance with Section 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfection opera- tions are combined. D. Meet all applicable state and local requirements for disposal of testing water. CONNECTIONS A. Testing water shall be supplied through a metered connection equipped with a backflow prevention device in accordance with Section 151 12 at the point of connec- tion to the potable water source used. B. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. PART 3 EXECUTION 3.1 GENERAL A. 9. C. D. E. F. G. All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. The Contractor shall provide the District with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests. The Contractor shall furnish all labor,' materials, tools, and equipment for testing. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the District. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to op- erate any valves on the District's system. At the onset of testing, all valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before the test pro- ceeds. The appurtenances shall be monitored through the duration of the testing. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. 4m %#Revised 10/08/03 Contract No. 3 8022 Page 209 of 321 Pages H. Testing shall be made before connecting the new line with the existing District pipes and mains. I. J. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet or vertical elevation difference of 58 feet. 3.2 FIELD TEST PROCEDURE A. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through ser- vices, fire hydrants, air release valves, or other approved locations. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. Apply and maintain the test pressure by means of a hydraulic force pump. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: 6. C. D. Pipe Diameter 18 and less 4 20 to 36 8 Greater than 36 24 (inches) Hours E. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the pip- ing system. The allowable leakage for various sizes of PUC & DIP with rubber gas- kets are shown in the following table: TYPE OF P1PE:P.V.C. & D.I.P. CLASSES: 150 & 200 Pipe Sizes . Allowable Leakage [inches) Gals/4 hrs/lOOO’ of DiDe 4” .33 Gals 6” 8” 10” 12 14” 1 6” 1 8” 20” 24” .50 Gals .66 Gals .83 Gals. .99 Gals. 1.1 6 Gals. 1.32 Gals. 1.49 Gals. 1.66 Gals. 1.98 Gals. F. The allowable leakage for welded steel pipe shall be zero gallons. G. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. H. e- fSRevised 10/08/03 Contract No. 38022 Page 210 of 321 Pages I 3.3 TEST PRESSURE I I I I I I I I) I I I I. I t L I Pipe sizes in excess of 16" diameter shall be tested at a pressure based on hydraulic gradient elevation (H.G.L) as shown on the drawings. If no test H.G.L. is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 75 p.s.i. in excess of the pressure class of pipe. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. Pipe sizes 16 diameter and less shall be tested at 75 p.s.i. in excess to the pressure class of the pipeline. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor's expense and no cost to Carlsbad Municipal Water district. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector, END OF SECTION %SRevised 10/08/03 Contract No. 3 8022 Page 21 1 of 321 Pages SECTION 15056 PART 1 GENERAL DUCTILE-IRON PIPE AND FITTINGS 1.1 1.2 1.3 1.4 1.5 DESCRIPTION This section includes materials and installation of ductile-iron pipe and fittings for potable water systems. REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B16.42 Ductile iron pipe flanges and flanged fittings, classes 150 and 300. ASTM A536 Specification for ductile iron castings. AWWA C104 Cement mortar lining for ductile iron pipe and fittings for water AWWA C105 Polyethylene encasement for ductile iron pipe systems AWWA C1 1 1 Rubber-gasket joints for ductile iron pipe AWWA C600 Installation of ductile iron water mains and their appurtencences RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings ' CMWD Standard Specifications 0991 0,15000,15044,15061 , 15064,151 08, and 151 12 SERVICE APPLICATION Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the District. DESIGN REQUIREMENTS A. General: 1. Ductile-iron pipe and fittings shall be manufactured per AWWA C110, C1 1 1 , C115, C150, C151 , and C153. Gray-iron and cast-iron fittings or flanges shall not be used. 2. Ductile-iron fittings manufactured per AWWA C153 shall be installed on mains 300mm (1 2") and smaller only. 3. Joints for ductile-iron pipe and fittings shall be mechanical, flanged, or push- on in accordance with AWWA C110, C1 1 1 , and C153. 4. Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile-iron pipe and ductile-iron fittings shall have a pressure rating equal to or greater than the adjacent piping. e- \#Revised 10/08/03 Contract No. 38022 Page 21 2 of 321 Pages I I I I I I I CI) I I I I I I 1.6 L I I 5. Joints in buried piping may be of the push-on, flanged or mechanical-joint type per AWWA C1 1 1 except where particularly specified on the Approved Drawings. 6. Joints that are aboveground, within structures, or submerged shall be flanged unless otherwise shown on the Approved Plans. B. Unless otherwise specified, ductile-iron flanges shall be in accordance with AWWA C115, rated at a working pressure of 1,724 KPa (250 psi). Where required in order to connect to the flanges of 1,724 KPa (250 psi) butterfly valves, or as otherwise shown on the approved plans, ductile-iron flanges shall be compatible with AWWA C207, Class 'IF". Maximum working pressure of flanges shall be as specified in AWWA or ASME/ANSI. Flanges shall be integrally cast per AWWA C110 or shop-threaded per AWWA C115. Flanges shall be solid. Hollow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. Where threaded flanges are used, the pipe or spool piece to which they are connected will be hydrostatically tested in the presence of the Engineer prior to instal- lation. The pipe section or spool piece shall be hydrostatically tested for 15 minutes at the pressure rating of the flanges. No leaks shall be permitted. C. Plain ends shall conform to the requirement of AWWA C151 and to the dimensions included within AWWA C110 to accept a mechanical joint, push-on joint, flanged cou- pling adaptor, flexible coupling, or grooved coupling. Refer to Section 15000 for cou- pling descriptions. The exterior surfaces of all pipe and fittings shall be factory coated with a minimum one-(1 ) mil thick petroleum asphaltic material per AWWA C110 and C151. D. E. All pipe and fittings shall be cement-mortar lined in accordance with AWWA C104, using the double thickness requirements indicated in said standard. Type II or Type V Portland cement per ASTM C 150 shall be used. QUALITY ASSURANCE A. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe and fittings has been subjected to and met the tests specified for ductile-iron pipe and fittings per AWWA Cll 0, C1 11 , C115, C150, C151, and C153, as applicable. B. All pipe shall have a home mark on the spigot end to indicate proper penetration when the joint is made. C. Ductile-iron pipe shall bear indelible identification markings as required by AWWA C151. SUBMITTALS The following items shall be submitted and reviewed by the District prior to shipping of ductile-iron pipe and fittings: em GSRevised 10/08/03 Contract No. 3 8022 Page 21 3 of 321 Pages A. An affidavit of compliance with AWWA C104, C110, C11 1 , C115, C150, C151 , C153, and the requirements of this specification. B. Typical joint details. C. Typical details and description of lining and coating. D. Calculations supporting selected wall thickness. E. Calculations demonstrating that each proposed restrained joint arrangement can resist the applied forces. F. Cathodic protection materials. 1.8 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of ductile-iron pipe and fittings shall follow the recommenda- tions of AWWA C600 and as specified herein: A. Handling of pipe shall be performed with lifts, cranes, or other suitable equipment and devices. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the pipe, linings, and coatings. The pipes shall not be dropped or dragged. B. During transport, the pipe shall be supported and secured against movement using padded devices in such a manner to prevent damage. C. Stored pipe shall be protected from damage and kept free from dirt and foreign materials by closing the ends of the pipe. Other pipeline materials shall be protected by appropriate packaging or wrapping. Gaskets shall be stored in a cool location out of direct sunlight. Bolts, nuts, and washers shall be handled and stored in a dry loca- tion in a manner that will ensure proper use with respect to types and sizes. D. Pipe laid out for installation shall be placed on earth berms or timber cradles adjacent to the trench in the numerical order of installation. E. Maintain plastic end caps on all pipe and fittings in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray clean potable water inside the pipe for moisture control. F. Under no circumstances shall ropes or other devices be attached through the fitting's interior for handling. 1.9 RECYCLED WATER IDENTIFICATION Ductile-iron pipe and fittings for recycled water shall be identified with purple-colored coating, purple polyethylene sleeves, identification labels or signs in accordance with Section 151 51. 1.10 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be installed for buried ductile-iron pipe and fittings in accordance with Section 15000. I I I I 1 I I em \@Revised 10/08/03 Contract No. 38022 Page 214 of 321 Pages I 1.1 1 TRACER WIRE Tracer wire shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. 1.1 2 WARNING/IDENTIFICATION TAPE b I Warninghdentification tape shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. PART 2 MATERIALS 2.1 DUCTILE-IRON I I I Ductile-iron pipe and appurtenant components and materials shall be selected from the Approved Materials List in accord with the Standard Drawings. 2.2 GASKETS I I A. Mechanical joint rubber gasket configuration and materials shall comply with AWWA Cl 1 1 , and according to the applicable joint type and pressure rating of the piping sys- tem. B. Flange gaskets shall be 3.2mm (1/8") thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes. Ring gas- kets extending to the inner edge of the bolt circumference may be used only upon approval of the District Engineer. C. D. BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. Push-on joint rubber gaskets shall be per AWWA C11 1. If organic solvents or petroleum products are encountered during the course of the work, alternate gasket materials or joint treatment may be required by the Engineer. 2.9 I 1 2.10 WARNING/IDENTIFICATIONTAPE Warning/ldentification tape materials shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.2 TRENCHING, BACKFILLING AND COMPACTING Trenching, backfilling and compacting shall be performed in accordance with SSPWC. e= +#Revised 10/08/03 Contract No. 38022 Page 215 of 321 Pages 3.3 DEWATERING The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering trench excava- tions or other parts of the work. Any damage caused by flooding of the trench shall be the Contractor's responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or trench materials shall be repaired or replaced as directed by the Engineer. 3.4 PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 191 0.1 46, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. . The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. Install pipe in the trench as follows: A. Inspect each pipe and fitting before lowering the pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. .Install pipe according to the manufacturer's approved order of installation. Install pipes uphill if the grade exceeds 10%. Lower the pipe onto the bedding at the proper lines and grades. B. C. The manufacturer's printed installation guide outlining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed, except they shall not exceed the deflections allowed in AWWA C600 according to joint type. Combined deflections at rubber gasket or flexible coupling joints shall not exceed that recommended by the manufacturer. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell end or coupling. D. E. Pipe Assembly: 1. Push-On Type: Assemble the pipe joint using a lubricant selected from the Approved Materials List. Insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive spigot ends of the pipe into bell ends in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. I I 1 I 1 I 1 a I I I I 1 1 I * I 1 <-- Revised 10/08/03 Contract No. 38022 Page 216 of 321 Pages I I I I I I I m I I I I I I L c I 2. Mechanical Joint Type: Assembly of mechanical joint fittings shall be in accordance with the manufacturer's recommendations regarding installation. F. G. During installation operations, do not place tools, clothing, or other materials in the pipe. When pipe installation is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water, animals, or foreign material to enter the pipe. 3.5 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for the buried installation of ductile iron pipe and fittings and shall be installed in accordance with Section 15000. 3.6 FLANGED PIPE AND FITTINGS Flanged connections shall be installed where indicated on the Approved Drawings. A. Bolt holes shall straddle the horizontal and vertical centerlines. B. C. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. Bolts and nuts shall be lubricated with a District-approved anti-seize compound. D. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. E. Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 0991 0. 3.7 MECHANICAL JOINT CONNECTIONS A. Install mechanical joint connections per AWWA C600 and the manufacturer's recommendations. B. Prior to installation of the mechanical joint, clean the socket and plain end of the pipe. Lubricate both the gasket and plain end of the pipe with an approved lubricant per AWWA C1 11 immediately prior to slipping the gasket onto the plain end of the pipe. C. tighten the bolts to the normal range of bolt torque per the manufacturer's recommendations and AWWA C600k, Table 3, as follows: Pipe Diameter Bolt Size Ranae of Torque 75 mm (3") 16 mm (5/8") 61-81 N-M (45-60 ft.-lb.) 100-600 mm (4-24") 750-900 mm (30-36") 19 mm (3/4") 25 mm (1 'I) 102-1 22 N-M (75-90 ft.-lb.) 136-1 63 N-M (1 00-120 ft.-lb.) 3.8 CROSSES A. Each flanged ductile-iron cross shall be installed with flanged ductile-iron pipe spools between the cross and the valves. The spools are included to position the valves a sufficient distance from the cross to allow installation of the thrust blocks without con- flicting with the valve actuators. taRevised 10/08/03 Contract No. 38022 Page 217 of 321 Pages J B. The spools shall be 450mm (18") long for pipe sizes 200mm (8") through 300mm (12"), and 600mm (24") long for pipe sizes 400mm (16") and larger. C. The spools shall be equal in class to the adjacent pipe. 3.9 JOINT BONDING AND CATHODIC PROTECTION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other 1 I I I cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings and Section 131 10. 3.1 0 COUPLINGS FOR DUCTILE-IRON PIPE Mechanical type flexible joints shall be installed where shown on the Approved Drawings. Grooved couplings shall be used in vaults and above ground. Flexible couplings may be used, where indicated on the drawings, below ground, but may also be used above ground with restrained joints. Flanged coupling adapters shall be used for buried pipelines, where allowed by the District. I A. Grooved joint couplings shall be installed per AWWA C606 and as indicated in Section 15000. I B. Flanged coupling adapters, where allowed by the District, shall be installed per the manufacturer's recommendations. C. Flexible couplings shall be installed per Section 15000 and the manufacturer's recommendations. I D. All couplings for ductile-iron pipe shall be shop-coated in accordance with Section 15000. 3.1 1 CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with SSPWC and the I Standards Drawings. 3.1 2 WARN I NG/I DENTI FlCATl ON TAPE Warning/ldentification tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.13 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.1 4 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION *3 bRevised 10/08/03 Contract No. 38022 Page 218 of 321 Pages I f I c I I I t rn c I I I I I I 1 I. L. SECTION 15057 PART 1 GENERAL COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS 1.1 1.2 1.3 1.4 1.5 1.6 DESCRIPTION This section includes materials and installation of copper tubing, brass and bronze pipe fittings and appurtenances. REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B1.20.1 ANSI B16.18 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 0991 0,15000,15041,15044,15056,15061 and 15064 SERVICE LATERAL WET TAP CONNECTIONS Contractor shall perform all wet tap connections to existing pipelines in accordance with Section 1500. RECYCLED WATER IDENTIFICATION Copper Tubing, Brass, and Bronze Pipe Fittings for recycled water shall be identified with purple color coating, purple polyethylene sleeve, identification labels or signs in accordance with Section 151 51. WARNING/IDENTIFICATION TAPE WarningAdentification Tape shall be used for all copper tubing, except that which is bored or jacked, in accordance with Section 15000. Pipe treads, general purpose Case copper alloy solder joint pressure fittings PART 2 MATERIALS 2.1 COPPER TUBING Copper tubing shall conform to the requirements of ASTM B 88 Type K or ASTM B 88 M (Metric) Type A seamless copper water tube. Copper tubing up to 25mm (1”) diameter shall be soft; 50mm (2) may be soft or rigid. Components shall be selected from the Approved Materials List in accordance with the Standard Drawings. \#Revised 10/08/03 Contract No. 38022 Page 21 9 of 321 Pages 2.2 BRASS PIPE, NIPPLES, AND FITTINGS Threaded nipples, brass pipe and fittings shall conform to ASTM B 43, regular wall thickness. Threads shall conform to ANSI B1.20.1. Fittings shall be flared or silver soldered pr CMWD Standard Drawings W3 and W4. 2.3 BRONZE APPURTENANCES A. Corporation stops, curb stops, meter and angle meter stops, meter flange adapters, and bronze-bodied service saddles shall be selected from the Approved Materials List in accordance with the Standard Drawings. B. Fittings shall be flared type or silver soldered. C. All items specified herein shall be manufactured of bronze conforming to ASTM B 62. D. Service saddles shall be the double strap type. Service saddles shall be used on all service and appurtenance connections on PVC piping. For piping materials other than PVC, service and appurtenance connections shall be performed in accordance with the Approved Drawings. 2.4 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. 2.5 WARNING/IDENTIFICATION TAPE Warninghdentification Tape materials shall be in accordance with Section 1 5000 and shall be selected from the Approved Materials List. PART 3 EXECUTION 3.1 COPPER TUBING AND FITTINGS A. Trenching, bedding, backfilling and compacting shall be performed in accordance with CMWD Standard Drawings. Provide a minimum cover of 760mm (30”) below finished street grade. Cut tubing true and square and remove burrs. Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without flattening, buckling, or thinning the tubing wall at any point. B. C. D. Assemble copper tubing and fittings per the manufacturer’s recommendation in accordance with the Standard Drawings. E. Install warning/identification tape in accordance with Section 15000 and the Standard Drawings. F. All fittings shall be soldered or flared as shown on the Approved Plans and Standard Drawings. I 1 1 I - E#Revised 10/08/03 Contract No. 3 8022 Page 220 of 321 Pages 3.2 SERVICE SADDLES 1, A. Service saddles shall be located a minimum of 600mm (24") from any pipe joint or I fittings. B. Service saddles for connections shall be located a minimum of 600mm (24") from other saddles. Additionally, multiple service saddles for connections that are installed on the same side of a single pipe length shall be alternately staggered between 100 and 300 to prevent a weak plane in the pipe. C. The surface of the pipe shall be clean and all loose material shall be removed to provide a hard, clean surface. D. The service saddle shall be tightened in accordance with the manufacturer's recommendations to ensure a tight seal, using care to prevent damage or distortion of the service saddle or corporation stop due to over-tightening. E. The tap into the pipe shall be made in accordance with the pipe manufacturer's recommendation. Tapping tools and shell cutters with internal teeth or double slots that will retain the coupon shall be used. 3.3 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with f Section 15041. 3.4 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. I END OF SECTION I * f? Revised 10/08/03 Contract No. 38022 Page 221 of 321 Pages J SECTION 15064 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE & FITTINGS (AWWA CSOO) PART 1 GENERAL 1 1.1 1.2 1.3 1.4 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe, to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. i Specifications for related Work are as follows: AWWA C900 PVC Pressure Pipe ANSI A21.10 Ductile Iron and Gray-Iron Fittings AWWA C110 Ductile Iron and Gray-Iron Fittings AWWA C153 Ductile Iron Compact Fittings AWWA Manual M23 Pipe Design and Installation RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional require- ments: A. Disinfection of Piping: 15041 B. Hydrostatic Testing of Pressure Pipeline: 15044 SUBMITTALS The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawing. Submittals are required for the following: A. Submit Shop Drawings, material lists, manufacturer’s literature and catalog cuts and other information. 8. Submit an affidavit from the pipe manufacturer that all delivered materials comply with the requirements of AWWA C900, the Plans and Specifications. PAYMENT A. Payment for the Work in this section shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. B. Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. @m \SRevised 10/08/03 Contract No. 38022 Page 222 of 321 Pages I a R 1 1 1 1 I J I 0 e P I I B I I. I I e I D I I I I. L PART 2 - MATERIALS 2.1 2.2 2.3 2.4 GENERAL Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AWWA C900 Section 2.1 (Basic Materials), with an established hydrostatic design basis (HDB) equal to or greater than 4000 psi for water at 73.4 degrees F (23 C). Elastomeric gaskets shall comply with the requirements of AWWA C900 Sections 2.1.5 and 2.1 5.1 (Gaskets and Lubricants). PIPE PVC pressure pipe, 4-inch through 1 2-inch, shall be manufactured in accordance with AWWA C900, and shall be of the sizes and pressure classes shown on the Plans. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AWWA C900 Section 2.2 (Pipe Requirements). The pipe shall conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thick- ness of DR series 14, 18, or 25. The pipe shall be manufactured by J.M. Manufacturing Company, Certainteed Corporation, Pacific Western Extruded Plastics Company or approved equal. FllTlNGS All fittings for PVC pressure pipe shall be manufactured in accordance with ANSI A21.10, AWWA C110 or C153. All fittings shall be made of ductile iron and the letters "DI" or "DUCTILE" shall be cast on them, unless otherwise specified. Bell size shall be for Class 150 and Class 200 cast-iron equivalent PVC pressure pipe, including the rubber-ring retaining groove. SERVICES SADDLES Service saddles for PVC pressure pipe shall be made of silicone bronze or brass and shall be double banded or wide single band style. The band(s) and nuts shall be type 304 stainless steel and designed specifically for use with AWWA C900 PVC pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with stainless steel bolts and nuts. The service saddle shall have a published working pressure at least equal to the pressure class of the pipe on which it is installed. All saddles shall be provided with torque information and installation instructions. Saddles shall be in accordance with Carlsbad Rules and Regulations for the Construction of Potable Water Mains. em f'SRevised 10/08/03 Contract No. 38022 Page 223 of 321 Pages PART 3 - EXECUTION 3.1 PIPE LENGTHS Laying lengths shall be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 1 0-feet) sections. No deflections at bells, fittings or of the pipe will be allowed. The use of deflection collars shall be required. 3.2 MARKING Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWWA pressure class, and AWWA specification designation in accordance with AWWA C900 Section 2.6 (Marking Requirements). For potable water application, the pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for such service shall be included. 3.3 EARTHWORK Excavation and backfill, including the pipe bedding, shall conform to the provisions of SSPWC. 3.4 GENERAL INSTALLATIONS PROCEDURES AND WORKMANSHIP PVC pressure pipe and fittings shall be installed per AWWA Manual M23 "PVC Pipe-Design and Installation", and as herein specified. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoist pipe with fork lift or other handling equipment to prevent major damage or shorten its service life. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected. Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings shall be supported independently of the pipe. 3.5 LONGITUDINAL BENDING No longitudinal bending shall be allowed in the installation of PVC pressure pipe. All deflections shall be accomplished by the use of deflection collars or couplings specifically designed for use with PVC C900 pipe and the deflections as installed shall not exceed the manufacturers written recommendations. %#Revised 10/08/03 Contract No. 38022 Page 224 of 321 Pages I I 1 I I I 1 I m I E I I D I c I. L 3.6 PIPE JOINT ASSEMBLY The spigot and bell shall slide together without displacement of the rubber gasket. The joint shall be dirt free. The best laying practice is with the bell facing in the direction of laying. Insert the rubber ring into the groove making sure the ring is completely seated. Lubrication of the spigot and instruction of use shall be supplied by the pipe manufacturer. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a come-along (with padding that will not scratch the pipe) may be used. 3.7 CONCRETE THRUST BLOCKS Concrete thrust blocks shall be placed as shown on the Plans and shall consist of Class B portland cement concrete containing not less than five sacks of portland cement per cubic yard and shall conform to SSPWC. Concrete blocks shall be placed between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise determined by the Owner's Representative. The concrete shall be placed, unless specifically shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs. 3.8 MECHANICAL THRUST RESTRAINT No mechanical thrust restraint devices which transfer forces from fittings to the PVC pipe wall shall be permitted. 3.9 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Owner's Representative. 3.10 LEAKAGE TEST General: All pipelines shall be tested in accordance with Section 15044, Hydrostatic Testing of Pressure Pipe. 3.1 1 DISINFECTION Disinfection shall be in accordance with Section 15041 , Testing, Flushing and Disinfection of Piping. END OF SECTION $3 Revised 10/08/03 Contract No. 38022 Page 225 of 321 Pages SECTION 15092 PART 1 GENERAL MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES 1.1 1.2 1.3 1.4 DESCRIPTION All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure classification of the immediately adjacent pipe, valve or appurte- nance as specified. RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section@) for additional require- ments: A. Painting and Coating: 09900 B. Petrolatum Wax Tape Coating: 09902 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3, Shop Drawing Submittals. The following submittals are required:. A. Submit Shop Drawings for all miscellaneous couplings, pipe and appurtenances. Shop Drawings shall include listing of materials of construction, with ASTM reference and grade, including lining and paint coating intended for use, with lining and coating manu- facturers' and paint numbers listed. PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART 2 - MATERIALS 2.1 GASKETS, NUTS, AND BOLTS Gaskets for flanged joints shall be "drop-in" type asbestos composition sheet packing, graphited on both sides, "drop-in" type, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co., Garlock or approved equal. Bolts and studs for aboveground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, "Steel Machine Bolts and Nuts and Tap Holes," when a ring gasket is used and shall conform to either ASTM A261 , "Heat-Treated Carbon Steel Bolting Material" or ASTM A1 93, "Alloy-Steel Bolting Material for High Temperature Service," when a full-face gasket is used. Bolts and nuts shall be heavy hexagon series. Nuts shall conform to ASTM A194, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" either in Grade 1, 2 or 2H. The fit shall be ANSI B1.l , "Unified Screw Threads," Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cold forming. Between 1/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same @Revised 10/08/03 Contract No. 38022 Page 226 of 321 Pages I I I 1 I t 1 I I. I I I I I I I e b L material as each nut. All buried flanges, including bolts, nuts and washers, shall be encased in wax tape per Section 09902. All bolt threads shall be lubricated with non-oxide grease. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 2.2 POLYETHYLENE ENCASEMENT Unless otherwise specified on the Plans, all couplings and appurtenances for underground installation shall be encased in wax tape per Section 09902. 2.3 PAINTING AND COATING All miscellaneous couplings, pipe and appurtenances referenced in this section shall be painted and coated, interior and exterior, in accordance with Section 09900, Painting and Coating. 2.4 FLEXIBLE COUPLINGS Joints for which flexible couplings are required, shall be made with Baker, Smith-Blair, or approved equal. Gaskets shall be plain rubber gaskets. Threads on bolts of compression collars shall be lubricated with non-oxide grease before assembling the coupling. For cast-iron, ductile-iron or asbestos cement pipe sizes 2-inches through 16-inches, use Baker Series 228, Smith-Blair Series 41 3, or approved equal. Transition couplings shall be Baker Series 21 2, Smith-Blair Series 413, or approved equal: Flanged coupling adapters for cast iron or ductile iron pipe sizes 4-inches through 12-inches shall be Baker Series 601, Smith-Blair Series 91 2, or approved equal. Flanged coupling adaptors for cast or ductile iron pipe greater than 12-inches shall be Baker Series 602 or Smith-Blair Series 91 3. 2.5 PIPE UNIONS Screw unions may be employed on pipelines 2-1/2-inches in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulat- ing pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and Insulator Co. or approved equal. PART 3 - EXECUTION (Not Applicable) END OF SECTION {JRevised 10/08/03 Contract No. 3 8022 Page 227 of 321 Pages DIVISION 16 - ELECTRICAL SECTION 16050 - BASIC ELECTRICAL REQUIREMENTS PART 1 GENERAL 1.1 1.2 7.3 SCOPE 1 1 3 A. The provisions of this section are general and are intended to apply to the electrical work in all sections of these specifications to govern quality of design, fabrication, workmanship, operation and function of materials, equipment and appurtenances to be furnished and installed for all the electrical work specified. The Contractor shall furnish all labor, materials, equipment and appurtenances necessary for the complete and satisfactory installation and operation of the electrical systems as shown on the drawings and specified herein. The Contractor shall also meet requirements specified in the General Requirements and the Special Provisions for electrical work, such as operating and maintenance manuals, warranty, shop and working drawings, spare parts, etc. n B. I I I C. D. Throughout the specifications, types of materials may be specified by manufacturer's name and catalog number in order to establish standards of quality and performance and not for the purpose of limiting competition. Alternate methods and/or materials may be submitted to the Resident Engineer for consideration. Those judged to be equal to that specified, may receive written approval. Throughout the specification material identified in singular or plural tense shall be recognized as either singular or plural. Refer to drawings for exact number of items. 1 a I I 1 II i A E. COORDINATION A. The Contractor shall examine all other sections of these specifications and drawings to determine the complete scope of the electrical work and coordinate all of the elec- trical work required for the entire project. The Contractor shall provide the correct electrical service to each piece of electrical equipment whether or not shown on the drawings, and check and coordinate the required electrical service and controls with the actual equipment provided under the other sections of the project. INTERPRETATION OF DRAWINGS A. The drawings show the general layout of the electrical systems and indicate approxi- mate locations of outlets, apparatus and equipment. The runs of feeders and branches as shown on the drawings are schematic only and are not intended to shown the exact routing and location of conduits and conduit termination. The final determination as to routing, location and termination shall be governed by structural conditions, obstructions and job conditions. This shall not be construed to mean that the design of the system may be changed without written approval of the Engineer; it merely refers to the exact run of raceways and the exact placement of outlets, etc. It shall be the Contractor's responsibility to obtain all shop drawings affecting conduit locations before installation. The Contractor shall consult all contract drawings and J GRevised 10/08/03 Contract No. 38022 Page 228 of 321 Pages E I I 1 I I I 1 I I. i I I 1 I t I I c L 1.4 1.5 specifications which may affect the location of any outlet, piece of equipment or con- duit run, to avoid improper locations of such items and to avoid interference with other trades. RELATED DOCUMENTS A. The drawings and the general provisions of the Contract, including the General and Supplementary Conditions and other Division 1 Specification Sections, apply to the work of this section. B. All Division 16 specifications and Electrical drawings and all related drawings. C. The related portion of Division 11 Specification Section on Equipment. D. The related portion of Division 13 Specification Section on Special Construction. QUALITY ASSURANCE A. The Contract Drawings and Specifications establish the "Minimum Standard of Quality" each product and/or system must meet to be considered acceptable. Prod- ucts of other manufacturers will be considered if the product and/or system meets or exceeds the "Minimum Standard of Quality" established by this Contract Document. 6. All work and materials shall be in full accordance with applicable requirements of public authorities having jurisdiction and utilities furnishing services. Nothing in the plans or specifications shall be construed as permitting work that is not in confor- mance with any and all applicable codes or regulations. Codes governing this work include but are not limited to the latest approved edition of the following: 1. Local City Electric Code 2. California Energy Commission - Title 24 3. National Electrical Code NFPA-70 C. Requirements of codes and regulations shall be considered a minimum. Where contract documents exceed these minimums without violating code and regulation requirements, the contract documents shall take precedence. Where codes conflict, the more stringent shall apply. D. The Contractor shall furnish all materials and labor required for compliance with codes and regulations, even though not specifically mentioned or shown. E. Should any changes be necessary in the drawings or specifications to make the work comply with these requirements, the Contractor shall notify the Resident Engineer for review and direction before proceeding with the work. F. Permits and Certificates: Contractor shall apply for and obtain all necessary permits and certificates, including the certificate of final inspection and approval of the authorities named above. All expenses inherent to such permits and inspections shall be borne solely by the Contractor. Upon completion of the entire electrical work, the Contractor shall present to the Resident Engineer all certificates of inspection and 4- tSRevised 10/08/03 Contract No. 38022 Page 229 of 321 Pages Contractor shall present to the Resident Engineer all certificates of inspection and approval required by the local and national authorities. G. Manufacturer's Certificate: The Contractor shall furnish the Resident Engineer with the manufacturer's certificate for equipment (indicated in the relevant section) stating that the equipment has been installed under either the continuous or periodical su- pervision of the manufacturer's authorized representative, that it is operating in ac- cordance with the specified requirement of the manufacturer, and that the equipment warranty is in effect. H. Authorized Representative: As related to his obtaining the Manufacturer's Certifi- cates, the Contractor shall include in his contract price the cost of furnishing compe- tent and experienced engineers or superintendents who shall represent installers un- der this contract to assist the Contractor or when required by another section, to in- stall, adjust and test the equipment in conformity with the contract documents. Before the equipment is placed in permanent operation for the City. The Contractor shall make all adjustments and tests as required to prove that such equipment is in proper and satisfactory operating condition, and meets the requirements for issuing the "Manufacturer's Certificates". 1.6 REFERENCE STANDARDS A. Materials and workmanship shall conform to the editions of the following standards, codes, or specifications in effect on the date of this specification, unless otherwise specified. Codes and Regulations of the Jurisdictional Authorities NEC National Electric Code - Latest edition. NEMA National Electrical Manufacturers Association - applicable stan- dards IEEE Institute of Electrical and Electronics Engineers - applicable standards ANSI American National Standards Institute - applicable standards I ES Illuminating Engineering Society UL Underwriter's Laboratories, Inc. - applicable standards NESC National Electrical Safety Code IPCEA Insulating Power Cable Engineers Association ASTM American Society of Testing and Materials. AWG American Wire Gauge FM Factory Mutual Association em \#Revised 10/08/03 Contract No. 38022 Page 230 of 321 Pages 1 1 1 1 I 1 .I 1 1 I I 5 a ICEA Insulated Cable Engineers Association B. UL Label: All electrical materials and equipment falling within the scope of the underwriter’s standards shall bear the UL Label. C. Conflicts: Where the requirements of any authorities mentioned above are in conflict with the contract drawings and/or specifications, the matter shall be brought to the at- tention of the Resident Engineer, who will render a decision to reconcile such conflict. 1.7 DEFINITIONS I E For the purpose of this contract, the following terms and their derivative forms shall be accorded the meanings assigned below: A. Specified: Unless otherwise stated, as required by the specification. B. Shown: Unless otherwise specified, as shown on the contract drawings. C. Approved: Unless otherwise specified, as approved by the Resident Engineer. D. Directed: Unless otherwise specified, as directed by the Resident Engineer. E. Resident Engineer: Authorized representative of the City. F. Jurisdictional Authorities: State, Federal and Local authorities or agencies thereof having jurisdiction over work to which reference is made. G. Work: Labor, supervision, services, materials, machinery, equipment, tools, supplies and facilities to accomplish the requirements of the contract. H. Provided: Furnished installed complete in place and successfully tested to demon- strate satisfactory operation. I. Submit: Unless otherwise specified, transmit to the Resident Engineer for approval, information. J. Shall: Indicates action that is mandatory on the part of the contractor. K. Will: Indicates probable action by the Resident Engineer. L. May: Indicates permissible action. M. N. Including: Introduces a partial, representative listing of things or actions. Consisting of: Introduces a complete listing of things and actions that constitute the whole. 0. Article: An element of the specifications bearing its own alphanumeric designation. 1.8 TECHNICAL REFERENCES I 43Revised 10/08/03 Contract No. 38022 Page 231 of 321 Pages A. When ieference is made to codes, regulations, reference standards and specifications, the work shall conform to the edition current as of the date of receipt of bids, unless otherwise specified. B. Where reference standards and specifications conflict with Contract requirements, the Contract requirements shall govern. 1.9 SUBMITTALS A. All submittals shall be made in accordance with the General Conditions. B. Within two (2) weeks after award of the contract, the subcontractor shall deliver to the Engineer a complete list of all materials, equipment, apparatus and fixtures that he proposes to use. The Material List shall include size, rating and name of manufac- turer and such other information required to identify the items, or shall state that all materials furnished will be as specified. Where specification show a choice, the sub- contractor shall indicate the selection made, listing only one brand, type or manufac- turer. C. Obtain approval before procurement, fabrication, or delivery of items to the job site. Partial submittals will not be acceptable and will be returned without review. Submit- tals shall include the manufacturer's name, trade name, place of manufacture, catalog model or number "indicated", nameplate data, size, layout dimensions, capacity, pro- ject specification and paragraph reference, applicable Federal, industry, and technical society publication references, and any other information necessary to establish con- tract compliance of each item to be furnished. D. The approval or review of submittals will be general; neither approval nor review shall be construed as: 1. Permitting any departure from the Contract requirements. 2. Relieving the Contractor of the responsibility for any errors including details, dimensions and materials. 3. Approving departures from details furnished by the Resident Engineer except as otherwise specified. E. If shop drawings show variations from the Contract requirements because of standard shop practice or for other reasons, the Contractor shall describe such variations in his letter of transmittal. If acceptable, the Resident Engineer may approve such varia- tions, subject to an appropriate adjustment in the Contract. If the Contractor fails to describe such variations he shall not be relieved of the responsibility for executing the work in accordance with the Contract, even though such drawings have been ap- proved. F. If the shop drawings or schedules as submitted include such variations and show a departure from the Contract requirements, which the Resident Engineer finds to be in the interest of the Resident Engineer and to be so minor as not to involve a change in the contract price or time for performance, the Resident Engineer may approve the drawings. . @Revised 10/08/03 Contract No. 38022 Page 232 of 321 Pages I I I. G. In addition to the requirements of the General Conditions, shop drawings shall meet the following requirements. Drawings shall be a minimum of 8.5 inches by 11 inches in size, except as specified otherwise. Drawings shall include wiring diagrams and installation details of equipment indicating proposed location, layout and arrange- ment, control panels, accessories, and other items that must be shown to assure a coordinated installation. Wiring diagrams shall identify circuit terminals and indicate the internal wiring for each item of equipment and the interconnection between each item of equipment. Drawings shall indicate adequate clearance for operation, main- tenance, and replacement of operating equipment devices. If equipment is disap- proved, the Contractor shall revise the drawings to show acceptable equipment and re-su bm it. H. Submittals for each manufactured item shall be current manufacturer's descriptive literature of cataloged products, equipment drawings, diagrams, performance and characteristic curves, and catalog cuts. I. Where equipment or materials are specified to conform to industry and technical society publications of organizations such as American National Standards Institute (ANSI), American Society for Testing and Materials (ASTM), National Electrical Manufacturers Association (NEMA) and Underwriters Laboratories Inc. (UL), submit proof of such compliance. The label or listing by the specified organization indicated within the submittal will be acceptable evidence of compliance. In lieu of the label or listing, submit a certificate from an approved independent testing organization, ade- quately equipped and competent to perform such services, stating that the item has been tested in accordance with the specified organization's test methods and that the item conforms to the specified organization's publication. J. Submit manufacturer's certifications as required on products, materials, finish, and equipment indicated in the technical sections. Certification shall be documents pre- pared specifically for this contract, Preprinted certifications and copies of previously submitted documents will not be acceptable. The manufacturer's certifications shall name the appropriate products, equipment, or materials and the publication specified as controlling the quality of that item. Certification shall not contain statements to im- ply that the item does not meet the requirements specified, such as "as good as"; "achieve the same end use and results as materials formulated in accordance with the referenced publications"; or "equal or exceed the service and performance of the specified material". Certifications shall simply state that the item conforms to the re- quirements specified. Certificates shall be printed on the manufacturer's letterhead and shall be signed by the manufacturer's official authorized to sign certificates of compliance. K. Late, incorrect, improper or rejected submittals will not be acceptable reasons for delaying the work or substituting nonspecified material or equipment. The Contractor is responsible for providing proper submittals and allowing adequate time for their processing. L. The Contractor shall assume any extra costs to other work or trades resulting from the use of substitutions. All substitutions shall be supplied as approved at no extra charge. Where discrepancies or apparent errors exist on the drawings, or between the drawings and the specifications, the Contractor shall submit his pricinghid based upon greater quantity, better quality, etc. Upon successful bid selection a clarification will be prepared, and a deductive change-order generated. em tg Revised 1 0/08/03 Contract No. 3 8 0 2 2 Page 233 of 321 Pages 3 M. The Resident Engineer’s documented review time for multiple submittals over and above two (2) for any one category of equipment shall be charged directly to the Con- tractor. N. Submittals shall only be reviewed for one manufacturer per product. No “or equal” comments shall be allowed either. 1.10 DELIVERY AND STORAGE 1 ! A. Ship each unit securely packaged and labeled for safe handling and shipment: 1. 2. Mark each item clearly. 3. Store products in a dry and secure facility. Replace damaged or defective items with new items at no additional cost to the City. I B. The Contractor shall provide adequate means to protect finished parts of the materi- als, equipment, and existing structures against damage during the progress of the work, and until final acceptance by the Resident Engineer. Thoroughly clean all parts of the materials and equipment. Exposed parts shall be thoroughly cleansed of cement, plaster and other materials; oil and grease spots shall be removed with a nonflammable cleaning solvent. C. 1 1.1 1 RECORD DRAWINGS A. Refer to Section 2-5.4 of the Supplemental Provisions 1 1.12 OPERATING AND MAINTENANCE MANUALS A. Submit as required for systems and equipment indicated in the technical sections. The completed manual shall be provided to the Resident Engineer. Furnish three copies, bound in hardback binders or an approved equivalent. Furnish one complete manual prior to performance of systems or equipment tests, and furnish the remaining manuals prior to contract completion. Inscribe the following identification on the cover: the words “OPERATING AND MAINTENANCE MANUAL”, the name and loca- tion of the system, equipment, building, name of Contractor, contract number and the I project name. Include in the manual the names, addresses, and telephone numbers of each sub- B. contractor installing the system or equipment and the local representatives for the system or equipment. Include a table of contents and assemble the manual to conform to the table of contents, with tab sheets placed before instructions covering the subject. The instruc- tions shall be legible and easily read, with large sheets of drawings folded in. The manual shall include: s 1. A control sequence describing startup, operation, and shutdown. I C. .’ 4- kSRevised 10/08/03 Contract No. 38022 Page 234 of 321 Pages I I I I I I' I I rn c I I I I I I I c f 2. 3. 4. 5. 6. 7. 8. 9. 10. Description of the function of each principal item of equipment. Installation and maintenance instructions. Safety precautions, diagrams and illustrations. Diagrams and illustrations. Testing methods. Performance data. Lubrication schedule including type, grade, temperature range, and frequency. The parts list shall indicate sources of supply, recommended spare parts, and name of the servicing organization. The appendix shall list qualified permanent servicing organizations for support of the equipment, including addresses and certified qualifications. 1.13 PROJECT CLOSE-OUT 1. 2. 3. 4. 5. 6. A. At the completion of the project, and before final payments can be made, the Contractor shall turn the following items over to the Resident Engineer; Completed as Built record drawing markups for the entire project. Two copies of complete, bound operating and maintenance manuals. Any and all signed off electrical inspection notices. Annotated electrical punch list(s) indicating that all items have been addressed, and completed to the satisfaction of the Resident Engineer. Copy of a transmittal indicating that spare fuses, lamps, keys, and special tools have been turned over to the Resident Engineer, in full accordance with the requirements of other following sections of these specifications. Two bound copies of any and all certified test reports prepared by Third Parties (Le. grounding, GFI tests, light fixture aiming adjustments, etc) as required by other sections of these specifica- tions. 1.14 GUARANTEE A. All work shall be guaranteed for a minimum period of one year from either the official date of completion or from the official date of acceptance by the Resident Engineer whichever is the later date. B. Certain items shall be guaranteed for a longer period, as stated in the those items. e- \#Revised 10/08/03 Contract No. 38022 Page 235 of 321 Pages specification for C. Should any problem occur with the installation during this warranty period due to defective material, faulty workmanship, or noncompliance with plans, specifications, codes, or directions of the Resident Engineer, the Contractor shall furnish all neces- sary labor and materials to correct the problem without additional charges. 1.1 5 POSTED OPERATING INSTRUCTIONS A. Furnish approved operating instructions for systems and equipment indicated in the technical sections for use by operation and maintenance personnel. The operating instructions shall include wiring diagrams, control diagrams, and control sequence for each principal system and equipment. B. Print or engrave operating instructions and frame under approved laminated plastic. Post instructions as directed. Attach or post operating instructions adjacent to each principal system and item of equipment describing startup, proper adjustment, opera- tion, lubrication, shutdown, safety precautions, procedures in the event of equipment failure, and other items of instruction as recommended by the manufacturer of each system or piece of equipment. C. Provide weather-resistant materials or weatherproof enclosures for operating instruc- tions exposed to the weather. Operating instructions shall not fade when exposed to sunlight and shall be secured to prevent easy removal or peeling. 1.16 INSTRUCTION TO PERSONNEL A. Where indicated in the technical sections, furnish the services of competent instruc- tors to give full instruction to personnel in the adjustment, operation, and maintenance of systems and equipment, including pertinent safety requirements as required. Each instructor shall be thoroughly familiar with all parts of the installation and shall be trained in operating theory as well as practical operation and maintenance work. B. Instruction shall be given during the first regular workweek after the equipment or system has been accepted and turned over the City for regular operation. The num- ber of man-days (8 hours) of the instruction furnished shall be as specified in each in- dividual section. C. User staff and maintenance personnel shall be thoroughly trained (minimum of 4 hours) in the use of each system of major piece of equipment installed. This training shall be provided as a part of the Contractors bid to supply the system or equipment. Additional training requirements shall be as specified in the subsequent sections of Division 16 specifications. 1.17 SEQUENCING AND SCHEDULING OF WORK A. The Contractor shall coordinate his work with the work of the other trades, so that the work may proceed as expeditiously as possible. B. The Contractor shall check the drawings against the drawings of other trades to avoid conflicts. C. The Contractor shall give ten (10) working days written notice to the Resident Engi- neer for the following stages of work. <3 a* Revised 10/08/03 Contract No. 3 8 02 2 Page 236 of 321 Pages 1. Underground trench examination after setting of equipment pads and exterior equipment. 2. Final examinations after all systems are installed and connected but prior to final field testing and setting of devices. 1.1 8 ELECTRICAL CHARACTERISTICS A. Electrical characteristics for this project are 240/120 volts, single phase, 3 wire, and 60 hertz for associated distribution. 1.1 9 INTERRUPTION OF SERVICE A. Coordinate the interruption of electrical services with SDG&E and the Resident Engineer. Provide temporary power where required to continue the electric service during power outage. 1.20 JOB CONDITIONS A. Existing Conditions: Prior to submitting the bid, the contractor shall examine the site(s) and existing facilities and compare them with the drawings and specifications with respect to the conditions of the premises, location of and / or connection of exist- ing facilities and any obstructions which may be encountered and conduct its work to minimize disruptions to existing conditions. The costs for making changes to or ad- justing to the conditions are the responsibility of the contractor. PART 2 - PRODUCTS 2.1 MATERIALS A. All material shall be new. Material shall be catalogued by the Manufacturer as suitable for its application for this project. All similar items of a specific type or gen- eral classification shall be by the same manufacturer to ensure uniformity and consis- tent standards. B. Materials and equipment. shall be current products by manufacturers regularly en- gaged in the production of such products. Products shall have been in satisfactory commercial or industrial use for 2 years prior to bid opening. The 2-year period shall include applications of equipment and materials under similar circumstances and of similar size. The 2-year period shall be satisfactorily completed by a product for sale on the commercial market through advertisements, manufacturers' catalogs, or bro- chures. Products having less than a 2 year field service record will be acceptable if a certified record of satisfactory field operation for not less than 6000 hours, exclusive of the manufacturers' factory or laboratory tests, is furnished. The equipment items shall be supported by service organizations, which are reasonably convenient to the equipment installation in order to render satisfactory service to the equipment on a regular and emergency basis during the warranty period of the contract. Where installation procedures or any part thereof are required to be in accordance with manufacturer's recommendations, furnish printed copies of the recommendations C. 1. QRevised 10/08/03 Contract No. 38022 Page 237 of 321 Pages prior to installation. Installation of the item shall not proceed until recommendations are received. Failure to furnish recommendations shall be cause of rejection of the equipment or material. 2.2 SAFETY SIGNS A. Safety signs shall be furnished and installed on and around electrical equipment where shown on the Drawings or described herein and shall comply with ANSI. B. All signs shall be at least 14" x 10" or as shown, be made of 24-gauge aluminum with baked-on enamel finish and meet OSHA requirements. C. In addition to the above signs, self-sticking marking labels shall be furnished and installed on each piece of electrical equipment within the work area stating the maxi- mum voltage level involved with that piece of equipment. 1. When a fence guards equipment, mount sign on the fence. Provide metal sign with the legend "DANGER HIGH VOLTAGE" printed in two lines of nomi- nal 3-inch letters. 2.3 NAMEPLATE INSTALLATION A. Nameplates shall describe the motor or equipment functions and give the circuit number, voltage, etc. 1. Mounting shall be cadmium plated screws into drilled and tapped holes to meet NEMA 4 standards. Screws shall not protrude more than 1/8" through the metal surface. B. All other electrical appurtenances, switches, outlets, fixtures, pull boxes, etc., except conduit shall be labeled with the appropriate circuit number such as L-4 or P-5. C. All pilot control switches, indicating lights and other pilot control devices shall be provided with oversized legend plates showing each switch position or device func- tion. D. Provide laminated phenolic nameplates for each panelboard, equipment enclosure, relay, switch, device and circuit breaker. Each nameplate inscription shall identify the function and, when applicable, the position. Nameplates shall be mela- mine plastic, 0.125'' thick, and be white with black center core. Surface shall be black matte finish. Corners shall be square. Accurately align lettering and engrave using round or square cutter. Minimum size of nameplates shall be 1.0 inch by 3 inches wide by 3/32" thick. Lettering for each equipment enclosure, relay switch, device and circuit breaker shall be a minimum of 0.25-inch high (minimum of 0.5" high for panel- board) normal block style white characters. 2.4 WIRE/CONDUCTOR MARKING A. Provide permanent wire markers at both ends of every phase and neutral conductor in all switches, receptacles, pull-box, and junction box. The marker shall clearly indi- cate the respective circuit number@). Markers shall be Brady or approved or equal. 4- %PRevised 10/08/03 Contract No. 38022 Page 238 of 321 Pages I I I I I I 1 Ir) I I I I I E PART 3 - EXECUTION 3.1 INSTALLATION A. All work shall be in conformance with recognized practices of the National Electrical Contractors Association (NECA) Standards of Installation. B. All excavating, trench work and backfilling required for the installation of the work shall be performed in accordance with Section 02300, "Earthwork". C. After the installation of work requiring excavation has been inspected and accepted, all excavations shall be filled with clean earth and tamped to a consistency so that no settlement will occur, and the ground left firm at natural grade. All excavated earth that is not used for backfill shall be removed from the premises or otherwise disposed of as directed. D. All rough and finished concrete required for the installation of work shall be installed in accordance with Section 03300, "Cast-In-Place Concrete". E. The Contractor shall cooperate with all trades in providing information at the proper times regarding openings required in walls, slabs, and footings for conduit and equip- ment installation. 1. The Contractor shall perform all cutting and patching of construction work which may be required for the proper installation of the electrical work. All patching shall be of the same materials, workmanship, and finish as, and shall accurately match all surrounding work. F. Electric outlets, devices and equipment furnished by disciplines under the scope of this project shall be installed and fully connected to the electric circuits. 1. The Contractor shall furnish the necessary flexible conduit, connectors, cords, and other equipment that may be required for the proper connection of equip- ment. 3.2 LOCATIONS AND DIMENSIONS A. Install all material and equipment in such a manner as to avoid obstructions, preserve clearances, maintain code spacings and keep openings and passageways clear. B. The drawings are diagrammatic to the extent that many offsets, bends, fittings and exact locations are not shown. The Contractor shall determine the best methods, ex- act locations and routes for his installation and note any conflicts or obstructions. The locations shown for conduits, outlets, materials and equipment may be refined to meet the architectural, structural and mechanical conditions with the approval of the Resident Engineer. Where dimensions are shown, they shall be adhered to as closely as practicable.. B. Where apparatus and equipment is shown to scale or dimensioned on the drawings, dimensions have been taken from typical equipment of the general class indicated. The Contractor shall carefully verify that the material and equipment he plans to in- 4m f#Revised 10/08/03 Contract No. 38022 Page 239 of 321 Pages stall will fit into the spaces provided and those proper clearances will be maintained. The Contractor shall assume full responsibility for the fitting of his materials and equipment to other equipment and to the structure. D. Mounting heights shown are from finished floor or pavement or grade to middle of wall mounted outlet boxes and from finished floor to bottom of suspended fixtures unless otherwise indicated. E. Review pertinent drawings and adjust the work to conditions shown. Where discrep- ancies occur between drawings and specifications notify the Resident Engineer im- mediately for his interpretation prior to submitting bid. 3.3 FIELD TEST AND/OR OPERATIONAL CHECK A. General Scope: 1. Perform field tests and operational checks to assure that all electrical equip- ment, both contractor and Owner supplied, is operational within industry and manufacturer’s tolerances and is installed in accordance with design specifica- tions. 2. The tests and operational checks shall determine the suitability for energiza- tion. 3. Schedules test and give a minimum of two weeks advance notice to the Resi- dent Engineer. B. Independent Testing Agency: 1. Where indicated hereinafter in these Specifications, the tests and/or opera- tional checks shall be performed by a recognized independent testing agency engaged and paid for by the Contractor. 2. The testing agency shall meet federal OSHA criteria for accreditation of test- ing laboratories, Title 29, Part 1907. Membership in the National Electrical Testing Association constitutes proof of meeting such criteria. 3. The testing agency shall have a calibration program which maintains all appli- cable test instrumentation within rated accuracy. The accuracy shall be trace- able to the National Bureau of Standards in an unbroken chain. Instruments shall be calibrated in accordance with the following frequency schedule. a. Field Instruments: 6 months maximum. b. Laboratory Instruments: 12 months. C. Leased specialty equipment: 12 months. (Where accuracy is guaran- teed by leaser, i.e.. Doble). d. Dated calibration labels shall be visible on all test equipment. I 1 1 I I I 1 @Revised 10/08/03 Contract No. 38022 Page 240 of 321 Pages I I I I I I I I, I I C. D. 4. The testing agency shall be responsible for implementing all final settings and adjustments on protective devices in accordance with the Engineers specified values, or as recommended in the device coordination study. Test Reports: 1. Submit three copies of the completed report to the Resident Engineer no later than fifteen (15) days after completion of the tests unless directed otherwise. The test reports shall be bound and it contents certified. 2. Submit one copy of all reports for review by the Resident Engineer within 48 hours of test or inspections. If a test fails, indicate on subsequent reports the corrective action taken to meet the requirements of the specification. 3. The test report shall include the following: a. Summary of project. b. Description of equipment tested. C. Description of test. d. List of test equipment used in calibration and calibration date. e. Test results. f. Conclusions and recommendations. g. Appendix, including appropriate test forms. h. Certification that work meets or exceeds manufacturers standards. I. Certification on cleanliness and tightness. Failure to Meet Test: 1. Any system material or workmanship, which is found defective on the basis of performance tests, shall be reported directly to the Resident Engineer. Contractor shall replace the defective material or equipment and have tests repeated until the test proves satisfactory, without additional cost to the Resi- dent Engineer. 2. E. Field test and/or operational checks shall apply to the following Divisions 16 Sections: 1. Wires and Cables 3. Switchboards 4. Switchgear 5. Grounding @Revised 10/08/03 Contract No. 38022 Page 241 of 321 Pages I F. Field tests and/or operation checks for the above equipment are listed as follows. 1. High Potential Test: a. All primary cables shall be given DC high-potential tests after installa- tion. All test shall be performed in the presence of the Resident Engi- neer and shall be performed to their complete satisfaction. DC high- potential test of cables shall be performed after all splices and cable termination’s are made but before connections to equipment is made. A DC micrometer in series with the ground connection of the high volt- age transformer shall be used to read the leakage current in the cable at two-minute intervals during the test. b. A variable voltage regulator of adequate rating shall be used to permit the raising of test voltages over a minimum of 10 minutes in 5 KV in- crements from zero to final test values as recommended by cable manufacturer. Testing time shall be started when the voltage on the cable has attained final test value and shall be continued for at least 10 minutes thereafter. C. Results of the tests shall be plotted, current against voltage at each 5 KV increments to rise after two minutes minimum or after value has stabilized, to a maximum test value, and current against time for 10 minutes thereafter in one minute intervals on a separate sheet for each length of cable to which they apply and shall be certified. Time of day, outside temperature and humidity at time of each test shall appear on each curve sheet. d. If any primary cable fails, or tests, in the opinion of the testing agency, show unacceptable cable defects, all cables in that conduit between the nearest pull points on each side of the failure shall be withdrawn. If, in the opinion of the testing agency, other cables that may have been installed in the same duct are not damaged, they may be rein- stalled, but the filed cable shall be replaced with new cable without ad- ditional charges. e. After replacement of the faulty cable and any other damaged cables, all cables of the circuit in that conduit shall be retested. If the cable fails again, or if tests, in the opinion of the testing agency, show unac- ceptable cable defects, all cables shall be replaced without charge and this procedure shall be repeated until tests prove satisfactory. f. Report all unacceptable cables to the Resident Engineer. 3.4 DEMONSTRATIONS A. All defective material and workmanship discovered as the result of tests required in other portions of these Specifications shall be corrected. B. It shall be shown by demonstration in service that all circuits and devices are in good operating condition. Tests shall be such that each item of control equipment shall be tested not less than five (5) times. \SRevised 10/08/03 Contract No. 38022 Page 242 of 321 Pages I I I I I I I I I) I I I I c I I I I. I. 3.5 3.6 3.7 C. See relevant sections of Division 16 for additional requirements. PROTECTION A. The Contractor shall protect all work, materials and equipment from damage, and shall provide adequate and proper storage facilities during the progress of the work. The Contractor shall provide for the safety and good condition of all work until final acceptance by the Resident Engineer, and shall replace all damaged or defective work, materials, and equipment before requesting final acceptance. B. The Contractor shall be held responsible for the protection and correction of the work of all trades from smears, splashes, stains or damages that might occur during the process of his work. NAMEPLATE MOUNTING A. Fasten nameplates to the device with a minimum of two cadmium plated screws. B. PAINTING OF EQUIPMENT Provide the number of signs required being readable from each accessible side. A. Electrical equipment shall have factory-applied painting which shall, as a minimum, meet the requirements of NEMA and ANSI. B. Touch up electrical equipment to match factory finish in color and texture. END OF SECTION {PRevised 10/08/03 Contract No. 38022 Page 243 of 321 Pages SECTION 16060 - OPERATION AND MAINTENANCE PART 1 GENERAL 1.1 1.2 1.3 MANUALS DESCRIPTION A. The Contractor shall furnish to the Resident Engineer Operation and Maintenance Manuals as specified herein for each item of the Contract furnished equipment for which 0 & M Manuals Level 1 , Level 2 and Level 3 are required. QUALITY ASSURANCE A. Reference Codes and Specifications: No current commercial specifications or docu- ments will apply or form a part of this specification section. SUBMITTALS A. B. C. D. E. F. Within 30 days after approval of specified equipment by the Engineer, the Contractor shall submit two preliminary copies of the 0 & M manual to the Resident Engineer for approval. Related manuals (covering equipment within a single specification section) may be combined into a common binder. The Resident Engineer will review the Manuals and will return one copy to the Con- tractor, with such review noted, within 30 days from date of receipt. The returned copy will be identified with the 0 & M manual number to be used on the final manual. Printing of the final 0 & M manuals shall be withheld until the preliminary manuals have been approved. When a manual is approved “subject to correction or comments”, the manual need not be resubmitted for approval afier correction unless the so advised. Six copies of each final service manual shall be furnished proval of the preliminary manual. Contractor is specifically within 30 days after ap- PART 2 - PRODUCTS PART 3 - EXECUTION 3.1 CONTENTS A. Unnecessary information, advertising and theoretical data the equipment being supplied shall not be included. not directly pertaining to @Fievised 10/08/03 Contract No. 3 8 0 22 Page 244 of 321 Pages I I I I B. Insertion of entire standard catalogs are not acceptable, but individual catalog sheets, which otherwise meet the requirement of this section, are acceptable. C. 0 & M manuals shall contain complete and detailed ‘operating, maintenance and repair instructions in sufficient detail to allow journeyman mechanics and Plant opera- tors to adjust, operate, maintain and repair all components of the equipment, and to order all parts, without consultation with the manufacturer or his representative. D. The contents and arrangement of each manual shall be as follows: 1. 2. 3. 4. 5. 6. Each section of a manual shall be separated from others by rigid dividers with a projecting tab to identify each. The first page of the manual shall be printed with the information and in the same format as shown on the Service Manual First Page included at the end of this Section. Page numbers, schedules, tables, etc., shall be typed. Hand lettering is not acceptable. Separate pages are required for each table, schedule, parts list, and preventative maintenance task. Page numbering shall consist of the sec- tion number followed by a hyphen and the page number within that section of the manual. Arrows which identify specific items of equipment or referenced items shall be made by stamp or be of drafted quality; hand drawn arrows are not acceptable. The first section of a manual shall include a table of contents, which includes identification of text pages by section. Each text page shall be numbered and identified in the table of contents. The table of contents shall also contain a drawing list indicating title, drawing number and page number. The table of contents shall list each page in the manual, numbered in consecutive order. The first or introductory section of the manual, titled “General Information for 0 & MI shall include all general instructions, a description of the equipment and how it functions, and shall provide all information necessary for identification and normal operation. This section may include general assembly drawings, sections, and depict and properly identify the equipment. The material pro- vided shall indicate the dimensions, weight, capacity and design conditions for the equipment. The second section of the manual (or of each section of the manual if the manual covers a multi-component equipment system), titled “Detailed Installa- tion, Maintenance, Calibration and Repair Information”, shall contain detailed information, drawings, procedures and guides to allow for the proper installa- tion, calibration, testing, PM and CM maintenance procedures. The installa- tion subsection shall contain all the drawings or schematics necessary to properly assemble and install the equipment including alignment, clearances, tolerances and interfacing equipment requirements. It shall denote by trade the skill level required to install the equipment, any special rigging required to place the equipment in place, and any special test equipment required to place the equipment in service. It shall include a safety subsection, which shall address all safety and tag-out procedures necessary to safely operate and maintain the equipment. It shall contain a subsection which shall contain \#Revised 10/08/03 Contract No. 38022 Page 245 of 321 Pages J actual operational startup and testing procedures and data obtained, re- corded, and submitted, denoting test method, test equipment used and the procedure used. The Contractor shall submit startup and testing forms for the Resident Engineer’s approval. The Corrective Maintenance (CM) subsection shall also contain a separate complete list of parts, and the part numbers shall be included with a cross- reference to other manufacturer(s) or supplier(s) of the same type of inter- changeable component or product. The third section of the manual (or of each section of the manual if the manual covers a multi-component equipment system), titled “Diagrams and Schemat- ics”, shall cover all necessary diagrammatic wiring diagrams and miscellane- ous necessary drawings and equipment. Lettering shall be typed or printed; hand lettering is not acceptable. I 1 7. 1 1 I 1 8. The fourth section of the manual (or of the component section), titled ‘Warran- ties Guaranties and Spare Parts”, shall include all of the construction contrac- tors’ warranty information. This shall include effective warranty dates, This section also shall include a list of all spare parts (including stock numbers and parts numbers), spare equipment, tools, materials, etc., that are turned over to the Resident Engineer by the Contractor and shall indicate where these items are located. The fifth section of the manual shall be set aside for the insertion of all field- testing records for the equipment. At the completion of field testing, this in- formation shall be submitted with the appropriate unit I.D. and service manual numbers on each sheet of the test data. 9. 1 10. The sixth and final section of the manual shall include all equipment data sheets as required and furnished by Resident Engineer. 1 1 I 11. For all service manuals submitted for field assembled equipment such as elec- trical systems (e.g., MCCs, switchgear and control panels) and control instru- mentation, as-built drawings shall be submitted by the Contractor whenever the equipment as finally installed differs from the manner in which it was de- picted in the earlier submittals. These drawings shall be in the same format as the original submittals and shall be suitable for insertion into the service manuals as replacement drawings. END OF SECTION {PRevised 10/08/03 Contract No. 3 8 o 22 Page 246 of 321 Pages I I I I I I I f I, I I I I I I I 1 L r. SECTION 16110 - RACEWAYS, BOXES, CABINETS, AND CABLE TRAYS PART 1 - GENERAL 1.1 1.2 1.3 1.4 DESCRIPTION A. This section specifies providing conduit, raceways, ducts, cable trays, boxes and cabinets to form raceways and support systems for power, communication and con- trol cables. B. Related Work Specified Elsewhere: 1. Basic Electrical Requirements: Section 16050 QUALITY ASSURANCE A. Codes, Regulations, Reference Standards and Specifications: 1 . Relevant Codes, Regulations and Reference Standards listed in Specification Section 16050. B. The following items shall be UL-listed or labeled: 1. Conduit and fittings. 2. Boxes. 3. Cabinets. SUBMITTALS Submit the following for review and comment in accordance with Section 16050: A. Shop Drawings. Submit catalog information on the following for approval: 1. Rigid galvanized steel conduit. 2. Electrical Metallic Tubing. 3. 4. Liquid-tight flexible metallic conduit. 5. Boxes. 6. Cabinets. Polyvinyl Chloride (PVC) conduit. (Schedule 40 and Schedule 80) PRODUCT DELIVERY, STORAGE AND HANDLING A. Ship each unit securely packaged and labeled for safe handling in shipment and to avoid damage or distortion. em %$Revised 10/08/03 Contract No. 38022 Page 247 of 321 Pages C. Store products in a secure and dry storage facility. PART 2 - PRODUCTS 2.1 PRODUCTS AND MATERIALS A. Rigid (RGS) steel conduit shall be hot-dip galvanized with galvanized threads and 1 manufactured per reauirements of UL 6. PVC-coated RGS shall contain minimum 1 coating of .020 inches thick and shall be manufactured per requirements of NEMA RNI. 1 I 1 1. 2. PVC coating shall be either manufacturers standard blue or black color. The bonded strength of the PVC to the galvanized surface of the conduit shall exceed the tensile strength of the PVC. Tensile strength of the PVC shall be 1800 psi (min) per ASTM. The PVC coating shall be self-extinguishing. 3. 4. PVC sleeve shall extend beyond the coupling end of conduit a minimum of one inch for joint protection. The contractor shall take care to avoid cutting, or scratching the PVC coating. Apply touch up compound such as Robroy plasti-bond on any nicks, cuts or 5. 1 U abrasions on coated conduit. B. Electric Metallic Tubing (EMT) shall be zinc-coated steel and manufactured per 1 1 requirements of UL 797. Liquid tight flexible conduit shall be manufactured in accordance with UL 360 and approved for grounding with compatible and approved fittings. Flexible steel conduit shall be hot-dip galvanized and manufactured per requirements of UL 1. 1. C. Liquid tight flexible metallic conduit one and one-quarter inch and smaller shall be type UA flexible conduit with galvanized steel core and gray thermoplastic cover. a I 2. Liquid-tight flexible conduit larger than one and one-quarter inch shall be Type EF with galvanized steel core, cord packing and gray thermoplastic cover. D. Polyvinyl chloride (PVC) conduit shall be constructed of a virgin homopolymer PVC compound, and shall contain a 90 degree C UL rating manufactured according to ASTM. Rigid heavy wall non-metallic conduit shall be Schedule 40 and rigid extra heavy wall non-metallic conduit shall be Schedule 80. Provide at locations shown on the drawings. Minimum conduit size shall be 3/4" or larger as required. Minimum sizes used must comply with Codes. Provide larger than minimum sizes where shown. 1 E. 3 I 0- '(*'#Revised 10/08/03 Contract No. 38022 Page 248 of 321 Pages F. Acceptable Manufacturers I I I I I I I D I I I I I I 6 I 1. Rigid Steel Conduit. Pittsburgh Standard, Triangle, Republic, Allied, Youngs- town or approved equal. 2. EMT. Pittsburgh Standard, Triangle, Republic, Allied, Youngstown or ap- proved equal. 3. Liquid Tight Flexible Metallic Conduit. Anaconda, Electri-Flex International or approved equal. 4. PVC coated RGS. Rob Roy, Korkap or approved equal. 5. PVC conduit. Pittsburgh Standard, Carlon or approved equal. G. No type BX or MC raceways are allowed. 2.2 FllTlNGS A. Fittings for use with rigid or flexible steel conduit shall be manufactured per require- ments of UL and shall be cast-metal with gasketed closures. 1. Fittings for RGS conduit shall be malleable iron or forged steel with cadmium or zinc coating. a. Union couplings for joining rigid conduit at intermediate runs shall be of the same material as the conduit with which it is to be used, and shall be threaded and concrete - tight to permit completing conduit run when neither conduit can be turned and to permit breaking the conduit run at the union. b. PVC coating for conduit fittings and accessories shall be a minimum thickness of 40 mil (0.040 inch) 2. Fittings for EMT shall be steel compression type connectors. Die cast connec- tors are not acceptable. 3. Liquid-Tight Flexible Metal Conduit Fittings: Cadmium plated, malleable iron; compression type steel ferrule; neoprene gasket sealing rings with insulated or noninsulated throat. 5. Conduit accessories, such as lock nuts, bushings and connectors shall be zinc coated. 6. For enclosures having punched or formed knockouts for conduit entry, a nylon insulated grommet and locknut with ground screw and positive ground con- nection to the enclosure shall be provided. 7. Bushings shall be of the same material as the conduit with which the bushings are to be used. em %#Revised 10/08/03 Contract No. 38022 Page 249 of 321 Pages 2.3 2.4 a. Bushings one and one quarter inches and larger shall be Type B insu- lated bushings with phenolic thermosetting insulation. b. Insulating grounding bushings shall be installed in conduits to protect wires inside boxes. 8. Expansion fittings shall be provided in conduit runs as required for thermal ex- pansion and contraction. a. Expansion fittings on all conduits crossing expansion joints shall be both expansion and deflection type. b. Fabricate conduit expansion couplings from material similar to that of conduit with which coupling is to be used, having factory installed packing ring and pressure ring to prevent entrance of moisture. Equip metallic couplings with grounding ring. C. Grounding straps and clamps shall be provided and installed at conduit expansion joints where required to provide bonding in accordance with the NEC. 9. Furnish electrically conductive pipe joint compound for all threaded conduits. B. Acceptable manufacturers are Midwest, RACO, 0-Z-Gedney, Steel City, Thomas & Betts, or an approved equal. CONDUIT SUPPORTS A. Retaining straps and fasteners . Type, style and size shall be as required. They shall be made of steel or malleable iron and hot - dip galvanized .Galvanized malleable- iron spacer assemblies with Style A straps shall be used to separate conduits from masonry surfaces. Galvanized-steel fasteners shall be used to fasten conduits to channel inserts. B. Conduit routed exposed on walls or ceilings shall be anchored with two hole straps. BOXES AND CABINETS A. Outlet boxes shall be capable of accommodating conduits as shown. Material shall be steel or cast iron as required. For aboveground indoor locations and electrical rooms boxes shall be provided with punched or formed knockouts. For outdoor locations boxes shall have threaded-conduit entrance hubs. Use watertight fitting with gaskets, nylon-insulated throats and sealing locknuts in boxes having punched or formed knockouts for conduit entry in outdoor locations. 1. For wall receptacles and switches, all outlet boxes shall be 4" square and no ~ single gang boxes shall be permitted and 2-118 inch deep. B. Junction and pull boxes: Flush-mounted or surface-mounted as shown and suitable in size to accommodate conduit, raceways, number of cables and splices shown. Metal- lic boxes shall be made of steel, cast iron or hot dip galvanized steel. Pre-cast boxes shall be as shown. rrrg Revised 10/08/03 Contract No. 38022 Page 250 of 321 Pages I I I I I I I II, I I I I I I L I C. Cabinets: Cabinets shall be fabricated from galvanized steel and shall be surface mounted, unless otherwise noted. Provide backplate of reinforced steel for mounting interior components and to ensure rigid support and accurate alignment. Provide lug for cabinet grounding. The cabinet shall be provided with latch and handle. Screw fastening will not be acceptable in lieu of latch. Metallic surfaces shall be thoroughly cleaned, degreased, primed with zinc primer and coated after fabrication with light- gray enamel. 2.5 FIRE RESISTANT FOAM SEALANT A. Each and every penetration through a fire rated floor or wall shall be sealed to main- tain the fire resistive nature of the structure. The sealant shall be UL classified and meet NEC Article 300-21. B. The sealant shall be Chase-Foam CTC PR-855 a silicone fire retardant foam that is waterproof and will prevent the spread of toxic gases and smoke through openings. The characteristics shall be as follows: C. Flame Spread Rating Full Contribution Factor Service Temperature Range Minimum Fire Withstand Temperature Dielectric Strength 2 Hour Fire Rating Thickness 20 20 -50 degree to+450 degree F 2000 degree F 160 Volts/mil 4 inches D. The opening around cables, pipes or conduits shall be filled with a minimum of 4 Inches of foam sealant. Provide a fiber damming material one (1) inch thick in void spaces as required. Trim the excess foam from openings flush with walls and floors. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. 2. Use size and type of raceways, ducts, boxes and cabinets as shown and specified. Install metallic raceway, fittings, boxes and cabinets free from contact with re- info rci n g st ee I. 3. Where conduit is placed in contact with dissimilar metals or with concrete, separate contact surfaces by means of a gasket, nonabsorptive tape or coat- ing to prevent corrosion. 4. Make metallic conduit, raceways, ducts and cable trays electrically and me- chanically continuous and ground them in accordance with Section 16450. <?Revised 10/08/03 Contract No. 38022 Page 251 of 321 Pages I 5. Install PVC conduit where conduit runs are embedded in concrete and where conduit is shown as direct burial. 6. Use expansion-bolt anchors to secure equipment to concrete surfaces. B. Conduit: 1. Run exposed and concealed canduit parallel to building lines. 2. Conduit must be continuous from outlet to outlet and from outlet to cabinets, junction boxes, or pull boxes. Make all joints and connections in a manner, which will insure mechanical strength and electrical continuity. At conduit ter- minals provide double lock nuts and insulated bushings or terminate on con- duit hubs. Use of running threads is prohibited. Supply a grounding-type bush- ing and ground wire to ground bus/lug in equipment for conduit termination in main switchgear and panelboards. 3. Install exposed and concealed conduit to avoid interference with other work. 4. Apply lead-free conductive anti-seize compound to threaded-conduit joints. 5. In outdoor and underground locations, except electrical rooms, use threaded- conduit hubs to attach conduit to equipment enclosures. Use watertight con- duit fitting for attachment of conduit to enclosure having punched or formed knockout. 6. Before installing any site work, layout the proposed course for any under- ground conduits, location of manholes, etc, and have same approved. 7. In aboveground indoor locations and electrical rooms, use locknuts and nylon- insulated bushings to attach conduit to enclosures. 8. Install suitable caps or plugs in empty conduits for future extension. 9. Thread and ream ends of field-cut conduit to remove rough edges. Use bush- ings at conduit entrances to boxes, cabinets and equipment enclosures. 10. Bends: a. Unless otherwise shown or specified, install conduit bends in accor- dance with NEC codes. b. Install bends in buried conduit in accordance with the following: Size of Minimum Minimum radius Conduit size radius of factory of field bend in inches bend in inches in inches 18 24 48 48 24 30 48 48 1 1 1 1 I I 1 I @Revised 10/08/03 Contract No. 38022 Page 252 of 321 Pages I I I I I I I m I I I I I I L I 10. 11. 12. 13. 14. 15. c. In above ground locations bend conduit so that field-made bend is free from cuts, dents and other surface damage. No underground field bend in PVC conduits shall be allowed. Use factory fabricated fittings for all underground couplings, elbows, bends, or offsets. Bends: (Telecommunications conduit) a. The inside radius of a bend in conduit shall be at least 6 times the in- ternal diameter. When the conduit size is greater than 2 inches the in- side radius shall be at least 10 times the internal diameter of the con- duit. For fiber optic cable, the inside diameter shall always be at least 10 times the internal diameter of the conduit. Support single horizontal conduit with one-hole pipe straps or individual pipe hangers, within 36 of any fitting, pull box, JB or outlet box. Secure multiple conduits supported on trapeze-hangers or channel inserts by fasteners suitable for such purpose. Where conduit' is attached to masonry surface, use malleable-iron spacers with Style A pipe straps. Support and secure vertical conduit spanning open areas at intervals not ex- ceeding 10 feet. Use minimum of 18-inch long liquid-tight flexible-conduit connections for equipment enclosures subject to vibration. 16. Install expansion fittings in exposed conduit runs longer than 300 feet. Install ex- pansion and deflection fittings where embedded conduits cross structural ex- pansion joints. Where embedded conduits cross a structural contraction joint, paint the external surface of conduit with linseed oil or other compatible bond- breaker for two feet on each side of contraction joint. All exposed conduit and fittings routed in public spaces shall be painted out to match the finished sur- rounding surfaces. Exposed conduit routed in non-painted utility type areas may remain unpainted 17. All wiring within buildings shall be EMT or RGS. Except at final connections to light fixtures, transformers and motors etc, no flexible conduit shall be used. 18. Buried PVC conduit: Install in accordance with the following requirements in addition to those specified elsewhere: a. Arrange conduit to cross each expansion joint at right angle to joint. b. Prevent concrete and other materials from obstructing the conduit. Pack outlets, pull boxes and junction boxes and cap conduit ends prior to pouring concrete. Remove burrs from, clean, dry and brush joints in PVC conduit with solvent cement before installation of coupling. C. {JRevised 10/08/03 Contract No. 38022 Page 253 of 321 Pages d. e. f. 9. h. 1. 1. k. I. m. n. 0. Provide compatible conduit supports and spacers to maintain position of conduit during placement of concrete. Waterproof conduit connections. Rod and swab conduit after installation so as to remove water, cement and other foreign matter; cap conduit ends, If obstructions cannot be removed or if condition exists which may result in damage to cable, re- place conduit. Provide nylon or polyester pull-line with a breaking strength of at least 200 Ibs. In each spare conduit. Provide transition to PVC -coated rigid galvanized steel conduit where raceways turn up. Envelope all underground PVC conduit duct banks with a minimum of three inches of concrete encasement between raceways and three inches of concrete encasement all around except where PVC conduits are routed below finished floor slabs. Conduit installed for site lighting outdoor branch circuiting and parking lot lighting need not be concrete encased. Install underground conduit to a depth ,of 24” minimum to the top of the conduit unless otherwise indicated. Route conduit under footings or through rigid metal sleeves or block outs in footing as detailed on the drawings or as indicated by structural engineer. Provide an electrically detectable type plastic warning tape in the back- fill no deeper than 6 inches below grade. The tape shall be yellow plas- tic with integral warning legend repeated continuously throughout the entire length of the tape along the entire length of the ductbank. PVC conduits must be routed below all floor slabs. Where sweeps from below slabs turn up into walls, transition to EMT above grade. I 1 1 1 1 I I I a I I 1 I J I C. Arrangement for Power and Signal Service: Separate power system conduits from signal conduits with minimum 6” thick concrete wall or 12” of earth. Pitch: Wherever possible pitch conduit toward manholes. On runs where it is impos- sible to maintain the grade all one way, grade from center so that conduits pitch both directions down toward manholes. D. E. Conduits Entering Buildings: Pitch conduits away form the building. Conduit en- trances into building shall be watertight. 4w \@Revised 10/08/03 Contract No, 38022 Page 254 of 321 Pages I 3.2 F. Conduit for Future Use (Spare): Demonstrate that conduits installed for future use are clear of obstructions (draw mandrel Y2” less in diameter than conduit). Install a dragline in each conduit per Article 2.4A in this Section. CONDUIT APPLICATION A. Rigid galvanized steel (RGS) conduit shall be used where exposed to the weather or where subject to mechanical damage in exposed areas below 8 feet above finished floor and in sizes larger than 4 inches in diameter. Where routed across the building roof, conduits shall be grouped wherever possible, and supported on 2” X 4” redwood sleepers, spaced a maximum of 5’-0” apart. Hot mop the sleepers to the roof surface. B. Electrical metallic tubing shall be run concealed in dry wall type construction, above suspended ceilings, and exposed indoors not less than 8 feet above finished floor. EMT shall not be installed underground or embedded in concrete. Maximum size of EMT shall be 4-inch diameter. C. D. Flexible metallic conduit shall be used only for indoor motor connections and conduit drops from remote junction boxes to fixtures installed in suspended ceilings. Maxi- mum tail lengths shall not exceed 6’-0”. Liquid-tight flexible metallic conduit shall be used for motor connections exposed to weather, water or grease and wiring to outlets at equipment chases. Make the conduit grounding system continuous at such points by manufacturer installed, UL approved, copper grounding strip or by jumpers sized in accordance with NEC Table 250-95. I I I I L I E. Schedule 40 PVC Type II conduit shall be used for all underground duct bank race- ways and for underground raceways routed in or below structural slabs and in those areas not requiring concrete encasement. 3.3 OUTLET, JUNCTION AND PULL BOXES A. Mount outlet boxes as shown. B. C. 8. Arrange front of box or attached plaster cover flush with finished wall or ceiling. ’ Keep number of knockouts to minimum. Clean boxes thoroughly after installation and correct damage to boxes and to finish, E. Install covers on boxes mounted on walls and ceilings. F. Measure height of wall-mounted outlet box from finished floor to horizontal centerline of coverplate. G. H. I. Fasten floor boxes securely in place. Install junction and pull boxes so that covers are readily accessible. Do not install boxes above suspended ceilings except where ceilings are removable or definite provision is made for access to boxes. 1 <3Revised 10/08/03 Contract No. 38022 Page 255 of 321 Pages 3.4 3.5 J. Use non-metallic boxes as follows: 1. For outdoor locations not subject to vehicular traffic: Buried with cover flush mounted with finished grade: Precast concrete or composite material junction and pull boxes. 2. For outdoor locations not subject to pedestrian or vehicular traffic: Molded fi- berglass reinforces polyester junction and pull boxes. K. Exposed boxes installed outdoors shall be cast iron only. Cast aluminum boxes are not permitted. L. Receptacles installed outdoors shall be 20 amp GFI type, and mounted within a recessed steel box with hinged lockable door, C.W. Cole Cat #TL-310 or equal by Pass & Seymour. Where installed in projects close to the ocean, these boxes shall be stainless steel. All boxes shall be keyed alike. M. All floor mounted boxes for power, telephone or data shall be flush mounted, with brass cover plates. Floor monuments are not permitted. CABINETS A. Fasten cabinets securely using expansion bolts, toggle bolts or mounting ears. B. Touch-up damaged painted finish. CABLE TRAYS A. B. C. C. E. F. G. Install cable trays neatly, adequately supported and in accordance with manufactur- ers written instructions. Remove any burrs and sharp edges present on cable trays. Route and position cable trays to avoid electromagnetic interference from other de- vices and 480 volt feeders. Support cable tray independently from the building structural components. Conform to manufacturers recommendations for selection and installation of supports. Strength of each support including fastenings to the structure shall be adequate to carry maximum load capacity of 66 pounds/foot on a 12 feet span. Installation of sup- ports shall be in accordance with cable tray manufacturers written instructions. Install stiffener bars along the length of the tray run when length of threaded hanger rod exceeds 3 feet. Contractor is to use extra hangers when in doubt or for any unusual situation. When hanger rod is mounted at other than at a splice connector point along the tray, drill a 98 ‘I hole vertically through the spine and insert hanger rods with nuts and washers. Direction Changes. Make changes in direction of cable tray with std cable tray fittings. Firestopping. Where cable trays penetrate fire and smoke barriers including walls, partitions, floors and ceilings, install fire stopping at penetrations after cables are in- stalled. e= \#Revised 10/08/03 Contract No. 38022 Page 256sof 321 Pages I I I 1 I 1 I I a J 1 1 I I I 1 1 J m L I H. Working Space. Install cable trays with sufficient space to permit access from either side to allow cable to be laid directly into the tray in lieu of pulling. 1. Electrically ground cable trays and ensure continuous electrical conductivity of cable tray system. Use tray as an equipment ground conductor for itself only, not for con- nected equipment. J. After installation of cable trays is completed, install warning signs, on or in proximity to cable trays, where easily seen by occupants of the space. K. Receptacles installed outdoors shall be 20 amp GFI type, and mounted within a recessed steel box with hinged lockable door, C.W. Cole Cat #TL-310 or equal by Pass & Seymour. Where installed projects close to the ocean, these boxes shall be stainless steel. All boxes shall be keyed alike. L. All floor mounted boxes for power, telephone or data shall be flush mounted, with brass cover plates. Floor monuments are not permitted. 3.6 FILLING OF OPENINGS A. Where conduit and raceways pass through fire-rated wa1ls;ceilings or floors, provide seals to prevent passage of fire and fumes and maintain fire-rated structure integrity. B. Where openings are provided for passage of conduit and raceways in walls, ceilings or floors, use fire-resistant fibrous-glass safing or similar material to seal unused openings to prevent passage of fire and fumes. C. Close unused openings or spaces in floors, walls and ceilings. Plug or cap unused conduit and sleeves. 3.7 IDENTIFICATION A. At end of each run, use metallic tags with stamped markings to establish identification of conduit, raceways and ducts in accordance with designations shown. 3.8 FIELD QUALITY CONTROL A. B. Arrange with the Resident Engineer for inspection and approval of embedded conduit and boxes prior to concrete placement. Arrange with the Resident Engineer for inspection by electrical utility company representative of incoming-service conduit prior to placing concrete. C. Test metallic conduit and boxes for electrical continuity. Conduct tests in the pres- ence of Resident Engineer. D. Test not less than 0.5 percent of total installed channel inserts and spot inserts as directed for compliance with specified pullout-load rating. Replace and retest inserts, which fail. Conduct tests in presence of Resident Engineer. END OF SECTION ' rl)SRevised 10/08/03 Contract No. 3 8022 Page 257 of 321 Pages SECTION 16120 -WIRE AND CABLE (600 VOLTS AND BELOW) PART 1 - GENERAL 1.1 1.2 1.3 DESCRIPTION I J I I A. B. This section specifies providing wire and cable. Requirements for single-conductor cables and for multiple-conductor cables as stated apply. C. Related Work Specified Elsewhere: 1. 2. 3. Basic Electrical Requirements: Section 16050. Wiring accessories: Section 161 30. Grounding and Bonding: Section 16450. I QUALITY ASSURANCE A. Qualifications: Select a manufacturer who is engaged in production of similar wire and cable. Codes, Regulations, Reference Standards and Specifications: B. 1. Relevant Codes, Regulations and Reference Standards listed in specification a Section 16050. I 1 I C. SUBMITTALS Wires and Cables: UL-listed or labeled for its intended use. Submit the following for approval in accordance with Section 16050 and with the additional requirements as specified for each: A. Submit manufacturer's data for approval on all proposed cable to be utilized on the project. B. Certification: 1. Certified flame-retardancy test reports and data for tests performed not more than 12 months prior to submittal, for materials, which are identical to those of cable, furnished. Certified test reports demonstrating that cable complies with specified re- quirements and those of referenced ICEA Standards. Certificates from manufacturers verifying that products conform to specified requirements. Include certificate with submittal of shop drawings and with each cable shipment. I I I 2. J 3. 4iw \#Revised 10/08/03 Contract No. 38022 Page 258 of 321 Pages 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Mark each single-conductor cable and each multiple-conductor cable to show UL label, size, voltage, manufacturer and number of conductors or phases in accordance with NEC requirements. 6. Ship each unit securely packaged and labeled for safe handling and shipment. C. Store products in a dry and secure facility. PART 2 - PRODUCTS 2.1 CONDUCTORS A. Wire and cable conductor sizes are designated by American Wire gauge (AWG). All conductors shall be copper without exception. B. Conductors shall be soft drawn annealed copper, ninety-eight (98%) percent conductivity, continuous from outlet-to-outlet, without welds, splices or joints. C. Minimum wire size shall be No.12 AWG in the lighting and power system. Minimum wire size for control circuits shall be No.14 AWG, stranded. D. E. All wiring regardless of size shall be stranded copper. Furnish and install the conductors for the various signal systems per the requirements of each of the applicable Sections. F. Acceptable Manufacturers: General Electric, Okonite, Southwire or an approved equal. 2.2 INSULATION A. All conductors supplied under the scope of this project shall be insulated for 600 volts minimum. Wires and cable shall meet the applicable requirements of NFPA 70 and UL 83 for the type of insulation, jacket, and conductor specified or indicated. Wires and cables manufactured more than 12 months prior to date of delivery to the site shall not be used. B. Branch circuit and feeder cables in all sizes shall have “THHN” or “THWN” insulation unless noted otherwise. C. Type “THHN” wire shall be used in all recessed fixtures, continuous fluorescent fixture wiring channels or other locations where subject to abnormally high temperature. D. 90% Rate Type “XHHW shall be used for feeders installed in areas of direct solar exposure. Q= \#Revised 10/08/03 Contract No. 3 8022 Page 259 of 321 Pages 2.3 COLOR COORDINATION A. All insulation in AWG sizes ten (10) and below shall be impregnated with color according to the following: 240/120 Volts Phase "A" Black Phase"B Red Phase "C" Blue Neutral * White Ground Green Isolated G Green w/Yellow Stripes * Where individual neutral conductors are provided for each phase, the white or gray neutral shall have a color stripe matching its corresponding phase conductor color easy identification. for B. Where color other than black is not an integral part of the insulation use 3M No. 35 tape of the same color code to identify both ends of conductors No. 8' and larger. Use other colors as required to identify control or other special circuits. Ground conductor shall have green insulation for 1/0 and smaller conductors; green tapes on other col- ors of insulation are NOT acceptable. 2.4 BARE CONDUCTORS A. Annealed copper conductor 8 AWG and larger unless otherwise shown or specified and in accordance with ASTM B3 or B8. PART 3 - EXECUTION 3.1 WIRE AND CABLE INSTALLATION A. Install cables as specified. B. Install single-conductor cables in conduit. C. Install motor feeders, service connections and extensions in accordance with refer- enced codes. Install motor feeders in 18-inch minimum length liquid-tight flexible conduit at each motor conduit box. D. Use nylon straps to bundle and secure wire and cable located in panelboards, cabi- nets, switchboards, motor control centers and switchgear. E. No wires and cables shall be pulled until all work, which could cause damage to conductors, is completed. F. Blow out and swab conduits before installing conductors. 1 I I I I PfSRevised 10/08/03 Contract No. 38022 Page 260 of 321 Pages 1, I I. I I I I I P e I I e I I G. Care shall be exercised when installing wire in conduit so as not to damage the conductor insulation. Mechanical means of pulling shall not be used unless directed by the Resident Engineer. Oils, grease or any other damaging type of pulling com- pound shall be not used. To facilitate pulling cable, use Ideal Yellow #77 wire pulling compound or other lubricant recommended by cable manufacturer. H. Unless specifically shown otherwise, provide branch circuit feeder homeruns with not more than 2 phase conductors, one neutral conductor and one ground conductor in a single raceway. The use of gutters or junction boxes to gather several homeruns into a large conduit will not be permitted. Wire in panels, cabinets, pull boxes and wiring gutters shall be neatly grouped 'and fanned out to the terminals. DO NOT use gutters of panelboards as raceways, junc- tion boxes or pull boxes for conductors not terminating in panelboards, junction boxes, etc., for future circuits or for wiring installed by others. I. J. Feeders shall be run their entire length as continuous pieces without joints or splices. Joints and splices in branch circuits shall be permitted where circuits divide in junction boxes only. K. Provide all empty conduits with a nylon or polyester pull-line having a breaking strength of at least 200 Ibs. Leave 24 inches of spare at each end of the pull. L. Where shown or as necessary, install cable-seal fittings to prevent entry of water into electrical facilities. Where approved use seal compound. M. In damp and dusty indoor or outdoor locations, seal cable at conduit terminations using duct-sealing compound. N. No direct buried cable is permitted. 3.2 CONNECTORS A. Tools for installing compression connectors shall be made by or approved by the manufacturer of the connectors. Tools shall be hydraulically operated, requiring proper compression before release of the tool. Follow manufacturer's instructions for spacing and overlapping of compression areas. B. Branch circuit joints or splices shall be made electrically and mechanically secure with pressure connections, nylon insulators, wing nuts, or spring compression connectors, except that screw-on type connectors shall not be used for wire sizes larger than No. 1 OAWG. The splice area shall be taped to provide equal or greater insulation than the original. Tape run-back over the original insulation shall extend 3 to 5 overall diame- ters of the insulated wire. C. Soldering of connectors or the use of friction tape is prohibited. 3.3 CABLE TERMINATION A. Termination of insulated power and lighting cables shall be protected from accidental contact, deterioration of coverings and moisture by the use of terminating devices and materials. Install all terminations of insulated power and lighting cables in accordance . - \#Revised 10/08/03 Contract No. 38022 Page 261 of 321 Pages with the manufacturer’s requirements. Make terminations using materials and meth- ods indicated or specified herein or as designated by the written instructions of the cable manufacturer. B. All cable terminations shall occur in locations, which are accessible, but only to authorized personnel. 3.4 TAGGING A. All branch circuits shall be left tagged in the panelboards and in all ceiling junction boxes for the purpose of identifying the various circuits. B. Feeders and mains shall be tagged in switchboards. C. The method of tagging shall be accomplished using non-metallic fiberboard tags or plastic labels. Attach tags to cable with slip-free plastic lacing or nylon bundling straps. Use designation shown. D. Use of wrap around paper wire markers shall not be acceptable. 3.5 GROUNDING A. Provide an effective grounding connection at all panelboards, outlet boxes and junction boxes. Permanently ground conduit, fixtures, motors and other equipment as required. 3.6 FIELD QUALITY CONTROL A. Furnish equipment required to perform tests. Prior to insulation and high-potential tests, disconnect instruments and equipment, which might be damaged during such tests. Conduct tests in presence of the Resident Engineer. B. Submit test procedure for approval and perform approved tests including, but not limited to, the following: 1 . Single-conductor cable and multiple-conductor cable: a. Test continuity of cable conductors using ohmmeter. b. Proof-test insulation resistance to ground and between insulated con- ductors for minimum of one minute using 1,000-volt megger. Insula- tion resistance: 100,000 ohms minimum. C. When cable shows unsteady insulation resistance of less than 100,000 ohms, perform high-potential test at 80 percent of factory ac test volt- age or as recommended by cable manufacturer. C. Submit certified test reports. END OF SECTION 3 I rfs Revised 10/08/03 Contract No. 3 8 022 Page 262 of 321 Pages SECTION 16130 - WIRE CONNECTION ACCESSORIES PART 1 - GENERAL 1.1 1.2 1.3 1.4 DESCRIPTION A. This section specifies wire-connection accessories, such as connectors, terminal lugs and fittings, bundling straps, insulating tape and resin. B. Related Work Specified Elsewhere: 1. 2. Basic Electrical Requirements: Section 16050. Wire and Cable (600 Volt and below): Section 161 20. QUALITY ASSURANCE A. Qualifications: Select a manufacturer who is engaged in production of wire connec- tion accessories. Codes, regulations, Reference Standards and Specification. 1 . B. Relevant Codes, Regulations and Reference Standards listed in Specification Section 16050. C. Source Quality Control: 1. 2. Connectors, terminal lugs and fittings shall be UL-listed. Factory testing: Submit certified copies of test reports for cable splices and tap insulation/sealing kits. SUBMITTALS Submit the following for approval in accordance with Section 16050: A. Shop Drawings. PRODUCT DELIVERY, STORAGE AND HANDLING A. Ship each unit securely packaged and labeled for safe handling in shipment and to avoid damage. Store products in a secure and dry storage facility. B. PART 2 - PRODUCTS 2.1 CONNECTORS TERMINAL LUGS AND FITTINGS A. All connectors shall be UL listed for the intended use. *w ESRevised 10/08/03 Contract No. 38022 Page 263 of 321 Pages I J B. For 1 OAWG and smaller conductor cables: Tin-plated copper pressure connectors with nonflammable, self-extinguishing insulation grip with temperature rating equal to that of conductor insulation. C. For 8AWG to 4/0AWG conductor cables: Tin-plated copper compression connectors I and terminal lugs with nylon insulating sleeve for insulation grip. For 250 kcmil and larger conductor cables: Long-barrel, double-compression tin- plated copper connectors and terminal lugs with two-hole pad. E. For multiple-conductor cables: Watertight aluminum fittings with stainless steel pressure ring and set screws or compression cone for grounding the aluminum D. 1 sheath of the cable. Splices in wire No. 10 and smaller shall be made with twist-on splicing connector or F. insulated pressure type connectors. Connections in wires No.8 -and larger shall be made with compression-type and wrapped with insulating tape. Insulating tape shall be applied in a minimum of two layers of half-wrap built up to match the overall thick- ness of the cable insulation. I 1 1 G. Acceptable Manufacturer. Buchanan, Burndy, Ideal, Kearney, Thomas & Belts, 0-Z Gedney or approved equal. 2.2 BUNDLING STRAPS A. Self-locking type. B. For outdoor use: Ultraviolet-resistant. 2.3. INSULATING TAPE A. Plastic tape: Vinyl plastic tape with rubber-based pressure-sensitive adhesive, pliable at zero degree F. I B. C. Rubber tape: Silicone-rubber tape with silicone pressure-sensitive adhesive. Arcproof tape: Flexible and conformable organic fabric tape, coated one side with I flame-retardant flexible elastomer, self-extinguishing and noncombustible. Glass tape: Woven-glass fabric tape with pressure-sensitive thermosetting adhesive. D. 1 I E. Acceptable Manufacturers: Minnesota Mining and Minerals Co. (3M) or an approved equal. 2.4 EPOXY RESIN: SUITABLE FOR INSULATING AND MOISTURE SEALING CABLE SPLICES. 2.5 CABLE SPLICES AND TAP-INSULATION/SEALING KITS (FOR UNDERGROUND HANDHOLES, MANHOLES): SUITABLE FOR USE ON 6OO-V0LTl 9OC CABLES, J a MATERIAL COMPATIBLE WITH CABLE INSULATION AND JACKET, MEETING THE SEAL TEST REQUIREMENTS OF ANSI. 4im %@Revised 10/08/03 Contract No. 38022 Page 264 of 321 Pages A. Heat-shrinkable tubing or wraparound heat-shrinkable sleeve: UL-approved, flame- retardant, corrosion-resistant thick-wall tubing with factory-applied sealant for field in- stallation on in-line splices and taps to provide a watertight seal and insulating encap- sulation. PART 3 - EXECUTION 3.1 SPLICES AND TERMINATIONS A. Make wire and cable splices in outlet, junction or pull boxes, in cable troughs or in equipment cabinets. Splices in conduit are prohibited. B. Secure connectors or terminal lugs to conductors so as to engage all strands equally. C. Do not rupture insulation nor expose bare conductors. D. Install compression connectors and terminal lugs using tools and pressure recom- mended by manufacturer. Indent mark connectors and terminal lugs with number of die used for installatipn. E. Apply anticorrosion joint compound to connectors, terminal lugs and bolting pads before installation. F. Install terminal fittings on multiple-conductor cable in accordance with manufacturer's recommendations. Completely seal cable from moisture. G. On cable splices, taps and terminations in manholes handholes and outdoor junction and pull boxes, cover connectors with electrical putty, wrapped with three layers of plastic tape and a final layer of rubber tape and then install water-tight encapsulation as follows and under the supervision of the kit manufacturer's representative or using a factory-certified installation technician, proficient in field installation of heat- shrinkable sealing kits. 1. Use heat-shrinkable tubing for encapsulation of new splices, taps and termina- tions. 3.2 INSPECTION A. Have splices and taps in manholes, handholes and outdoor junction and pull boxes inspected by the manufacturer's representative. END OF SECTION 4- %#Revised 10/08/03 Contract No. 38022 Page 265 of 321 Pages SECTION 16140 - WIRING AND CONTROL DEVICES PART 1 - GENERAL 1.1 DESCRIPTION A. This section specifies providing, .switches, receptacles, magnetic contactors, photo- electric controls, and time switches. B. Related Work Specified Elsewhere: 1. Basic Electrical Requirements: Section 16050. 2. Wire and cables 600 Volt and below: Section 161 20. 3. Wire connection accessories: Section 161 30. 4. 5. 1.2 QUALITY ASSURANCE Grounding and bonding: Section 16450. Circuit breakers, panelboards and loadcenters: Section 16470. 1 A. Codes, Regulations, Reference Standards and Specifications: I 1. Relevant Codes and Regulations listed in Section 16050. B. Source of Quality Control: 1. Following items UL-listed. a. Toggle switches. b. Receptacles and plugs. C. Lighting contactors. d. Photoelectric controls. e. Time switches. 5p 3 1.3 SUBMITTALS Submit the following for approval in accordance with the Section 16050 and with the additional requirements as specified for each: A. Shop Drawings. Information on the following shall be submitted for approval. 1. 2. 3 Catalog cuts of receptacles and faceplates. Catalog cuts of snap switches 1 ow r.SRevised 10/08/03 Contract No. 38022 Page 266 of 321 Pages c I I t I 1 I II, I I E I I E 3. Catalog cuts of relays. 4. 5. Catalog cuts of photocell switches. Catalog cuts of time switches. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Mark each item in accordance with applicable reference standard. B. Ship each unit securely packaged and labeled for safe handling and to avoid dam- age. C. Store products in a secure and dry storage facility. PART 2 - PRODUCTS 2.1 ROCKER SWITCHES A. Specification grade. B. Rating: 1. Twenty amperes at 120-277 volts ac. 2. Horsepower-rated when used as disconnecting device for motor circuit. C. Body and base: Fully enclosed, white, fire-resistant, non-absorptive thermosetting phenolic compound, "Decora" style. D. Contacts: Silver alloy. E. Poles: Single-pole, double-pole, three-way or four-way as shown. F. Acceptable Manufacturers: Pass & Seymour Cat # 1221-G, Bryant Cat # 1221, and Hubbel Cat # 1221 -G. 2.2 RECEPTACLES A. Specification grade. B. C. Rating: 20 amperes (2 pole, 3 wire) at 125 volts or as shown. Base and body: white, fire-resistant, non-absorptive thermosetting phenolic com- pound, "Decora" style. D. Outlet: Single, duplex, or quadruplex as shown. E. For use in restrooms, wash rooms and outdoor locations: NEMA 5-20R and equipped with solid-state ground-fault circuit interrupter with five-milliampere trip level. @Revised 10/08/03 Contract No. 38022 Page 267 of 321 Pages F. Acceptable Manufacturer: Pass & Seymour, Hubbell, Leviton, Bryant or Approved Eaual. 2.3 PLUGS: 1 A. B. Plugs shall exactly match respective receptacles as indicated. Acceptable Manufacturers: Pass & Seymour Cat # 5362ALA, Bryant Cat # 5362, and Pass & Seymour Cat # 5362 2.4 COVER PLATES A. Wall plates: 1. NEMA WD1 , suitable for specified receptacles and switches, size suitable for recess-mounted or surface-mounted associated outlet box as shown. For use in indoor office areas: White plastics with satin finish device cover plates. 2. 3. For indoor service areas and electrical rooms: Stainless steel, as standard with the manufacturer. For outdoor areas: Cast-aluminum plate shall be installed with a hinged outlet cover/enclosure clearly marked ‘Suitable For Wet Locations While In Use” and “UL Listed.” There must be a gasket between the enclosure and the (111 mounting surface, and between the hinge cover and mounting plate/base to 4. a assure proper seal. Screws shall be machine types in a color to match the finish of the plate. Sec- 5. tional type device plates shall not be used. B. Acceptable Manufacturers: Pass & Seymour, Hubbell, Leviton, Bryant or Approved I 2.5 LIGHTING CONTACTORS 3 Equal. A. EMA ICs 2, UL 508, electrically held, equipped with silver-alloy contacts, designed to control incandescent, tungsten, halogen, fluorescent, or high-intensity discharge lamp loads. Number of poles: As shown. Continuous current rating: As shown. Line and load voltage: 120-volt single-phase as shown. Control coil rated 120 volts, or as shown on the drawings. 120-volt control transformer fused on secondary and primary as required. 1 I B. C. D. E. F. f$ Revised 10/08/03 Contract No. 3 8 0 2 2 Page 268 of 321 Pages G. Control: 1. Heavy-duty, three-position selector switch with positions labeled HAND/OFF/AUTO for lights controlled by photoelectric cell. 2. ON-OFF push button for indoor lights. H. Enclosure: NEMA 1; fabricated from steel, cleaned, degreased, primed with zinc primer and finished with light-gray enamel color per ANSI. I. Acceptable Manufacturers: ASCO, Westinghouse, General Electric or Approved Equal. 2.6 PHOTOELECTRIC CONTROL A. UL 773, designed to respond to natural daylight with 15-second inherent delay to prevent functioning due to sudden bright light such as vehicle lights or lightning and to operate in ambient temperature from minus 5OoC to plus 6OoC. 6. Adjust to turn lights ON at two plus-or-minus one foot-candles, unless otherwise specified. ON to OFF ratio: One to three. C. Rating: 1,800VA at 120 volts or 277 volts, 60 Hertz, as shown. D. Contacts: 1. For control of outdoor lights: SPST, NC contact. E. Cells: Hermetically sealed. F. Enclosure: Weatherproof and tamperproof aluminum enclosure equipped with locking receptacle when mounted on fixture or designed for mounting on outlet box as shown and as necessary. G. Acceptable Manufacturer: Paragon, ALR or Approved Equal. 2.7 TIME SWITCHES A. Electronic seven-day calendar-dial time switch, UL-listed, heavy-duty type suitable for controlling type of lighting fixtures shown. B. Type: As shown, with contacts capable of switching continuous load of 20 or 40 amperes per pole at 277 volts as necessary. C. Seven-day dial with day and night zones and 24-hour calibration for each day clearly marked. D. Provides up to four automatic ON/OFF operations each day. E. Removable ON/OFF trippers designed for minimum ON period of one hour and minimum two-hour period between one OFF operation and next ON operation. I GRevised 10/08/03 Contract No. 3 8 02 2 Page 269 of 321 Pages F. G. H. I. J. K. L. Provision for manual ON and OFF operation of switch by hand without disturbing weekly preset schedule. Provision for omitting operation of switch on selected days. Battery reserves power suitable for operation of switch for 16 hours minimum after failure of power. On restoration of power, switch transfers to synchronous motor drive and automatically recharges battery. Terminals designed to accommodate up to 8AWG conductor cable. Operation at 120 volts, 60 Hertz as shown. Enclosure: 1. NEMA 1, steel, surface-mounted. 2. 3. Hinged flush front door with catches and spring-loaded door pull. Finish: Metallic surfaces cleaned and degreased, primed with zinc primer and finished with one coat of light-gray enamel, ANSI 255.1, Color 61; minimum dry-film thickness, two mils. Acceptable Manufacturer: Paragon or Approved Equal. 1 1 1 1 I 1 I I J PART 3 - EXECUTION 3.1 INSTALLATION A. Install switches, receptacles, lighting contactors, photoelectric controls and time 1 I switches as shown and in accordance with referenced codes. All devices shall be in- stalled plumb and square. Recessed boxes shall be flush with finished surfaces so that plates are in contact with the finished surface all around. 3 B. C. Install coverplates on all switches and receptacles. Install coverplates with gasket spring-loaded covers, on each receptacle in outdoor locations. Make power cable connections to snap switches, plugs, time switches, photoelectric D. P controls, receptacles, and lighting contactors by means of integral mechanical con- nectors. If such items are not furnished with integral mechanical connectors, make connections using compression connectors in accordance with Section 161 30. E. Apply matching touch-up paint as necessary. F. Make all connections to light switches and receptacles in the rear clamp/back holes, not under the screw type terminals. e= %#Revised 10/08/03 Contract No. 38022 Page 270 of 321 Pages 3.2 FIELD QUALITY CONTROL A. General. Perform the following in the presence of the Resident Engineer: 1. Test time switches, receptacles and contactors for connection in accordance with wiring diagram and to prove that power is available, correctly polarized and grounded. 2. Test equipment enclosure for continuity to grounding system. 3. Check tightness of all cable connections of snap switches, receptacles, time switches, lighting contactors, photoelectric controls, limit switches. 4. Test operations of circuits and controls of switches, receptacles and contac- tors. 5. Test each receptacle having ground-fault circuit protection to assure that the ground-fault circuit interrupter will not operate when subjected to a ground- fault current of less than 4 milliamperes and will operate when subjected to ground fault current exceeding 6 milliamperes. Perform tests using an instru- ment specifically designed and manufactured for testing ground-fault circuit in- terrupters. For applications, shown on plans, where GFI receptacle provides GFI protection to downstream receptacle apply the test to the receptacle, which is the greatest distance from the ground-fault interrupter. “TEST” button operation will not be acceptable as a substitute for this test. END OF SECTION em P.#Revised 10/08/03 Contract No. 38022 Page 271 of 321 Pages SECTION 16425 -LOW VOLTAGE SWITCHBOARDS PART 1 - GENERAL 1.1 DESCRIPTION 1 A. This section includes low voltage switchboard (600 Volts and under). B. Types of switchboards specified in this section include the following: 1. Dead-Front Distribution. I a. Circuit-breaker switchboards. C. Related Work Specified Elsewhere: 1. Basic Electrical Requirements: Section 16050. 2. Wire and Cable (600 Volt and below): Section 16120. 1 3. 4. Overcurrent Protective Devices: Section 16475. Electrical Field Acceptance Test: Section 16950. 1.2 QUALITY ASSURANCE A. Codes, Regulations, Reference Standards and Specifications: 1 . Relevant Codes, Regulations and Reference Standards listed in Specification Section 16050. 2. 3. All components shall be the product of a single manufacturer. Manufacturer’s Qualifications: Firm regularly engaged in the manufacturer of Switchboards of types, sizes and capacities required and whose products have been in satisfactory use in similar service for not less than 5 years. 3 4. Installer’s Qualifications: Firm with at least 5 years of successful installation experience on projects utilizing switchboard units similar to that required for this projects. 1.3 SUBMITTALS 1 I Submit the following in accordance with Section 16050 and with additional requirements or specified for each: A. 3 Product Data: Submit manufacturer‘s data on switchboards including, but not limited to, voltages, number of phases, frequencies, and short circuit and continuous current ratings. Provide application data for main and branch circuit-breakers, sections, main buses, and basic insulation levels. %@Revised 10/08/03 Contract No. 3 8 02 2 Page 272 of 321 Pages 1- I D c I I@ I I I E I I B. Shop Drawings: Submit layout drawings of switchboards showing accurately scaled . basic equipment sections including auxiliary compartments, section components, and combination sections. C. Utility Company : The manufacturer of the Switchboard shall submit four copies of the Shop Drawings to the Meter and Tests Department of Utility Company (SDG&E, SCE, DWP) prior to fabrication. One copy will be returned to the manufacturer with approv- als or corrections as needed. This will assure the manufacturer of furnishing Switchboard to the customer which will be suitable with respect to service require- ments and the method of service connection to Utility Company (SDG&E, SCE, DWP) facilities. D. Wiring Diagrams: Submit wiring diagrams for switchboards showing connections to electrical power feeders and distribution branches. Differentiate between portions of wiring that are manufacturer-installed and portions that are field-installed. E. Coordination Study: Submit short circuit calculations and coordination study and relay setting. F. Factory Testing: Submit design tests or certified copies of test reports on identical units performed for each type and rating of circuit breaker as assembled in its com- plete switchgear or switchboard unit including bus compartment. G. Operation and Maintenance Manual: Submit operation and maintenance manual in accordance with Section 16050. H. For additional submittal requirements see Section 16050. 1.4 DELIVERY, STORAGE, AND HANDLING A. Ship each unit securely packaged] braced and labeled for safe handling in shipment and to avoid damage and distortion. 6. Temporary Bracing: Where necessary] brace switchboard for hoisting, lowering and skidding into position. Label temporary internal bracing: TEMPORARY-REMOVE BEFORE OPERATION. C. Protection Against Concealed Damage: Include within shipping container mechanical impact recorder of rating recommended by manufacturer for shipment by railroad and submit impact record chart with manufacturer’s instructions for disposition of dam- aged material. D. Assembly for Shipment: 1. Design enclosures to permit lifting by jacks or slings and moving horizontally on rollers or skidding in any direction. 2. Maximum dimensions of shipping sections to be coordinated with dimensions of access hatches, corridors and doors to ensure shipping dimensions will al- low movement of the switchboard through the structure without damage to equipment or structure or undue difficulty. Revised 10/08/03 Contract No. 3 8 0 2 2 Page 273 of 321 Pages 3. Removable circuit breaker elements packaged separately. 4. For shipping splits, interconnecting wiring shall be coiled on one side of ship- ping split with matching terminal blocks on other side of split. Wiring and ter- minal block points shall be identified for reconnection. Store switchboard equipment in original packaging and protect from weather and construction traffic. Wherever possible, store indoors; where necessary to store out- doors, store above grade and enclose with watertight wrapping. E. F. Handle switchboard equipment carefully to prevent physical damage to equipment and components. Remove packaging, including the opening of crates and containers, avoiding the use of excessive hammering and jarring which would damage the elec- trical equipment contained therein. Do not install damaged equipment; remove from site and replace damaged equipment with new at no additional cost to the owner. 1.5 SEQUENCING AND SCHEDULING A. Schedule delivery of switchboard equipment which permits ready building ingress for large equipment components to their designated installation spaces. Coordinate de- livery of equipment with the installation of other building components. B. Coordinate the size and location of concrete equipment pads. Cast anchor bolt inserts into pad. C. Coordinate with other electrical work including raceways, electrical boxes and fittings, and cabling/wiring work, as necessary to interface installation of switchboards with other work. 1.6 OPERATION AND MAINTENANCE MANUAL A. Per the requirements of specification section 16050 and 16060. 1.7 MANUFACTURER A. Square D, GE, Westinghouse/Cutler-Hammer, Siemens. PART 2 - PRODUCTS 2.1 SWITCHBOARD STRUCTURE A. General: Except as otherwise indicated, provide switchboards and ancillary compo- nents of types, sizes, characteristics, and ratings indicated, which comply with manu- facturer's standard design, materials, components, and construction in accordance with published product information, and as required for complete installation. B. AC Dead-Front Distribution Switchboards: Provide factory-assembled, dead-front (front accesdrear aligned or front access/front and rear aligned),metal-enclosed, self supporting secondary power switchboards, of types, sizes, electrical ratings and char- acteristics indicated; consisting of vertical panel units, and containing circuit- breakers of quantities, ratings and types indicated. Provide copper main bus and con- nections to circuit breaker branches of sufficient capacity to limit rated continuos current operating temperature rise of no greater than 65 deg C above average am- P 1 GRevised 10/08/03 Contract No. 3 8022 Page 274 of 321 Pages I bient temperature of 30 deg C; with main bus and tap connections tin plated and bolted tightly according to manufacturer’s torquing requirements for maximum con- ductivity. Brace bus for short-circuit stresses up to maximum interrupting capacity of 65,000 AIC. Provide accessibility of line and load terminations from front of switchboard. Provide mimic bus on front of each switchboard; prime and coat switchboard with manufacturer’s standard finish and color. Equip units with built-in lifting eyes and yokes; and provide vertical individual panel units, suitable for bolting together at project site. Construct switchboard units for the following environment: 1. 2. Installation: Indoors, NEMA Type 1. Installation: Indoors, NEMA Type 12. 3. Installation: Outdoors, NEMA Type 3R. C. Enclosures: Construct dead-front switchboards, suitable for floor mounting, with front cabling/wiring accessibility, and conduit accessibility as indicated. Provide welded steel channel framework; hinge wireway front covers to permit ready access to branch circuit-breaker load side terminals. Coat enclosures with manufacturer’s stan- dard corrosive-resistant finish. D. Busing: Provide switchboard busing with sufficient cross-sectional area to fulfill UL 891 pertaining to temperature rise. Construct through-bus of tin-plated copper with ampacity rating of 1200 A and above, and with interrupting rating of 65,000 AIC. All feeder sections shall include full height vertical bussing. E. The entire switchboard shall be fabricated and installed in strict accordance with the serving Utility Company standards, in particular front clearances and device mounting heights above the finished floor, etc. Any and all corrections required after fabrication and/or installation shall be by the Contractor at his expense. 2.2 UNDERGROUND PULL SECTION The enclosure of the Underground Pull Section shall meet the requirements of Article 2.1 above. The size and physical location of the Pull Section will be subject to approval by SDG&E. Pull Sections that require 2, 3” or 4” conduits must allow minimumof 3 feet clear . and level working space in front of the section. Pull Section requiring 5” conduit must allow a minimum of 6 feet clear and level working space in front of the section. All removable panels and covers to compartments used for routing unmetered conductors shall be sealable and sealed by SDG&E. The size of the Pull Section shall be as required by SDG&E. 2.3 METER SECTION The enclosure of the Meter Section shall meet the requirements of Article 2.1 above. The Meter Socket shall be mounted at a height not more than 6 feet 3 inches or less than 3 feet above the standing surface. These heights are measured to the center line of the meter. All buses shall be copper and the bus size and arrangements shall meet the requirements of SDG&E, as detailed in SDG&E’s Service Guide. The current transformer shall be located on the upstream side of the main circuit breaker and shall be sized per SDG&E’s requirements. I <?Revised 10/08/03 Contract No. 38022 Page 275 of 321 Pages 2.4 MAIN CIRCUIT BREAKERS Except as otherwise indicated, provide main circuit breakers and ancillary components, of types, sizes, ratings and electrical characteristics indicated, which comply with manufac- turer's standard design, materials, components, and construction in accordance with pub- lished product information, and as required for a complete installation. A. Air Power Circuit Breakers: Provide factory-assembled, electronically operated, low-voltage air circuit breakers, 600VAC,60 Hz, 3-phaseI 3-wire, envelope size rating of ( ) amps; frame size rating of ( ) amps,l00 percent equipment rated, continuous current rating of ( ) amperes, 65,000 RMS symmetrical amperes interrupting capacity rating; and with 24-volts clos- ing relays for operating breakers. Provide bolted type stationary-mounted breaker elements. Construct with ground-fault protection devices as integral part of breakers, with delay of 0.21 seconds at 225 amperes. Construct breaker with solid state over- current trip devices; and equip circuit breakers with solid-state controls and program- ming units possessing the following operating features: 1. Adjustable current setting. 2. Adjustable long-time pickup and delay. 3. Adjustable short-time pickup and delay. I 4. Adjustable instantaneous pickup. 5. Adjustable ground fault pickup. 6. Overload and short circuit trip indicators. 7. Local and remote target indication. 8. Circuit Breaker Accessories: Provide the following air circuit breaker accessories: a. Shunt trip. b. Undervoltage release. C. Bell alarm with lockout. d. Auxiliary contacts. e. Enclosure-mounted interlock. 9. The Air Power Circuit Breaker shall be Westinghouse DSL series or equal. B. Insulated Case Circuit Breakers: Provide factory-assembled, electronically operated, insulated case circuit breakers, 600 VAC, 60 Hz, 3-phaseI 3-wire, back connected, envelope size rating ( ) amperes, 3 d QRevised 10/08/03 Contract No. 3 8022 Page 276 of 321 Pages - c I frame size rating of ( ) amperes, 100 percent equipment rated, continuous current rating .... amperes, 65,000 AIC rating. Provide draw-out breaker elements with NEMA Type 1 general purpose enclosures. Construct with ground-fault protection sensors as integral part of breakers, with delay 0.21 seconds at 400 amperes. Equip circuit breakers with solid-state controls and programming units possessing the following operating features: 1. Adjustable current, long time delay. 2. Adjustable intermediate delay. 3. Ground-fault pickup and delay. 4. Adjustable instantaneous pickup. 5. Short time pickup and delay. 6. Overload, short-circuit and ground-fault target indicators. 7. Local and remote target indication. 8. Circuit Breaker Accessories: Provide the following insulated case circuit- breaker accessories: a. Shunt trip. b. Undervoltage release. C. Bell alarm with lockout. d. Auxiliary contacts. e. Enclosure-mounted interlock. 9. The Insulated Case Circuit Breaker shall be Westinghouse SPB series or equal. 2.5 FEEDER CIRCUIT BREAKERS A, Molded-Case Circuit Breakers: Provide factory-assembled, molded-case circuit breakers of sizes indicated and rated for 65,000 AIC. Provide breakers with permanent thermal and instantaneous mag- netic trips in each pole, and with fault-current limiting protection, ampere ratings as indicated. Construct with overcenter, trip-free, toggle-type operating mechanisms with quick-make, quick-break action and positive handle trip indication. Provide push-to- trip button on enclosure cover for mechanically tripping circuit breakers. Construct breakers for mounting and operating in a physical position and operating in an ambi- ent temperature of 40 degree C. Provide breakers with mechanical screw type re- movable connector lugs, AUCU rated. Circuit Breaker Accessories: *m fSRevised 10/08/03 Contract No. 38022 Page 277 of 321 Pages 2.6 2.7 Provide the following a. Shunt Trip. molded-case breaker accessories: b. Auxiliary Contacts. C. Alarm Switch. d. Undervoltage trip. 6. Current-Limiting Circuit Breakers: Provide molded-case current-limiting circuit-breaker rated ( ) amperes, 480 volts, 60 Hz, 3-pole, with interrupting rating of 65,000AIC. Select breakers with common trip, and thermal-magnetic circuitry with independently operating limiter elements in series with each pole which automatically resets after circuit interruptions. provide limiters with let-through current range of ( ) amperes. Construct with overcenter, trip-free toggle-type mechanism with quick-make, quick-break action and positive handle indi- cation. Provide current-limiting breakers with permanent trip units containing individ- ual thermal and magnetic trip elements in each pole. Calibrate trip elements for 40 degree C ambient temperature. Select circuit breakers with mechanical screw type lugs for use with copper conductors. C. Solid-state Trip Circuit Breakers: Provide solid-state trip circuit breakers rated ( ) amperes, 480 Volts, 60 Hz,.3 pole with interrupting rating of 65,000 AIC. Construct breakers with temperature setting ad- justment knobs for changing current carrying capability of units and with ground-fault protection components with external neutral current transformer (CT). Provide elec- tronic components for timing and monitoring internal currents and for initiating auto- matic tripping action. Construct with trip-free mechanisms and with positive handle in- dication. Provide push-to-trip button on cover for mechanical tripping circuit breakers. Construct breakers for mounting in any physical position and operating in an ambient temperature of 40 degree C. Select breakers with mechanical screw type removable connectors, AUCU rated. SUB-METERING Provide metering compartments for CT's, PT's and instrument transfer switches, and connect meters for sequence metering. Mount meters recessed in front doors and install meter wiring and lacing with sufficient flexibility at hinged edge of meter front mounting plates to prevent damage. GROUND FAULT PROTECTORS Provide solid-state ground-fault protection units of types, and ratings indicated, equip with static relays, sensors, pilot lights and push-buttons for fault indication and reset, include fuse blocks, fuses and control power transformers. Provide break system for grounds which operates at 120-volts. em \#Revised 10/08/03 Contract No. 3 8022 Page 278 of 321 Pages 2.8 MONITORING (OPTIONAL) I r. Provide a microprocessor based monitoring and protective device that will provide complete electrical metering and system voltage protection. The system will monitor phase currents, phase voltage, watts, vars, powerfactor, frequency, watt demand and watt hours. The device shall be Westinghouse IQ Data Plus II or equal. 2.9 ACCEPTABLE MANUFACTURERS Westinghouse, General Electric, Square D, or Siemens. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions under which switchboards and components are to be installed, and notify the Engineer in writing of conditions detrimental to proper com- pletion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Owner. 3.2 INSTALLATION OF SWITCHBOARDS A. Install switchboards as indicated, in accordance with manufacturer’s written instruc- tions, and with recognized industry practices; complying with applicable requirements of NEC and NEMA and as follows: 1. All switchboard sections shall be anchored to the channel iron base and shall meet the earthquake requirements for Seismic Zone 4. 2. Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer’s published torque tightening values for equip- ment connectors. Where manufacturer’s torquing requirements are not indi- cated, tighten connectors and terminals to comply with tightening torques specified in UL Stds 486 A and B, and the’ National Electrical Code. 3. Make power cable and control wire connections as shown. 4. Make grounding connections as shown. 5. Arrange with Utility Company (SDG&E, SCE, DWP) for providing service to the switchboard and coordinate incoming service termination details. B. Manufacturer’s Engineering Representative: 1. Arrange for assistance of manufacturer’s engineering representative during field assembly, installation and adjustment of substation equipment. Initial energizing of each switchboard to be under guidance of manufacturers’ engineering representative who will advise Client personnel on step-by-step procedure. 2. 4- \@Revised 10/08/03 Contract No. 3 8 022 Page 279 of 321 Pages 3.3 FIELD QUALITY CONTROL A. Field Inspection: 1. Check all accessible connections to manufacturer's torque tightening specifi- cations. Check phase-to-phase and phase-to-ground insulation resistance levels to ensure requirements are fulfilled. 2. 3. Check switchboards for electrical continuity of circuits, and for short-circuits. . 4. Conduct field inspection at each switchboard to ensure proper operation of equipment provided. 5. Ground-fault system: a. Inspect for physical damage and compliance with approved shop drawings. verify location relative to sensors of main neutral-to-ground bus disconnect link and avoidance of multiple ground connections. b. Inspect control power transformer to ensure adequate capacity for sys- tem. C. Inspect zero sequence system for symmetrical alignment of core bal- ance transformers about current-carrying conductors. d. Verify by device operation, ground-fault device circuit nameplate identi- fication. 6. For additional requirements: See Section 16050, Article 3.3A I 1 B. Field Testing: 1. 2. Furnish all equipment required to perform tests. Provide services of manufacturer's engineering representative and supporting field crew for a period not less than three man-days. Conduct tests in the presence of the Engineer. For each item, submit for approval and perform ap- proved tests including, but not limited to, those specified. Perform insulation resistance test of 60 second duration in accordance with the following requirements: a. Test Voltage: Voltage Rating Test Voltage 150-600 volts 1,000 volts 601 -5,000 volts 2,500 volts Above 5,000 volts 5,000 volts Insulation resistance: kV rating plus one megohm but not less than minimum value recommended by manufacturer. I 4 3. b. C. Do not perform dielectric withstand test unless insulation resistance is equal to or greater than minimum value specified. <?Revised 10/08/03 Contract No. 38022 Page 280 of 321 Pages I 4. Ground-fault system. I I t r. a Insulation resistance: remove neutral-ground disconnect link and measure system neutral insulation resistance to ensure that no shunt ground paths exist. System neutral insulation to be 10,000 ohms mini- mum, preferably one megohm or greater. Reinstall link. b. Determine relay pickup current by primary injection at sensor and op- eration of current interrupting device. Pickup current to be within ten percent of device setting. c. Test relay timing by injecting 150 percent and 300 percent of pickup current into sensor. Relay timing to be within manufacturer’s published time-current characteristic curves. d. Test zone interlock system by simultaneous current injection and moni- toring zone blocking function. 5. Proof of compliance: a. If testing indicates failure to comply with specified requirements, re- place, correct or modify equipment so that it does comply. b. Conduct additional tests witnessed by the Engineer to prove compli- ance with specified requirements. C. Field testing personnel. 1. Provide services of qualified manufacturer’s engineering representative to per- form specified field testing program. 2. When more than one representative is involved, the Contractor is responsible for coordination of testing effort. 3. Provide engineers, technicians and journeymen as necessary to set up and implement testing. D. Independent testing agency: See Section 16050, Article 3.38. E. Test reports: See Section 16050, Article 3.3C. F. Failure to meet test: See Section 16050, Article 3.3D. 3.4 ADJUSTING AND CLEANING A. Adjust operating mechanisms for free mechanical movement. B. Touch-up scratched or marred surfaces to match original END OF SECTION {JRevised 10/08/03 Contract No. 38022 Page 281 of 321 Pages SECTION 16450 - GROUNDING AND BONDING PART 1 - GENERAL 1.1 DESCRIPTION I A. Extent of electrical grounding and bonding work is indicated by the drawings and schedules and as specified herein. Grounding and bonding work is defined to en- compass systems, circuits, and equipment. Type of electrical grounding and bonding work specified in this section includes the following: 1. Solidly grounded. B. 1 C. Applications of electrical grounding and bonding work in this section includes the following: 1. Electrical power systems. 2. Grounding electrodes. 3. Raceways. 4. Service equipment. 5. Enclosures. 6. Equipment. 7. Lighting standards. 8. Landscape lighting. 9. Signs. D. Related work specified elsewhere: 1. 2. 3. 4. Basic Electrical Requirements: Section 16050 Wire and Cables (600 Volts and below): Section 161 20 Low Voltage Switchboard (Below 600 Volts): Section 16425 Circuit Breakers, Panelboards and Loadcenters: Section 16470 1.2 QUALITY ASSURANCE A. Codes, Regulations, Reference Standards and Specifications: 1 U I 1 1 I I I Revised 10/08/03 Contract No. 3 8 0 2 2 Page 282 of 321 Pages I 1. Relevant Codes, Regulations and Reference Standards listed in Specification Section 16050 Manufacturer’s Qualifications: Firms regularly engaged in manufacture of grounding and bonding products, of types, and ratings required, and ancillary grounding materi- als, including stranded cable, copper braid and bus, grounding electrodes and plate electrodes, and bonding jumpers whose products have been in satisfactory use in similar service for not less than 5 years. B. C. Installer’s Qualifications: Firm with at least 3 years of successful installation experi- . ence on projects with electrical grounding work similar to that required for project. I m I I E I I I I r. I D. . Codes and Standards: 1. Electrical Code Compliance: Comply with applicable local electrical code re- quirements of the authority having jurisdiction, and NEC as applicable to elec- trical grounding and bonding, pertaining to systems, circuits and equipment. 2. UL Compliance: Provide grounding and bonding products which are UL-listed and labeled for their intended usage. 2. IEEE Compliance: Comply with applicable requirements and recommended installation practices of IEEE Standards 80, 81, 141 and 142 pertaining to grounding and bonding of system, circuits and equipment. 1.3 SUBMITTALS Submit the following for review and comments and in accordance with Section 16050. A. Manufacturer’s data on grounding and bonding products and associated accessories, including ground rods, bare copper conductors, and exothermic welding materials. B. Certification. 1. Certified test reports verifying that ground resistance of each ground grid when installed and each ground bus when connected to the ground grid does not exceed specified values per Article 3.8 of this Section. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Ship each unit securely packaged and labeled for safe handling and to avoid dam- age. B. Store equipment in secure and dry storage facility. 1.5 ACCEPTABLE MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering grounding and bonding products which may be incorporated in the work in- clude, both are not limited to, the following: QRevised 10/08/03 Contract No. 3 8022 Page 283 of 321 Pages 3 a B. Manufacturers: Subject to compliance with requirements, provide grounding and bonding products of one of the following (for each type of product): 1. 2. Burndy Corporation. I] 3. Cadweld Div; Erico Products Inc. I 1 Adalet-PLM Div; Scott Fetzer Co. 4. Crouse-Hinds Div; Cooper Industries. 5. Ideal Industries, Inc. 6. Okonite Company. 7. 8. Thomas and Betts Corp. OZ Gedney Div; General Signal Corp. PART 2 - PRODUCTS 2.1 2.2 2.3 GENERAL Y Except as otherwise indicated, provide electrical grounding and bonding systems indicated; with assembly of materials, including, but not limited to, cables/wires, connectors, solderless lug terminals, grounding electrodes and plate electrodes, bonding jumper braid, surge +I arresters, and additional accessories needed for a complete installation. Where more than one type component product meets indicated requirements, selection is Installer's option. Where materials or components are not indicated, provide products, which comply with NEC, UL, and IEEE requirements and with established industry standards for those applications indicated. GROUND RODS I A. Grounding electrode conductors: 1 I Steel with copper jacket, 3/4-inch diameter as shown, by 10 feet long. GROUNDING CONDUCTOR 1. Insulated or bare conductor, as shown, in accordance with the following: a. Insulated conductor: As specified in Section 161 20 for single- conductor cable. t b. Bare conductor: Section 1 61 20. 2. Size: - a. For use in ground grid and for connecting of ground grid to groun w I d bus: 4- P'SRevised 10/08/03 Contract No. 38022 Page 284 of 321 Pages I I I I I I P I I B I I I I I I I 1 '. I. 2.4 2.5 2.6 2.7 410 AWG. b. For connection of ground bus in communication rooms to main ground bus in ac switchboard rooms: 2/10 AWG. C. For other grounding electrode conductors: In accordance with NEC Table 250-94. B. Equipment grounding conductor: 1. Sized in accordance with NEC article 250-95 unless otherwise shown as over- sized. 2. Insulated equipment-grounding conductor: Single-conductor cable as speci- fied in Section 161 20. 3. Bare equipment grounding conductor integral with multiple-conductor cable: Section 161 20. TERMINAL LUGS A. B. For 410 AWG and smaller conductors: Copper compression terminal lugs. For 250 kcmil and larger: Long barrel, copper, double-compression terminal lugs. JUMPERS Copper braided or leaf-type flexible jumper, size as necessary. ELECTRICAL GROUNDING CONNECTION ACCESSORIES Electrical Grounding Connection Accessories: Provide electrical insulating tape, heat- shrinkable insulating tubing, welding materials, bonding straps, as recommended by acces- sories manufacturers for type service indicated. FIELD W ELDlNG Field Welding: Comply with AWS Code for procedures, appearance, and quality of welds; and for methods used in correction welding work. Provide welded connections where grounding conductors connect to underground grounding and plate electrodes. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions under which electrical grounding and bonding connec- tions are to be made and notify Contractor in writing of conditions detrimental to proper completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. GRevised 10/08/03 Contract No. 38022 Page 285 of 321 Pages 3.2 INSTALLATION OF ELECTRICAL GROUNDING AND BONDING SYSTEM A. General: Install electrical grounding and bonding systems and applicable portions of NEC, NECA’s “Standard of Installation”, and in accordance with recognized industry practices to ensure that products comply with requirements. B. Coordinate with other electrical work as necessary to interface installation of electrical grounding and bonding system work with other work. C. Weld grounding conductors to underground grounding electrodes. D. Ground electrical service system neutral service entrance equipment to grounding electrodes. E. Ground each separately derived system neutral to: 1. 2. Effectively grounded metallic water pipe. Effectively grounded structural steel columns as shown. 3. Separate concrete encased grounding made electrodes. 4. Ground rods. F. Provide separate 100% rated green ground conductor for each and every branch circuit or group of branch circuits and for each equipment branch circuit. Ground con- ductor shall be sized in schedules. G. Terminate feeder and branch circuit insulated equipment-grounding conductors with grounding lug, bus or bushing. H. Connect grounding electrode conductors to 1 -inch diameter, or greater, metallic cold water pipe using a suitable sized ground clamp. Provide connection to flanged piping at street side of flange. I. Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer’s published torque-tightening values for connectors and bolts. Where manufacturer’s torquing requirements are not indicated, specified in UL 486A to assure permanent and effective grounding. J. Install braided type bonding jumpers with code-sized ground clamps on water meter piping to electrically bypass water meters. K: Route grounding connections and conductors to ground and protective devices in shortest and straightest paths as possible to minimize transient voltage rises. L. Apply corrosion-resistant finish to field-connections, buried metallic grounding and bonding products, and places where factory applied protective coatings have been destroyed, which are subjected to corrosive action. 1 I I 1 em e#Revised 10/08/03 Contract No. 38022 Page 286 of 321 Pages I M. Install clamp-on connectors on clean metal contact surfaces, to ensure electrical conductivity and circuit integrity. N. Waterproof Sealant: Use Kearney “Aqua Seal” mastic sealant on all below grade clamp or compression type connections. 0. Grounded non-current carrying metal parts of electrical equipment enclosures, frames, conductors raceways or cable trays to provide a low impedance path for line- to-ground fault current and to bond all non-current carrying metal parts together. P. In every receptacle and switch outlet box the green insulated grounding conductor(s) shall be spliced together. A separate green insulated bonding jumper shall be pro- vided from the splice to the box body, with attachment using a tapped 10-32 X 3/8” long machine screw. At receptacles, an additional green insulated bonding jumper shall be provided from the splice to the receptacle ground screw (even with self- grounding receptacles). 3.3 EQUIPMENT GROUNDING CONDUCTORS. Provide insulated 100% rated equipment grounding conductors for all feeders and branch operating at 50 volts or greater. circuits 3.4 GROUNDING OF SERVICE EQUIPMENT A. Ground in accordance with NEC. B. Ground enclosure and ground bus in switchgear, switchboard, motor control center or panelboard to ground bus provided in substation or room using insulated grounding electrode conductor. C. Install copper bonding jumper between neutral and ground bus as shown. 3.5 GROUNDING FOR PERSONNEL SAFETY A. In substations, electrical and mechanical rooms, bond exposed metallic structures, motor frames, ac equipment enclosures, etc., to local ground bus, using minimum of # 6 AWG insulated grounding conductor. B. Bond elevator motor frames, ac equipment enclosures and metallic structures to equipment grounding conductor in ac power feeder. Where feasible, supplement such grounding by a connection to the ground grid using 1/0 AWG insulated ground- ing conductor. C. Bond metallic ladders, stairs and handrail (where shown) to local ground bus, using insulated grounding conductor # 6 AWG minimum. D. Bond and ground exposed metallic structures in open areas to separate grounding electrode in accordance with the following requirements: em+ fSRevised 10/08/03 Contract No. 38022 Page 287 of 321 Pages 1. Light standards: Bond and ground each light standard to separate 3/4 inch diameter by 10-foot long ground rod, with two-foot separation from footing, us- ing 6AWG insulated grounding conductor. Railings alongside fences: Bond and ground fence to 314 inch diameter by 10- foot long ground rod, buried with top two feet below grade, at approximate 50 foot intervals and at each end, with two-foot separation from fence post footing and other reinforced structure, using 4AWG insulated grounding conductor. For electrical continuity, where necessary, install flexible copper braided or leaf-type jumper or 4 AWG insulated grounding conductor. 2. E. Weld grounding connections exothermically to metallic structures, cable trough, hand railing and fence. 3.6 FIELD QUALITY CONTROL A. Upon completion of installation of electrical grounding and bonding systems, test ground resistance with ground resistance tester. Where tests show resistance-to- ground is over 2 ohms, take appropriate action to reduce resistance to 2 ohms, or less, by driving additional ground rods; then retest to demonstrate compliance. B. Grounding shall be in accordance with NFPA and ANSI C2, except that grounds and grounding systems shall have a resistance to solid earth ground not exceeding the following values: For grounding main substations, distribution substations and switching stations on primary distribution systems: Ohms 5000 kVA and above ................................................................................................. 3 31000 kVA to 5000 kVA ............................................................................................... 5 5 Below 1000 kVA ...................................................................................................... 10 For grounding other metal enclosures of primary voltage electrical and electrically operated equipment 10 For grounding secondary distribution systems (neutral) noncurrent carrying metal parts associated with distribution tems .......................................................................... 25 ........................................................................... I sys- 1 For grounding not covered above .............................................................................. 25 C. D. To meet resistance requirements, install additional ground rods. Test metallic conduit and raceways, equipment enclosures, metallic cable troughs, fences, hand railings, metallic structures and light standards for continuity to ground- ing system. Test resistance of connection between ground bus in communications rooms and ground bus in associated ac switchboard rooms and substations for resistance not to exceed one ohm. 1 E. @Revised 10/08/03 Contract No. 38022 Page 288 of 321 Pages I F. Ground Resistance Test: . I P 1. Grounding electrode resistance testing shall be accomplished with a ground resistance direct-reading single test meter utilizing the fall-of-potential method and two reference electrodes. Perform test prior to interconnection to other grounding systems. Orient the concrete-encased ground electrode to be tested and the two reference electrodes in a straight line spaces fifty (50) feet apart. Drive the two-reference electrodes five (5) feet deep. Test results shall be in writing, and shall show temperature, humidity and con- dition of the soil at the time of the tests. In the case where the ground resis- tance exceeds 2 ohms, Resident Engineer will issue additional instructions. 2. END OF SECTJON $3 Revised 10/08/03 Contract No. 3 8022 Page 289 of 321 Pages SECTION 16470 - CIRCUIT BREAKERS AND PANEL BOARDS PART 1 - GENERAL 1.1 DESCRIPTION A. This section specifies the furnishing, installing, connecting and testing of circuit breakers, panelboards and loadcenters. B. Related Work Specified Elsewhere: 1. Basic Electrical Requirements: Section 16050. 2. Raceways, boxes and cabinets: Section 161 10. 3. Wire and cable: Section 161 20. 4. 5. 1.2 QUALITY ASSURANCE Wire connection accessories: Section 161 30. Grounding and bonding: Section 16450. A. Codes, Regulations, Reference Standards and Specifications: 1. Relevant Codes, Regulations and Reference Standards listed in Specification Section 16050. 6. Source Quality Control: 1. Each item UL-listed. 1.3 SUBMITTALS Submit the following for approval in accordance with Section 16050 and with the additional requirements as specified for each: A. Shop drawings shall include but not be limited to the following: 1. Overall dimensions. 2. Maximum short-circuit bracing. 3. Circuit breaker type, interrupting rating, trip setting. 4. Circuit breaker size for connected loads and spares as indicated on plans. Branch circuit breaker arrangement shall match the panel schedule shown on contract drawings. 5. Required number of spaces as per plan. I 1 1 I U 1 1 I I R 1 @Revised 10/08/03 Contract No. 3 8 022 Page 290 of 321 Pages t a ! B. Certification. PRODUCT DELIVERY, STORAGE AND HANDLING 1.4 A. Mark each circuit breaker, panelboard and load center in accordance with the appli- cable reference standard. B. Ship each unit securely packaged and labeled for safe handling and to avoid damage or distortion. C. Store products in a secure and dry storage facility. 1.5 OPERATION AND MAINTENANCE MANUAL A. Per the requirements of specification sections 1 6050 and 16060. 1.6 MANUFACTURER A. Square D, GE, Westinghouse/Cutler-Hammer, Siemens. PART 2 - PRODUCTS 2.1 SPECIAL CONDITIONS A. Interchangeability: Components of the same type, size, rating, functional characteris- tics and make are to be interchangeable. B. Finish for enclosures for enclosed circuit breaker panelboards: 1. Clean and degrease metallic surfaces. 2. Prime with zinc primer. 3. Finish with one coat of light gray enamel per ANSI. 2.2 CIRCUIT BREAKERS A. NEMA AB1, molded-case, bolt-on, quick-make/quick-break, mechanically trip-free switching mechanism, with thermal trip for inverse time delay overcurrent protection and magnetic trip for instantaneous short-circuit protection. Frame size 225 am- peres and above equipped with interchangeable thermal trip and adjustable mag- netic trip unit. Designed to carry continuous rating in ambient temperature of 40 de- gree C with the following parameters as shown: 1. Number of poles. 2. Rated voltage. 3. Rated interrupting current. 4. Trip setting. q Revised 10/08/03 Contract No. 38022 Page 291 of 321 Pages 5. Frame size. 2.3 PANELBOARDS A. NEMA PB1, UL 67. B. Enclosure: I I 1. UL 50. 2. Code gauge galvanized steel, surface or flush mounted as indicated on floor plan. Sturdy, rigid chassis assembly shall assure accurate alignment of interior with panel front. Gutter space shall meet or exceed UL and NEC. 3. Type: a. Aboveground indoor locations and electrical rooms: NEMA 1. I b. C. Outdoor locations: NEMA 3R. Interior components mounted on backplate of reinforced steel for rigid support and accurate alignment. Provide flush-type IocWlatch handle in accordance with UL 50; screw fasten- ings will not be accepted in lieu of latch. Basement, Industrial locations, except electrical rooms: NEMA 12. 4. 1 5. I 6. Provision for enclosure grounding. 7. Provide two (2) keys for each panelboard. All panelboards shall be keyed alike. C. Busbars: 1. ASTM 6187. I i I 2. 98-percent-conductivity copper. 3. 4. Contact surface silver-plated or tin-plated. Rating of neutral and ground bus: Equal to that of phase bus, unless specifi- cally noted otherwise. Neutral bus mounted on insulating block. 5. 1 Q I 6. D. Incoming: 1. Neutral and ground bus equipped with integral mechanical connectors. Type of service: 120/240 volts as shown. @Revised 10/08/03 Contract No. 38022 Page 292 of 321 Pages I. I I I I 2. Type of main: Main lugs or circuit breakers or integrally fused circuit breakers as shown, conforming to requirements specified, located at top or bottom as necessary, 3. Branch circuit: Circuit breaker as shown, conforming to requirements speci- fied, with number of circuits as shown. Provide lighting contactor in panel- board where shown on drawings to control the main circuit breaker. 4. Circuit breaker: Trip device coordinated with that of upstream circuit breakers to provide selective tripping. 5. Suitable for service entrance where necessary and indicated. 6. Oversize Lug - Provide Oversize lug within panel enclosure as shown on drawings for special applications where feeder size is oversized to compen- sate for voltage drop. 7. All panelboards shall be fully rated to withstand the short circuit current avail- able. Series rated panelboards are not acceptable. 8. All panelboards shall be configured exactly as shown on the contract draw- ings. “Backfed main” arrangements are not acceptable. PART 3 - EXECUTION 3.1 INSTALLATION ,A. Install panelboards at locations shown, with bottom not less than 12 inches above floor. The top of panelboards shall not exceed 6’4” to center of highest circuit breaker handle. Where panelboards of varying sizes are mounted in the same room, the top edge of all panelboards shall be evenly aligned. B. Mount panelboards and load centers with fronts straight and plumb. Surface mounted panelboards shall be supported with four (4) 1/4” toggle bolts for dry wall and 1/4” bolts and inserts for concrete or masonry wall. C. When feeders serve more than one panelboard or panelboard section, install sepa- rate junction boxes or provide adequate gutter area for termination of feeders and bus taps. D. Connect branch circuit wires as shown. Connect neutral wire of branch circuit to neutral bar in panelboard. E. Make conduit connections in accordance with Section 161 10. F. Ground panelboards enclosures in accordance with Section 16450. Install bonding jumpers from grounding bushings on conduits entering panelboard cabinets to ground bus. G. Apply matching touch-up paint where necessary. 1 GRevked 10/08/03 Contract No. 38022 Page 293 of 321 Pages 3.2 3.3 H. DIRECTORY OF CIRCUITS A. Provide a minimum of 10% spare breakers in all panelboards. Furnish each panelboard with legibly printed circuit directory located on inside of enclosure. The directory shall match the panel schedule shown on the contract drawings. B. FIELD QUALITY CONTROL A. Furnish necessary equipment and perform the following tests: 1. Molded case circuit breakers: Perform pole-to-pole and pole-to-ground insula- tion resistance tests with 1,000 V. d.c. megger. Insulation resistance shall be 50 megohms minimum. 2. Panel boards: Perform insulation resistance tests of each bus section phase- to-phase and phase-to-ground for one minute using 1000 V megger. Insula- tion resistance to be not less than manufacturer's recommended minimum or two megohms minimum. 3. Test circuit connections in accordance with the wiring diagrams. 4. Test panelboard enclosures for continuity to grounding system. 5. Check cable connections to circuit breakers and fused switch units for tight- ness. 6. Check setting of adjustable magnetic trips for compliance with approved coor- dination study. Submit certified test reports. END OF SECTION \#Revised 10/08/03 Contract No. 38022 Page 294 of 321 Pages I I I I I I I I CI) I I I I I I I 1 1. I. SECTION 16520 - EXTERIOR LIGHTING PART 1 - GENERAL 1.1 1.2 1.3 DESCRIPTION A. This section specifies the requirements for all exterior lighting including but not limited to walkway lighting, site lighting, street lighting, outdoor sports field lighting, lighting poles flag pole lighting and signage lighting. 6. Related work specified elsewhere: 1. Basic Electrical Requirements : Section 16050. 2. Raceway Boxes: Section 161 10. 3. 4. 5. Wiring and Control Devices: Section 161 40. 6. 7. Wire and cable 600 volt and below: Section 161 20. Wiring Connection Accessories: Section 161 30. Grounding and Bounding: Section 16450. Interior Lighting: Section 1651 0 QUALITY ASSURANCE A. Codes, Regulations, Reference Standards and Specifications: 1. Relevant Codes, Regulations and Reference Standards listed in Section 16050. B. Manufacturer’s Qualifications: Firms regularly engaged in manufacture of exterior lighting fixtures of types and ratings required, where products have been in satisfac- tory use in similar service for not less than 5 years. C. Installer’s Qualifications: Firms with at least 3 years of successful installation experi- ence on projects with exterior lighting fixture work similar to that required for this pro- ject. SUBMITTALS A. Product Data: Submit manufacturer’s product data and installation instructions on each type of exterior lighting fixture and component as per the requirements of Sec- tion 16050. Data shall be sufficient to show conformance to specified requirements and shall include the following: 1. Luminaries (each type). 2. Poles, brackets and service basket. f3 .I Revised 10/08/03 Contract No. 38022 Page 295 of 321 Pages 3. Photocell switch. 4. Time Switch. 5. Lighting Contactor. 6. Control Panel Enclosure. B. Shop Drawings: 1. Luminaries: Submit fixture shop drawings in booklet form with separate sheets for each fixture, assembled in "luminaire type" alphabetical or numerical order, with proposed fixture and accessories clearly indicated on each sheet. Include dimensions, accessories and installation and construction details. Photometric data shall include zonal lumen data, average and minimum ratio. 2. Poles: Include dimensions, wind load determined in accordance with AASHTO LTS-1 , pole deflection, pole class and other applicable information. C. Wiring Diagrams: Submit control wiring diagrams for exterior lighting. D. Samples: Submit samples as requested. E. Illumination Data: Provide computerized horizontal illumination levels in foot-candles at ground level, taken every 10 feet which shows composite values of illuminance projected from the arrangement of light sources from indicated fixture locations and heights. Include average maintained foot-candle level and maximum/minimum ratio. Show on the graphic plots the locations, spacings and heights of luminaries. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver exterior lighting fixtures in factory-fabricated containers or wrappings, which properly protect fixtures from construction debris and physical damage. B. Store exterior lighting fixtures in original wrappings in a clean dry space. Protect from weather, dirt, fumes, water, construction debris, and damage. C. Handle exterior lighting fixtures carefully to prevent damage, breaking, and scoring. Do not install damaged fixtures or components; remove units from site and replace with new. 1.5 SEQUENCING AND SCHEDULING A. Coordinate with other electrical work including wires/cables, electrical boxes and fittings, and raceways, to properly interface installation of exterior lighting fixtures with other work. B. Sequence exterior lighting installation with other civil work to reduce possibility of damage and soiling of fixtures during remainder of construction period. e- +SRevised 10/08/03 Contract No. 38022 Page 296 of 321 Pages I I I I I I I I I, I t I I I I I I I. r. PART 2 - PRODUCTS 2.1 2.2 2.3 2.4 2.5 GENERAL A. Provide lighting fixtures, of sizes, types and ratings per fixture schedule; complete with, but not limited to, housings, lamps, energy efficient ballasts, starters and wiring. B. Provide lamps and ballasts per Section 1651 0. C. Wiring: Provide electrical wiring within fixtures suitable for connection to branch circuit wiring. Provide wiring per Section 161 20. LUMINAIRES A. Provide luminaries complete with lamps of the number, type and wattage indicated on fixture schedule. The details, shapes and dimensions are indicative of the general type desired, but, are not intended to restrict selection to luminaries of any particular manufacturer unless otherwise ‘noted. Luminaries of similar design and equipment, light distribution and brightness characteristics, and of equal finish and quality will be acceptable if approved. LIGHTING CONTACTOR A. NEMA ICs 2, electrically operated, mechanically held contactor rated as indicated. Provide enclosure conforming to NEMA ICs 6 for locations shown. Contactor shall have silver alloy double-break contacts and coil clearing contacts and shall require no arcing contacts. Provide contactor with hand-off-automatic selector switch. Contactor shall be hermetically sealed. Contactor to be UL Listed. TIME SWITCH A. Astronomic dial type arranged to turn “ON” at sunset, and turn “OFF” at predeter- mined time between 8:30 PM and 2:30 AM or sunrise, automatically changing the set- ting each day in accordance with seasonal changes of sunset and sunrise. Provide switch with automatically wound spring mechanism to maintain accurate time for a minimum of 15 hours following power failure. Provide time switch with a manual on-off bypass switch. Housing for the time switch shall be surface mounted, NEMA 1 enclo- sure conforming to NEMA ICs. Time switch to UL Listed. PHOTOCELL SWITCH A. Photocell switch to be hermetically sealed cadmium-cell with single-throw contact rated 1000 watts, 120 volts, and 60 hertz. Mount switch in a cast weatherproof alumi- num housing with swivel arm designed to mount at location shown. The switch shall turn on below 3 foot-candles and off at 3 to 10 foot-candles. A time delay shall pre- vent accidental switching from transient light sources. Mount a directional lens in front of the cell to prevent fixed light sources from creating a turnoff condition. Aim switch according to manufacturer’s recommendations. Photocell switch to be UL Listed. GRevised 10/08/03 Contract No. 38022 Page 297 of 321 Pages 3 2.6 SITE LIGHTING POLE A. Provide poles designed for wind loading of 100 miles per hour determined in accor- dance with AASHTO LTS-1 while supporting luminaries having effective projected ar- eas indicated. Poles shall be anchor-base type designed for use with underground supply conductors. 1. I 1 1 1 1 Aluminum Poles: Provide aluminum poles manufactured of corrosion resistant aluminum alloys conforming to AASHTO LTS-2 for Alloy 6063-T6 or Alloy 6005-T5 for wrought alloys and Alloys 356-T4 (33) for cast alloys. Provide a pole grounding connection designed to prevent electrolysis when used with copper ground wire. Steel Poles: Provide steel poles having minimum 11 -gauge steel with mini- mum yieldktrength of 36,000 psi and iron oxide primed factory finish. Provide a pole grounding connection designed to prevent electrolysis when used with copper ground wire. Brackets and Supports: Pole brackets shall be not less than 1-1/4 inch galva- nized steel pipe or aluminum as applicable secured to the pole. Slip-fitter or pipe-threaded brackets may be used but brackets shall be coordinated to the luminaries provided, and all brackets of esu with one type of luminaire shall be identical. Brackets for pole mounted streetlights shall be correctly positioned so that the luminaire is no lower than the mounting height indicated. Special mountings or brackets shall be as indicated and shall be of metal which will 1 2. 3. a U not promote galvanic reaction with the luminaire head. . Anchor Base Assemblies: Anchor bolts shall be steel rod having a minimum 4. yield strength of 36,000 psi; the top 12 inches of the rod shall be galvanized per ASTM. Anchor bases for steel poles shall be structural quality hot-rolled carbon steel plate having minimum yield strength of 36,000 psi. Anchor bases for aluminum poles shall be cast from aluminum alloy per ASTM. 1 PART 3 - EXECUTION 3.1 EXAMINATION 1 I X A. Examine areas and conditions under which lighting fixtures are to be installed, and substrate which will support lighting fixtures. Notify Resident Engineer in writing of conditions detrimental to proper completion of the Work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the Resident Engineer. 3.2 INSTALLATION OF EXTERIOR LIGHTING FIXTURES A. Install exterior lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard of Installation", NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. em %#Revised 10/08/03 Contract No. 38022 Page 298 of 321 Pages I I I I I I B. Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer’s published torque-tightening values for equipment connec- tors. Where manufacturer’s torquing requirements are not indicated, tighten connec- tors and terminals to comply with tightening torque’s specified in UL Standards 486A and B, and the National Electrical Code. C. Fasten electrical lighting fixtures and brackets securely to indicated structural sup- ports, including poles/standards; and ensure that installed fixtures are plumb & level. 3.3 GROUNDING A. Provide equipment grounding connections for exterior lighting fixtures as indicated. Tighten connections to comply with tightening torques specified in UL Std 486A to assure permanent and effective grounds. 3.4 FIELD QUALITY CONTROL A. Replace defective and burned out lamps for a period of one year following the Date of Substantial Completion. B. At the Date of Substantial Completion, replace lamps in exterior lighting fixtures which are observed to be noticeably dimmed after Contractor’s use and testing, as judged by the Resident Engineer. 1. Refer to Division-1 sections for the replacement/restoration of lamps in exte- rior lighting fixtures; where used for temporary lighting prior to Date of Sub- stantial Completion. 3.5 ADJUSTING AND CLEANING A. Aim adjustable lighting fixtures and lamps in night test of system. Verify that meas- ured illuminant values comply with isolux plot diagram values. B. Clean lighting fixtures of dirt and debris upon completion of installation. C. Protect installed fixtures from damage during construction period. 3.6 D E MO N ST RAT I 0 N A. Upon completion of installation of exterior lighting fixtures, and associated electrical supply circuitry, apply electrical energy to circuitry to demonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting. 3.7 SPARE LAMPS A. Provide a minimum of 6 or 10% (whichever is greater) of each type of lamp style, type, and wattage, etc used on this project. Turn over to Owner prior to project com- pletion END OF SECTION @Revised 10/08/03 Contract No. 38022 Page 299 of 321 Pages PART EIGHT - ARTIFICIAL TURF THE SYSTEM SPECIFIED HEREIN SHALL BE INSTALLED. THERE WILL BE NO SUBSTITUTIONS FOR AN ALTERNATE DRAINAGE OPTION. NO EXCEPTIONS ALLOWED. 02222 SITE SPECIALTIES PART 1 - GENERAL 1.01 Scope of Work A. Materials, labor and equipment for complete installation of site specialties, as shown on the Plans. B. Furnishings shall include, but not be limited to, bike racks, benches, picnic tables, and drinking fountains. 1.02 Related Work A. Earthwork-Section 300 B. Concrete and Masonry Construction-Section 303 1.03 Quality Assurance A. Contractor shall have demonstrated at least three years experience in installation of site specialties and furnishings to recognized safety and workmanship standards. B. Contractor shall provide materials and installation in accordance with the following standards and guidelines. In case of conflict, the most restrictive-and highest quality- standards and guidelines shall apply to the work. 1 . U.S. Consumer Product Safety Commission, applicable standards and guide- lines. 2. "Americans with Disabilities Act" Accessibility Guidelines (ADAAG). 3. California Administrative Code Title 24 disabled access requirements. C. Provide required products from a single manufacturer 1.04 Delivery, Storage and Handling A. Furnishings and materials shall be ordered and delivered to the job site, and protected from construction operations and vandalism throughout the construction of the project. B. Damaged, vandalized or broken furnishings and materials shall be cause for rejection as determined by the City's representative. 1 I @Revised 10/08/03 Contract No. 38022 Page 300 of 321 Pages I I I I I I I I I ll)i I I I I I I I 1 6 I. 1.05 Guarantees and Warranties A. Contractor shall provide manufacturers' written certifications that site specialties and furnishings have been installed in accordance with manufacturers' recommendations and Contract Documents. B. Contractor shall provide the City with manufacturers' written warranties for site specialties and furnishings. 1.06 Submittals A. Contractor shall submit detailed product data, including color samples where applica- ble, for review and acceptance by the City's representative. 1.07 Staking A. Contractor shall provide staking and layout at the site for placement of site specialties and furnishings. Placement shall be evaluated and accepted by the City's represen- tative prior to installation. 1.08 Safety A. Contractor shall provide for the complete protection and closure of the job site during and after installation, throughout the maintenance period until final acceptance, and at no additional cost to the City. Any injury, claim or vandalism arising from the insuf- ficient closure and protection of the job site shall be responsibility of the Contractor. 1.09 Availability and Ordering of Specified Items A. Availability: Verify prior to bidding that all specified site specialties and furnishings will be available in time for installation during orderly and timely progress of the work. In the event specified item or items will not be available, notify the City prior to receipt of bids. B. Ordering: Specified items shall be ordered within 10 days of receipt of the "Notice To Proceed." Provide written evidence of timely ordering of specified items to the Engi- neer. PART 2 - PRODUCTS 2.01 General A. B. Site specialties and furnishings shall be in accordance with plans and details, or approved substitutions. Accessories: Provide accessory items only as produced or recommended by manu- facturers of primary products. 1CS)Revised 10/08/03 Contract No. 3 8 022 Page 301 of 321 Pages 3.01 3.02 3.03 3.04 PART 3 - EXECUTION Examination A. Inspect substrates and conditions under which work of this section will be per- formed, and verify that installation properly may commence. Do not proceed with work until unsatisfactory conditions have been resolved. Installation A. Provide full installation and placement of site specialties and furnishings in accor- dance with manufacturers' recommendations. Cleaning A. Upon completion, clean all surfaces that have become soiled or coated as a result of the work of this section. Use proper methods that will not scratch or otherwise damage finished surfaces. Maintenance A. Contractor shall maintain site specialties and furnishings throughout the mainte- nance period. B. Scratches, dents and other damage to site specialties and furnishings resulting from Contractor's operations shall be repaired to original condition, or equipment shall be replaced as determined by the City's representative. Damages shall be repaired at no extra cost to the City. Part 4-Measurement and Payment 4. 01 A. Compensation for site specialties and furnishings, materials, and installation shall be included in the unit bid prices for, benches, picnic tables, drinking fountain, trash con- tainers, and picnic shelter B. Payment shall include full compensation for providing labor, materials, tools, equipment, and incidentals for all work, certification and warranties as shown on the Plans, as specified in the Special Provisions and directed by the Engineer, and no additional compensation will be allowed. END OF SECTION I 1 1 I 1 1 I I a 3 1 1 1 I 1 1 $#Revised 10/08/03 Contract No. 38022 Page 302 of 321 Pages I I I I I I I II, I I I I I I 1 02501 POROUS BASE SYSTEM - SYNTHETIC GRASS BASE PART 1 - GENERAL 2.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this section. 2.02 DESCRIPTION OF WORK A. Site excavation. 6. Excavation of a perimeter drainage collector network and installation of drainage grid system. C. Construction of a stable and permeable aggregate layer. D. Related Work: 1. Earthwork and Grading 2. Drainage Facilities 3. Synthetic Grass System 4. Sterilant and Geotextile Membrane 2.03 SITE EVALUATION A. Verifying cleaning operations of organic material was sufficient to prepare for subgrade preparation. PART 2 PRODUCTS 2.04 MATERIALS A. Liner: Shall be as specified in Section 02922-Sterilant and Geotextile Membrane. 6. Composite Drains: As specified in Section 02720- Drainage Facilities. C. Permeable Base Rock: Shall be a 100% fractured, by mechanical means, with elongated characters on each individual particle larger than 1/4". Materials shall be devoid of mineral fines. All particles smaller than 1/4" shall be produced by manufactured means only. Rounded sands or aggregates are prohibited. e= t#Fhised 10/08/03 Contract No. 3 802 2 Page 303 of 321 Pages I D. Aggregate or Aggregate blends shall conform to the following gradation: BOTTOM 4” SIEVE 1 112 1” 314“ 1 12” 3/8 No. 4 No,. 8 No. 40 No. 200 MID 2” SIEVE 318” %I’ No. 8 No. 30 No. 50 No. 100 No. 200 Sieve Sizes Metric 38.1 25.4 19.0 12.7 9.52 4.75 2.38 0.42 mm 75 mm mm mm mm mm mm mm mm mm (mm) Sieve Sizes Metric mm 4.75 mm 2.38 mm mm mm mm 75 mm Percent Passing by Weight (AASHTO Test Method T-27) 100 100 95-1 00 80-90 50-70 30-40 20-30 5-1 7 1-3 Percent Passing by Weight (AASHTO Test Method T-27) 95-1 00 80 - 65 65 - 40 15 - 30 15-20 5-1 0 2-4 TOP 2” Sieve Sizes Percent Passing by Weight ’IEVE Metric (mm) (AASHTO Test Method T-27) 1 /4” mm . 95-1 00 No. 4 4.75 mm 80 - 65 No. 8 2.38 mm 65 - 40 No. 30 mm 15 - 30 No. 50 mm 15 - 20 No. 100 mm 5-1 0 No. 200 75 mm 2-4 I 1 1 I I 1 I U I II II I 1 I <$Revised 10/08/03 Contract No, 38022 Page 304 of 321 Pages I I I I I I I I I II) I I I I I I I I c I. PART 3 - EXECUTION 3.01 A. B. C. D. 3.02 A. B. C. 3.03 A. EXCAVATION A single benchmark shall be established prior to any excavation and maintained by a licensed surveyor of record during the entire construction process. The site shall be exca- vated to subgrade depth as indicated on the Plans and specified in the Standard Specifica- tions for Public Works Construction ("Green Book"). In the event of over-excavation, select-fill material shall be used to achieve design subgrade elevations. Select materials shall be as specified in Standard Specifications for Public Works Construction ("Green Book"). Proof roll and mark "soft spots" for additional compaction or correction. Use static tandem drum-type roller of not less than five (5) tons weight. Proof rolling operations shall be per- formed in the presence of a Geotechnical Engineer. Excavate perimeter drainage collector trenches as shown on the Plans. The trenches shall be excavated with a minimum of 0.5% slope starting from the low point of the drainage system at the outlet extending toward the high point(s). Design of the collector trenches shall incorporate the following: 1. 2. All loose debris shall be removed from the trenches. The trenches shall be backfilled using base materials specified in this Section. UNDER DRAIN SYSTEM Membrane: Verify subgrade elevations of the finished subgrade. The elevations shall conform to the elevations shown on Drawings. Prior to under drain system construction, the subgrade surface shall be uniform and free of rocks, depressions, voids, and irregularities. Perimeter Collector Drains: Install perforated pipe in the perimeter collector trenches. The centerline of the pipe shall coincide with the centerline of trench. The pipes shall be strong and capable of withstanding the anticipated loading without deformation. 1. A minimum of 2 clean, drainable crushed stone aggregate shall be placed in the bottom of collector trenches, on top of the membrane. The crushed stone should be compacted suitably. Place a minimum of 4" clean, crushed aggregate on top of the pipe network. Compact suitably. 2. AGGREGATE LAYER Install the permeable base over the entire subbase and the composite drain system. The aggregate shall comprise of a minimum 8" compacted, stable, permeable, processed stone. Care shall be taken to maintain the grade designed for the subbase. The capability of the processed stone drainage layer to meet the stability and permeability requirement shall be determined by a certified laboratory prior to construction of the course. The processed stone layer shall be compacted to a minimum density of 90%. Nuclear density tests shall be performed during aggregate placement and rolling to ensure specified compaction. 4m fr#Revised 10/08/03 Contract No. 38022 Page 305 of 321 Pages 3.04 PROPERTIES AND INSTALLATION OF PERMEABLE STONE A. Deliverv Moisture Content: Processed stone shall contain 90% to 110% of the optimum moisture content to ensure that fines do not migrate in transit or during placement and to facilitate proper compaction. This is critical. The contractor shall ensure that aggregate leaving the source plant meet this requirement. The contractor is required to apply water to the processed stone on site to attain and maintain this minimum moisture content. Stone base materials shall be 100% crushed. B. Handlina and Placement: 1. 2. Prior to aggregate placement, remove any excess or contaminated backfill from the drainage trenches. Should any separation of the materials occur, during any stage of the spreading or stockpiling, the Contractor shall immediately remove and dispose of segregated mate- rial and correct or change handling procedures to prevent any further separation. Dou- ble handling of materials shall not be allowed. The Contractor shall utilize laser control equipment for the grading of the processed stone to ensure accuracy in the grade tolerances of +O" to -1/4". Install processed stone base, from sideline toward center-line, parallel to the composite drain network, to the lines and grades shown on the drawings. Under no circumstance shall the material be pushed more than 30' from the point of discharge. The Contractor shall shape the complete surface of the processed stone to receive the elastic layer component and continue until the deviation from the required elevation does not exceed a maximum deviation from grade of +O" to -1/4" in ten feet (lo'), when measured in any direction using a 10' straight-edge. Each layer shall be spread uniformly with equipment that will not cause perceptible separation in gradation (segregation of the aggregates), preferably a self-propelled pav- ing machine or small laser controlled low ground pressure (LPG) dozer. 3. 4. 5. 6. C. Compaction and Planarity: 1. The processed stone shall be compacted to a minimum density of not less than 95% of maximum density as determined by ASTM D698 and measured using a nuclear method. Proof roll wherever possible and mark "soft spots" for additional compaction or correc- tion. Use static tandem drum-type roller of not less than five (5) tons weight. Proof roll- ing operations shall be preformed in the presence of a Geotechnical Engineer. The finished surface shall not deviate (tolerance-to-grade) from designated compacted grade. This means that the surface shall not deviate more than 1/4" in 10' (any direc- tion) when placed under a 10 foot straight edge. This tolerance is required over the en- tire field. 2. 3. D. Areas that deviate shall be marked with spray paint and corrected with Vi'' to 3/8 crushed stone or granite chips (limestone will not be acceptable) and rolled tight to achieve proper density. Such remedial actions shall be done by hand and rechecked by means of test procedures described above. E. Testinq: 1. The surface of the processed stone course shall be well drained at all times. No standing water shall be permitted at any time. The permeability of the aggregate shall 4w %#Revised 10/08/03 Contract No. 38022 Page 306 of 321 Pages I I I I I I I I be checked per Din 8035 Part 7, ASTM 2434 (constant head), or ASTM D3385 (double- ring) testing methods. Test samples shall be taken (at a minimum of) one sample per every 5,000 square feet or as otherwise directed by the Owner's Representative. All test results will be logged and documented by the Owner's Technical Representative or Geotechnical Engineer. If at any time the processed stone base does not meet specifications, it shall be the Contractor's responsibility to restore, at his expense, the processed stone base to the required grade, cross-section and density. After the contractor has independently confirmed compliance with all the above toler- ances (planarity and elevation verified by a licensed surveyor and compaction, grada- tion, & permeability verified by Geotechnical Engineer), he shall notify the appropriate party and schedule a final inspection for approval. The contractor shall make available an orbital laser system to the Inspection Team for the inspection process. 2. 3. END OF SECTION e= %#Revised 10/08/03 Contract No. 38022 Page 307 of 321 Pages 02535 SYNTHETIC GRASS SYSTEM PART 1 - GENERAL I J 1.01 A. 1.02 A. B. C. D. E. F. 1.03 A. 8. C. RELATED DOCUMENTS I 1 I I I I I U I I I I I I Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification Sections, apply to the work of this Section. DESCRIPTION OF WORK The work under this section includes but is not limited to the installation of the geotextile membrane (if required), new synthetic grass system, in-fill materials, in-laid markings, perimeter termination and maintenance equipment. In addition, the contractor shall be required to supply and deliver 100 lineal feet of standard width material as specified for the fields for each project. The contractor is required to supply and deliver an extra 2,000 pounds of rubber in-fill material as specified for the fields for each project. The contractor is required to supply an additional 200 lineal feet of nylon or Mylar seaming tape (1 8” width). In addition, supply and deliver two additional 5-aallon pails of glue (346) as manufactured by Synthetic Surfaces of Scotch Plains, NJ. This is for each project. This contractor shall supply at the end of the project one Greens Groomer brush unit. This unit will be a 6 foot width for the brushes. This contractor shall supply at the end of the project three Parker Sweeper units. The units shall be tow type having a width of 4 feet for each unit. The cost for the extra materials for each project as outlined above shall be included in the total cost of this contract for each project. If the Contractor fails to deliver the extra materials as outlined above, the City shall receive a total credit from the contract amount of twelve thousand five hundred dollars ($1 2,500.00) for this project. SUBMITTALS Installation Qualifications: The synthetic grass sub/contractor shall demonstrate experience on at least five (5) installations of the proposed material in the last year. The synthetic grass manufacturer shall certify the designated supervisory personnel on the project. A letter on the manufacturer’s letterhead shall be submitted affirming the sub/contractor as competent in the installation of the material, including seaming methods, in-laid markings, termination and proper installation of the product. Synthetic Grass Sample: The Contractor shall submit an eighteen inch square sample of the synthetic grass and in-fill system proposed for this contract for approval of colors, in-fill, seaming materials and layout of the system prior to ordering the materials. Warranty: The Contractor shall submit a manufacturer’s warranty listing an eight (8) year guarantee against Ultra-violent ray fading, degradation, or defects, such as excessive wear of defibrillation. The guarantee shall include and cover that the product will not decrease in pile height by more than 20%, decrease in face weight (without in-fill) by more than 30% and not exceed a G-max (force reduction) of 11 0 G’s initially and not exceed 130 G’s over the guarantee period. The Contractor is required to perform the necessary testing during a c? Revised 10/08/03 Contract No. 3 8 0 2 2 Page 308 of 321 Pages scheduled time at least one time per year during the guarantee period. The results of the testing shall be submitted to the City within 30 days of each test. Failure to submit the results will serve as notice to perform such testing by the City to determine the extent of the needs under this guarantee. The Contractor is required under this guarantee to supply and install all in-fill materials and synthetic grass to maintain the performance levels of this guarantee. D. Testing and Quality Control: Submit to the Architect a copy of the results certified by an independent testing laboratory for the following tests performed on the synthetic grass system. Pile Yarn Type Yarn Denier Yarn Breaking Strength Yarn Melting Point Pile Height Pile Weight Total Weight Backing Perforations Tuft Bind (Without in-fill) Tuft Bind (With in-fill) Grab Tear Strength Impact Attenuation Pill Burn Test Slit Film 100% Polyethylene Fiber ASTM D-1577 ASTM D-2256 ASTM D-789 ASTM D-418 ASTM D-418 ASTM D-418 ASTM D-418 ASTM D-1335 ASTM D-1335 ASTM D-1682 ASTM D-355 ASTM D-2859 E. Maintenance and Operating Data: Submit to the Architect a copy of maintenance and operating data for the synthetic grass system. Provide descriptions of all equipment recom- mended for the maintenance, repair, citing turf and activities not recommended relative to the warranty. Include maintenance recommendations including coverings for special events, small repair procedures, minor seam repair, discussion of the precautions to be practiced, general maintenance and uses to avoid to protect the turf system. F. Site Acceptance: As apart of this contract, this contractor shall be responsible to oversee the installation of the base and drainage and to comment on any problems or conflicts that may be discovered. Upon completion of the base work, submit a letter confirming the site inspec- tion has been performed, noting any discrepancies, problems and/or conflicts. A summary of certification of the acceptance of the base and drainage shall be submitted. 1.04 STANDARD SPECIFICATIONS FOR LAYOUT AND RULES All markings and layout shall conform to the requirements set for the by the National Colle- giate Athletic Association (NCAA). A. All markings shall be performed using selected colors of turf materials. 1.05 FIELD SLOPE A. Each field shall be installed with a crowned surface. The crown of the fields may not exceed a finish profile of 0.5% grade for Base Bid “A and 0.75% for Base Bid “B. This will be maintained throughout. Any modification to this slope shall be submitted in advance to the Architect for final review and approval. rfg Revised 10/08/03 Contract No. 3 8 02 2 Page 309 of 321 Pages 1.06 A. 1.07 1.08 1.09 1 .lo A. B. 1.11 DELIVERY] STORAGE AND HANDLING Packing and Shipping: Deliver products in original unopened packaging with legible manu- facturers’ identification. All materials shall be stored in a dry place out of the direct sunlight. Bulk Materials: Deliver materials in clean, washed and covered trucks to eliminate contamination during transportation. On site stockpiling locations to be coordinated with the City. Stockpile only in areas free of debris and away from drainage routes. Cover all materi- als with plastic or geotextile if materials are to be stockpiled more than 48 hours. FIELD SYSTEM HOLD HARMLESS The contractor shall hold the City, Architect/P.M./Architect and Field Consultant harmless from infringement of any current or future patent issued for the synthetic grass system, fibers, backings, including shock pad (if required)] installation methods and vertical draining charac- teristics. The successful bidder will be required to submit a letter for consent from their surety. Surety will indemnify the requirements. FIELD DIMENSIONS AND LAYOUT The Contractor will be responsible for furnishing] setting and marking all lines, seams and markings for the field. The Contractor shall at all times maintain all necessary benchmarks and control points to locate all events and markings. PROTECTION OF UTILITIES AND STRUCTURES This Contractor shall take special care to protect all field and stadium structures and utilities. WARRANTY OF SYNTHETIC GRASS SYSTEM The Warranty/Guarantee shall cover, in general, the usability of the turf system (and pad if required); accessories use characteristics and suitability of the installation. All items covered by the warranty are to be replaced or repaired with new materials, including installation at the sole expense of the warranting contractor for a period of eight (8) years to the City from the date of substantial completion. The field materials shall be guaranteed for the designated uses as follows: 1. Marching Band 2. Football 3. Soccer 4. Physical Education exercises 5. Physical Education activities 6. Lacrosse 7. Field Hockey 8. Rugby 9. Pneumatic rubber tired maintenance and service equipment 10. Pedestrian traffic and other similar uses A principal of the applicable firm, duly authorized to make contracts, shall sign the turf contractor warranty. The term “contractor” contained herein means the firm furnishing the warranty. ‘City” is the City of Carlsbad. If the turf manufacturer of the synthetic grass system is not the same entity as the contractor, the warranty shall be co-signed by the manufacturer and the installation contractor. FORM OF WARRANTY OF THE SYNTHETIC GRASS SYSTEM *= %#Revised 10/08/03 Contract No. 38022 Page 310 of 321 Pages I P A. Contractor hereby warrants to the City, subject to the limitations and conditions set forth below, that its synthetic grass system consisting of the synthetic turf described as , the shock-absorbing under-pad (if necessary) described as , and the adhesives used in the installation, are free from defects in material and workmanship and shall, for a period of eight (8) years from the date of accep- tance by the City, remain serviceable for the activities as listed above. B. Contractor warrants to the City that it’s synthetic grass materials shall not fade, fail, shrink, wrinkle or reflect excessive wear. Contractor shall, at their sole expense and cost, replace such areas of the synthetic grass system not performing to these standards for the life of the warranty. C. Definitions: 1. The term “not fade’’ in the context of this warranty shall mean that the synthetic grass material remain a uniform shade of green or the other colors installed with no signifi- cant loss of color as defined by not greater than 20% loss or shade reduction. 2. The term “not fail” or “excessive wear” as used in the context of this warranty shall mean that the length and weight of the face yarn or pile material in the synthetic turf surface shall not have been decreased by more than 8% per year according to ASTM D418, nor exceed 30% during the warranty period. In the event that the synthetic turf materials do not retain its fiber height or shock absorbency and is consequently no longer serviceable during the warranty period, the Contractor shall, at their sole ex- pense, replace such portions of the system that are no longer serviceable. 3. The term “serviceable” in the context of this warranty shall mean that the synthetic turf material shall have a maximum “’G” force value according to Procedure A, B, or C of ASTM D355, not exceed 110 G’s at any location upon installation and shall not ex- ceed 130 G’s thereafter throughout the life of the warranty period. This shall be de- termined by conducting dynamic cushioning tests at the six field locations as required per ASTM D355 procedures. “G” force factor values to be determined at 70 degrees F. Any increase from 1 10 G’s to allowable 130 GIs maximum shall be at a relatively uniform rate not to exceed 10 G’s in any single year. D. Where applicable, the fabric shall adhere firmly and completely to the underpad or seaming tape over the entire warranty period. E. Contractor warrants to the City that the permeable’synthetic turf system shall drain vertically a minimum of 10 inches precipitation per hour for a maximum of 24 hours continuously, without visible surface ponding. F. Contractor shall replace with new materials, at their sole expense, any damage to the synthetic grass system, which extends more than one meter beyond the location of foreign combustibles, which may ignite, and fire-damage the synthetic grass system. The Contractor shall not be held responsible for any incidental or consequential damages. These warranties and the Contractor’s obligations here-under are expressly conditioned upon; 1. The City making all minor repairs to the synthetic grass system upon the discovery of the need for such repairs. 2. The City maintaining and properly caring for the synthetic grass system in accordance wit the Contractor’s maintenance manual and instructions. 3. The City complying with the dynamic and static load specifications established by the Contractor. <$Revised 10/08/03 Contract No. 3 8022 Page 31 1 of 321 Pages G. H. I. J. K. The warranty is not to cover any defect, failure, damage or undue wear in or to the synthetic grass system caused by or connected with abuse, neglect, deliberate acts, acts of God, casualty, static or dynamic loads exceeding Contractor’s recommendations. Contractor shall examine the synthetic turf system at least once per year or in regards to any claim that the City makes to be present at any time, to analyze the results of all tests con- ducted by the City or others, and to conduct such tests of their own. Contractor shall not be responsible for any costs or expenses incurred by the City or others with respect to such tests, except the Contractor shall pay for costs of all tests and analysis conducted or directed by their representative. The annual testing will be at the expense of the Contractor and the results delivered to the City within 60 days of the testing. In the event the Contractor does not respond to the City’s written notice within 10 days of receipt of the notice or does not submit, schedule and execute corrective work within 60 days (weather permitting), the City has the option of having the work performed at the expense of the Contractor. The Contractor will be given 7 days notice in the form of a certified letter notifying the Contractor of the end of the 60 day scheduling period. Sample form of warranty herein set forth is a suggested for use for the work under this section. Manufacturers’ standard form of warranty may be used provided conditions specified herein are incorporated. All claims by the City under this warranty must be made in writing to the Contractor’s address. J I I 1 1 I I 1 Within 30 days after the City learns of the defect, giving rise to the claim. This warranty shall constitute a contract made in the State of California and shall be governed by the laws of that a State. 1 PART 2 - MATERIALS I I 2.01 GENERAL A. The field surfacing system shall be a vertically draining permeable synthetic grass system consisting of a synthetic grass like pile that shall be tufted into a triple layer synthetic back- ing. The final coating shall be a polyurethane based material. B. The Synthetic Grass Systems: 1. Evergrass, by Rosewood Associates, Marlboro, MA (888)488-EVER 2. FieldTurf, by FIELDTURF, Montreal, Canada (800)724-2969 3. Sprinturf, by Specialties Surfacing, Conshohocken, PA (61 0)828-6500 4. ProGreen, by Progreen Sports Surfaces, Denver, CO. (508) 954-1 000 5. Equal Products Approved by the City I I C. The entire system shall be resistant to weather, insects, rot, mildew, fungus growth and be non-allergenic and non-toxic. The entire system shall be constructed to maximize dimen- sional stability, to resist damage and normal wear and tear from its designated uses and to minimize the ultra-violet degradation. D. All adhesives used in bonding the system together shall be resistant to moisture, bacterial and fungus attacks, and resistant to ultra-violet rays at any location upon installation. 1 I e I e= %@Revised 10/08/03 Contract No. 38022 Page 312 of 321 Pages I I c I C I I I I II, I I 1 E 1 I I I I. P E. Include all labor, materials, equipment, transportation and services to install complete all- weather synthetic grass system. 2.02 DYNAMIC CUSHIONING REQUIREMENTS OF THE SYNTHETIC GRASS SYSTEM A. The dynamic cushioning of the combined turf and in-fill system (and pad if required) shall not exceed a maximum of 11 0 G’s at 70 degrees F. per ASTM 1936-98, F355, Procedure A at any location within 30 days of the installation. The system shall not exceed 130 G’s over the warranty period. B. C. D. E. 2.03 A. B. 2.04 A. B. 2.05 A. Packing and Shipping: Deliver products in original unopened packaging with legible manufacturers’ identification. All materials shall be stored in a dry place out of the direct sunlight. Rubber infill shall be cryogenic produced 100% recycled automobile tires. The material shall have a size not to exceed 17 mesh nor smaller than 30 mesh. The fine particles shall not exceed 10% by volume. The in-fill system shall have not less than 3 pounds per square foot installed. Any system that requires less rubber as in-fill shall be required to use an in-situ shock pad system as a force reduction vehicle. The pad shall be designed and tested by the Contractor to show compliance with the shock attenuation requirements. If a combination of sand and rubber are used as the in-fill system, the rubber content shall be not less than 3 pounds per square foot and the sand shall not be less than 3 pounds per square foot. PERMEABILITY REQUIREMENTS OF THE SYNTHETIC GRASS SYSTEM After the subgrade is compacted and before the stone base and stone screenings leveling course is fine graded, compacted and made ready for the turf, the per section 02922 - Sterilant and Geotextile. Geotextile membrane (filter type fabric) is installed under stone base. The combined turf and in-fill system (and pad if required) shall drain vertically at a minimum of 10 inches of precipitation per hour for 24 hours continuously, without visible surface ponding. ADHESIVE MATERIAL PROPERTIES Adhesive material to adhere the synthetic turf shall be a polyurethane 34G or 34 S-3 adhesive as manufactured by Synthetic Surfaces, Inc. of Scotch Plains, NJ. The adhesive shall be applied at the rate not to exceed 75 square feet per gallon. The adhesive shall have the same warranty period as the synthetic grass system. SYNTHETIC TURF PILE SURFACE The pile surface shall provide good traction in all types of weather with the use of conven- tional “sneaker type shoes” and composition, molded sole athletic shoes. The pile surface shall be suitable for both temporary and permanent line. Markings and permanent markings <?Revised 10/08/03 Contract No, 38022 Page 31 3 of 321 Pages using a rubber base paint where applicable. B. The pile height shall be constructed to allow a total of 3/4" of free fiber after the in-fill materials are installed. 2.06 SYNTHETIC TURF SYSTEM MATERIAL COMPONENTS A. Pile fibers shall resemble freshly grown natural grass in appearance, texture and color (except for the color turf for markings). B. Fibers shall be slit film 100% Polyethylene fiber having a denier of not less than 10,000, Total fiber weight shall be not less than 50 ounces per square yard. C. Pile surface shall be nominally uniform in length not less than 2-3/8". D. The fibers are tufted through a triple layer (three separate layers) synthetic backing material. E. The final coating or secondary backing shall be a moisture cure polyurethane. This backing shall be not less than 26 ounces. Latex backing material is not acceptable. The secondary backing or polyurethane coating shall be uniform and monolithic when cured. F. If sewn, all turf seams shall be constructed of reinforced backing material or sewn with high strength polyester fiber cord. Sewn seams shall be a "bagger" type seam with a double sewn line. Seams shall lay flat after in-fill. G. All glued seams shall have a 12 wide seaming tape of nylon or Mylar, fulfy coated with adhesive. All seams shall not have any adhesive applied to any exposed fibers. All graphics or markings can be in-laid or cut-in. H. All turf shall be perforated for drainage after the final backing coating. The perforations shall be not less than 1/4" in diameter and have a uniform spacing of not less than 4" on center. Perforations shall be complete and full diameter for a minimum of 95% of each roll. I. On-site perforations are to be inspected prior to installation of the product. J. Fabric surface shall be constructed and installed in minimum widths of 15 feet with no longitudinal or transverse seams, except for inlaid lines with a finished roll assembly. The seams shall be 15'-0 apart. Rolls that do not comply with the proper length or conform to the seaming diagram as submitted prior to installation, shall be rejected from the site. No fitted pieces will be allowed to true alignment. 2.07 PERFORMANCE AND TEST REQUIREMENTS A. Melting Point ASTM D789 135 degrees F. B. Specific Gravity ASTM D792 .950 to .960 C. Breaking Strength ASTM D5034 Length 283 Ibs./ft. Width 208 Ibs. /ft. D. Coefficient of Friction ASTM D5034 Dry 1.15 Wet 1.00 f3 .*Revised 10/08/03 Contract No. 38022 Page 314 of 321 Pages U I I I I I 1 l E. Pill Burn Test ASTM D2859 8 Passed/O Failed I I I I I I I I. D I E c I I I I. F. Tuft Bind (without in- ASTM D1335 11 Ibs./sq.ft. fill) ASTM D1335 22 Ibs./sq.ft. Tuft Bind (with in-fill) G. Pile Height ASTM D418 2-3/8” minimum H. Fiber Face Weight ASTM D418 50 oz./sq. yard I. Fiber Construction ASTM D418 100% Polyethylene Slit Film J. Fiber Denier ASTM D418 10,000 Denier (minimum) , K. Fiber Manufacturers: Ten Cote Nicolon B.V., Nijverdal, Netherlands Fiber Thickness ASTM D418 100 microns Bonar Yarns and Fabrics, Dundee Scotland ***Note: No other fiber manufacturer shall be considered at this time. L. Secondary Backing ASTM D418 Oven cured Polyurethane M” ASTM D418 26 ounces per square yard U 2.08 MARKINGS A. A complete field lining, marking and field boundary system with team areas limits, etc. shall be provided with the initial installation. Layouts shall be accurately surveyed and marked prior to installation. B. All lines, numbers and field markings are to be tufted or inlaid with the specific colored turf. All markings shall be uniform in color, providing a sharp contrast with the turf color and shall have sharp and distinct edging. Markings shall be true and shall not vary more than 1/2”from specified width and location. C. Manufacturer is to guarantee that the synthetic fiber is adaptable to painted lines. D. Minimum Lining and Markings: 1. Soccer: All soccer lines goals and boxes shall be in-laid with yellow turf. All markings shall be 4” in width unless specified otherwise. 2. Baseball: Foul lines, base markers, and outfield arc shall be in-laid with white turf. All markings shall be 4” in width unless specified otherwise. a) b) A 275’ foul line will be placed along the left field and right field. A 2” diameter circle base marker shall be placed at the first base, second base, and third base positions. Placed at 60’, 65’, and 75’ respectively at each three base positions. Centered 50’ from home plate (to pitcher’s rubber), a 60’ radius arc shall be shown behind pitcher’s area for infield boundary. c) 4- P.gRevised 10/08/03 Contract No. 38022 Page 315 of 321 Pages PART 3 - EXECUTION 3.01 INSTALLATION A. Perform all work in strict accordance to the drawings, shop drawings and manufacturer's specifications and instructions. B. Verification: The Contractor is responsible for the inspecting, verifying and completing all installed work of this section. C. Weather Permitted Conditions: The Contractor will not perform any work if the condition for working are; 1. 2. 3. 4. Ambient air temperatures are below 45 degrees F. Material temperature falls below 45 degrees F. Rain is forecast or falling Conditions exist or are pending that will be unsuitable to the installation of the system. 3.02 CERTIFICATION OF THE BASE INSTALLATION A. The Contractor is responsible for the review and acceptance of the base and drainage. B. Upon completion of the base, this contractor will submit in written form the acceptance of the base noting any deficiencies. 3.03 DELIVERY AND INSPECTION OF MATERIALS A. Prior to the installation of any materials and immediately upon delivery of the synthetic turf system and components to the project site, the Contractor shall inspect materials as follows: 1. For damaged or defective items 2. Measure turf pile height and roll lengths 3. Inspect the perforations and uniformity 4. Adhesives shall arrive in sealed dry containers. 5. Rubber in-fill shall arrive in large sacks or bags without tears and loose material about. 6. Rubber in-fill shall arrive dry and loose. No Rubber shall be accepted that is bulked or solid. 3.04 CITY TESTING A. The City reserves the right to submit any material, either before or after installation to any testing it deems necessary to satisfy the conditions of this contract. B. Any material tested and found not in compliance with the contract will be rejected and replaced with material conforming to the specifications. This will be done at the sole expense of the contractor. C. Any testing performed by the City will be at the City's expense. The contractor is responsible for the cost of all testing that fails. 3.05 TURF INSTALLATION A. After acceptance of the base materials, any turf material with less than the 26 oz. secondary backing shall have a 6 02. non-woven geotextile membrane installed under each area of the I 3 I I I D I U I B 3 1 1 1 $3 Revised 10/08/03 Contract No. 3 8 02 2 Page 31 6 of 321 Pages I I f I I I I I M I I I I I I I I I, I. panel, the synthetic turf is staged and unrolled as necessary for a daily installation. No material will be allowed to be unrolled 24 hours prior to installation. If a shock pad is required, the in-situ pad can be installed over the accepted base. Control of the finish grade and contour shall be the responsibility of the contractor. B. Seams: I. All panel seams shall be securely sewn using a double stitch bagger seam and/or glued to a backing material of nylon or Mylar. 2. All panel seams spacing are to be held to a minimum of 15 feet unless prior approval of seaming diagram indicates a lesser panel. 3. All inlaid areas shall have full fastenings and no loose areas. At no time can pulling on the section separate the material. 4. All seams and inlaid areas shall be brushed thoroughly before infill materials are in- stalled. C. Turf Edges and Termination All edges and ends of the turf shall be secured to a termination area. This termination shall be as detailed in the drawings. The contractor shall submit a shop drawing of this termination detail prior to any work on the site. 3.06 LINES, MARKINGS AND IN-LAID TURF A. All markings and lines shall be in-laid using the accepted color turf. B. All lines and markings shall be accurately set and surveyed to within 1/2 tolerance. C. All lines and markings shall be installed prior to any installation of in-fill material. 3.07 INSTALLATION OF RUBBER IN-FILL A. All in-fill materials shall be cryogenic produced 100% recycled automobile tires. B. The in-fill material shall be installed at not less than 3 pounds per square foot allowing an exposed fiber of not less than 3/4" after finish brushing. C. This contractor is responsible for the supply and installation of all in-fill materials and shall be required to return to the site after not less than 30 days to inspect and add in-fill materials as needed. D. No in-fill materials shall be installed until the turf system is fully installed with all lines and E. The synthetic turf shall be thoroughly brushed prior to any in-fill materials to remove any F. The synthetic turf shall be brushed a minimum of 10 passes over each area prior to any in-fill G. The in-fill materials shall be installed in layers not to exceed 0.375 pound per square foot per markings. wrinkles and defibrillated the slit film. areas. layer. If sand is added this will be performed as a mixture with the rubber prior to installation at the manufacturer's recommendations. @Revised 10/08/03 Contract No. 38022 Page 317 of 321 Pages 3 H. The turf shall remain free draining at all times before, during and after the in-fill materials are installed. 3.08 GENERAL CLEANUP A. The site shall be kept clean and free of debris throughout the installation. Empty barrels, sacks, bags and remnant materials shall be stored or disposed daily in a proper container or legal manner. 1 1 B. After completion of the entire project, the site shall have a general cleanup removing all debris remaining on the site that is not a part of the final project. D. The cost of each unit supplied to each project shall be a part of the total proposal cost and become the sole expense of the Synthetic Turf Contractor. I END OF SECTION @Revised 10/08/03 Contract No. 38022 Page 318 of 321 Pages I 1 I I I I I I II) I I C I I I I I c I? 02536 WARRANTY AND GUARANTEE PART 1 - GENERAL 1.01 The Contractor shall be required to guarantee 100% of all labor, materials, workmanship and services for the Synthetic Surface and Markings for: Synthetic Grass System for a period of eight (8) years. This warranty will be not be subject to pro-rating of the surface for any failure due to installation or materials. The surface wear will be determined by an independent consultant acceptable to all parties. The guarantee for the surface systems shall remain in force for a period of not less than Eight (8) YEARS specified from the date of written acceptance of the work. 1.02 1.03 1. 2. 3. The Owner will notify the contractor in writing of any issues that require remedial work on the field area. The Contractor shall respond to the notification within 48 hours of receipt and schedule any major defect or repair within 72 hours or as weather permits. The warranty requires that the contractor shall be required to perform all required repairs in a permanent and suitable manner as deemed necessary to maintain a safe playing condition at all times. The warranty requires that in case of any major repair or replacement, the contractor is to schedule such work as to not interfere with the Owner's primary use or schedule. Any replacement or repair area shall match (as close as possible) the appearance of the existing turf. Failure to service the requirements of this warranty will be charge to the contractor. 4. ' 5. 6. 1.04 Any defects caused by delamination, peeling, normal abrasion or raveling that is not in original conformance with the testing specifications shall be repaired or replaced at no cost to the City during this guarantee period. A. The Contractor shall be required to submit the following documents in regard to the guarantee: B. Provide a one (1) year Performance Bond for all work performed under this contract. C. Provide a two (2) year Maintenance Bond for all work performed under this contract. D. Provide an eight (8) year surfacing manufacturer and installer written guarantee for the synthetic grass. E. Documents shall be submitted to the City prior to final payment. The Contractor will be responsible for all tests that fail the specification. The City reserves the right to submit the surface to the above tests at any time during the length of the guaran- tee. Consideration will be given to the time and use of the surface. 1.05 1.06 This warranty does not cover excessive wear of the surface caused by misuse. The City will be given an instructions and caretaking procedures before final acceptance. The is to follow the maintenance guidelines as specified by the surfacing manufacturer. %#Revised 10/08/03 Contract No. 38022 Page 31 9 of 321 Pages 02922 STERILANT AND GEOTEXTILE MEMBRANE PART 1 - GENERAL I i 3 1.01 A. 1.02 A. 1.03 A. B. C. D. RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary I DESCRIPTION OF WORK I i Conditions and Division-1 Specification Sections, apply to the work of this Section. Provide all labor, material and equipment necessary to treat the compacted subgrade of the new field area and infield areas with a vegetation sterilant. SUBMITTALS The Contractor shall submit a sample of the proposed geotextile membrane prior to installation of the product. This is to be submitted at the time of contract award so as to assure the delivery of this product in time to meet installation schedules. The material shall be installed in 2-foot wide rolls. I E The material shall be overlapped at all edges and head seams and taped with a 2" duct type tape. All overlapped material shall be overlapped by 1 2". PART 2 - PRODUCTS I 2.01 MATERIALS A. Soil Sterilant shall be: The materials for this work shall consist of Casoron as manufactured by Uni Royal, Finale, Roundup or Primitrol. A letter from the state DEP indicating that this material is registered with them and is suitable for this application is required before use. No fuel oils or petro chemicals shall be used. I B. The geotextile shall be: A. Mirafi, by Royal Ten Cate B. Typar, by DuPont Chemical Corp. C. Supac 5NP, by Phillips Fibers Corporation D. Amoco 4553, by Amoco Fabrics Company E. Trevira 1 120, by Hoechst Celanese Corporation F. or approved equal. I I 1 1 C. Other geotextiles may be submitted by a Contractor for approval. The submittal must include a sample of the proposed geotextile measuring no less than 3 square yards in area and the manufacturer's certification that the proposed geotextile meets or exceeds all requirements below. All submissions must be made no later than 10 working days prior to the bid date. Geotextiles submitted after this deadline will not be accepted. Equivalency will be deter- a em %#Revised 10/08/03 Contract No. 38022 Page 320 of 321 Pages mined on the basis of the following: 1. The geotextile shall be of a 8 02. non-woven, mechanically bonded construction and consist of long-chain polymeric fibers composed of polypropylene or polyester. The fi- bers shall be oriented into a multi-directional stable network. The geotextile shall be free of any chemical treatment or coating which reduces permeability and shall be inert to chemicals commonly found in soil. The geotextile shall conform to the mechanical and hydraulic property requirements listed below: I I I I I I 1 II) 1 I I I I I 2. Required Property Value* Test Pressure Tensile Strennth 230 Ibs. ASTM D-1682 Tensile Elong'gtion 50% ASTM D-1682 Mullen Burst 465 psi ASTM D-3786 Trapezoidal Tear Strength 95 Ibs. ASTM D-4533 Puncture Strength 120 Ibs. ASTM D-751- Apparent Opening Size <=0.210 mm COE CW-02215 Permeativity 1 .O gallseclsy ASTM D-4491 *The Required Value refers to the minimum value, determined from any on test per- formed on any one sample, associated with the geotextile's weaker principal direction. Therefore] the Required Values are absolute minimum values not statistically derived "minimum average" or "average" values. Tension testing machine with ring clamp; steel ball replaced with a 511 6" diameter solid steel cylinder with flat tip centered within the ring clamp. The geotextile shall be furnished in a protective wrapping which will protect the fabric from ultraviolet radiation and abrasion. The geotextile shall be covered with the appro- priate soil cover within two weeks of its placement. PART 3 - EXECUTION 3.01 A. B. GENERAL The method and rate of application shall be per the manufacturer's instructions for a total kill of vegetation] a copy of which will be provided the University for approval prior to use. The individual applying this material must be licensed with the State DEP. Care must be taken to avoid all lawn and planted areas from receiving this material. Any damage caused to these areas by this material shall be corrected by the contractor at no additional cost to the Univer- sity. The geotextile shall be placed in the manner and at the locations shown on the plans. Should the geotextile be damaged during construction, the torn or punctured section shall be re- paired by placing a piece of fabric that is sufficiently large to cover the damaged area plus two feet of adjacent undamaged geotextile in all directions. END OF SECTION 4- \#Revised 10/08/03 Contract No. 38022 Page 321 of 321 Pages ~ APPENDIX “A” APPENDIX “By’ BID ALTERNATE “B” NATURAL TURF This bid alternate is to install natural turf at the multi-purpose sports-field instead of synthetic turf. Cost includes: 1. Elimination of: a. Soil excavation and export as called for in the synthetic turf specifications. b. Synthetic turf subsurface drainage system. c. Synthetic turf and appurtenances. 2. Addition of a. b. C. d. e. Finish grade of the ballfield to match finish grade shown on the “Grading and Drainage Plans.” Specified brickdust for entire infield area. All irrigation equipment and labor to perform the work as shown on the attached irrigation plan exhibit. All work and materials associated with installation of specified hydroseeded turf ballfield mix including seed, amendments, etc. Seed mix as follows: Agrono-Tec 2A @ 8 Ibs/l ,000 SF Agrono Mulch @ 1,500 Ibs/ac Terra-Sorb GB @ 50 Ibs/ac Gro Power @ 200 Ibs/ac Bolco 100-ML baseball bases and 205-BA anchors. SCALE. 1"= 60'-0" OCTOBER 7, 2004 CITY OF CARLSBAD I BID ALTERNATE - NATURAL TURF IRRIGATION PLAN RECREATION DEPARTMENT PARK DEVELOPMENT DIVISION PINE AVENUE PARK 1200 CARLSBAD WUGE DRIVE - CARLSBAO, CA 92008 PHONE (760) 434-2826 - FAX (760) 720-8917 e APPENDIX “‘C” c e ITEM DESCRIPTION 1 1 BEDDING MATERIAL 1 v) W v) f 0 z W P SPFC /D WG SECT'02223 TRENCH WIDTH AT TOP OF TRENCH NOT LIMITED TOP OF BACKFILL TO BE SAME AS ORIGINAL GROUND AND MATCH ADJACENT UNDISTURBED GROUND TOP OF PIPE i LIMITED .0 BACKFILL TRENCH ZONE WITH NATIVE EARTH BACKFILL OR IMPORTED MATERIAL MARKING TAPE 0 BACKFILL PIPE BASE AND PIPE ZONE WITH IMPORTED SAND HAUNCHING I ?EV. APPROVED IDATE I CARLSBAD MUNICIPAL WATER DISTRICT Ifi~ p I I - 6-04 I I I -- TYPICAL TRENCH SECTION 1- STANDARD DWG. NO. mOR@ TEM 1 2 3 4 5 6 7 8 9 10 e I- o W Z - DESCRl PION SPEC /D WG 2" COPPER SERVICE PIPE OUTLET ON PVC PRESSURE PIPE 8 OUTLET ON ACP PIPE 8 OUTLET ON CML&C STEEL PIPE 9 OUTLET ON DUCTILE IRON PIPE 9 2" ANGLE METER STOP METER BOX AND COVER (TRAFFIC AREA) METER BOX AND COVER (NON-TRAFFIC AREA) 2" C X C 90' ELL (SILVER SOLDERED). 30 LB. ZINC ANODE WITH ANODE LEAD WIRE 25 L 0 o -- ZEV. APPROVED METER BY q DISTRICT./ DATE CARLSBAD MUNICIPAL WATER DISTRICT fi~ &7 - 6-04 2" WATER SERVICE CONNECT1 ON CITY ENGINEER DATE FOR I 112" & 2" METERS STANDARD DWG. NO. w4 I L!EGRLvE BY DISTFXT. 1. DISTRICT WILL SET METER AND BALL VALE 2. ALL COPPER JIONTS SHALL BE SILVER SOLDEREC IN CONFORMANCE WITH SPECIFICATIONS. 3. TAP TO MAIN TO BE MINIMUM OF 18" FROM NEAREST COUPLING OF TAP. 4. POSITION ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. SEE DETAIL DRAWING W3. 5. FOR NON-CONTIGUOUS SIDEWALK I I I I A.C. MAIN rtl ?EV. APPROVED FOR WATER SERVICE CONNECTION ( TYP. DATE CARLSBAD MUNICIPAL WATER DISTRICT A, p - 6-0k OUTLETS ON A.C. OR P.V.C. MAIN FOR ENGINEER DATE I P.V.C. MAIN -1 I INCH THRU 2 INCH ASSEMBLIES STANDARD DWG. NO. W8 NOTES: 1. THERE SHALL BE NO FITTINGS OR CONNECTIONS BETWEEN THE METER AND BACKFLOW ASSEMBLY. I1 /I 12” MIN. 36” MAX. @-- c 36” MAX. L &w I* ITEM 1 2 3 4 5 6 7 8 2. CONSTRUCT 2’ HIGH RETAINING WALL ON 3 SIDES OF BACKFLOW PREVENTER WHEN INSTALLED ON 4:l OR GREATER SLOPE. OPEN END SHALL BE AT DOWHILL SIDE OF SLOPE. PROMDE 2 HORIZONTAL CLEARANCE BETWEEN WALL AND BACKFLOW PREVENTER. 3. DO NOT INSTALL IN AREA SUBJECT TO fL00DING. DESCRIPTION SPEC/D WG METER AND VALVE ( BY DISTRICT ). TYPE K HARD OR TYPE L HARD COPPER OR BRASS RISER. 9 COPPER OR BRASS 90’ ELBOW ( SOLDER JOINTS OR THREADED FITTINGS ). COPPER OR BRASS NIPPLE. BRASS UNION. APPROVED BACKFLOW PREVENTER ASSEMBLY. CONCRETE THRUST BLOCK MFTFR BOX ( BY DISTRICT ). h I I REV. APPROVED IDATE I CARLSBAD MUNICIPAL WATER DISTRICT Ifi~ p I I I - 6-04 2 INCH AND UNDER BACKFLOW INSTALLATION -- CITY ENGINEER 1- c ZINC ANODE ANODE LEAD ABOVE GRADE CONNECTION ABOVE GRADE CONNECTION NOTES: 1.RlSER PIPE SHALL BE WIRE BRUSHED TO CLEAN BRIGHT METAL. 2.PlPE CLAMP SHALL BE LOCATED ON RISER PIPE. 3.WIRE INSULATION SHALL BE STRIPPED TO A MINIMUM LENGTH TO CONNECT WIRE TO PIPE CLAMP. PACKAGED BACKFILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULFATE INGOT WEIGHT 30 LBS. PKGD. WEIGHT 70 LBS. APPROX. I ZEV. APPROVED IDATE I CARLSBAD MUNICIPAL WATER DISTRICT IA, Q - - 6-OL - _. -1 ZINC ANODE AND CONNECTORS CITY ENGINEER DATE -+---+-I FOR I" AND 2" WATER SERVICE STANDARD DWG. NO. w25 APPENDIX “D” ABC CONTRACTORS OFFICE # (76O)XXX-XXXX FIELD # (76O)XXX-XXXX dear resident: As a part of the City of Carlsbad’s ongoing program to maintain it: streets, your street will be resurfaced with a layer of asphalt concrete over the existing roadway surface. This construction will require the clos ing of your street to through traffic for one day. Your street, from XYZ St to XYZAve. will be closed to through traffic and resurfaced on: from 7:OOA.M. to 5:OO P.M. If you don’t plan to leave your home by 7:OO A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either-the Contracfor or the City of Carlsbad Engineering In- spection Department. When walking to and from your car, remember no1 to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphall is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at (76O)XXX-XXXX if you have any questions regarding the project. Resur- facing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day, If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Engineer- ing Inspection Department at 438-1 161x4323. Thank you for your cooperation as we work to make a better City of Carlsbad. MON. TUE. WED. THU. FRI. DATE RESIDENT NOTIFICATION EXAMPLE CITY OF CARLSBAD ROAD WORK APPENDICES “E”, “F”, AND “G” AVAILABLE UPON REQUEST