Loading...
HomeMy WebLinkAboutMarathon General Inc; 2009-06-22; PWS09-21ENGRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOCtt 2010-0324045 JUN28, 2010 11:23 AM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE DAVID L BUTLER, COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1 . The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on February 10, 2010. 6. The name of the contractor for such work or improvement is Marathon General, 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: Poinsettia Community Park - Phase 2B Parking Lots, Project No. 4504. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on ffltUsuLA 3 , 2010, accepted the above described work as completed and ordered mat a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on/^u/xjg £• 3> 2010, at Carlsbad, California. OF CARLSBADCl AB# 20,277 RESO. #2010-159 City AINEM.WOOD Clerk 0 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS/-~w FOR POINSETTIA COMMUNITY PARK PHASE 2B PARKING LOTS CONTRACT NO. 4504 BID NO. PWS09-21ENG oRevised 05/01/08 Contract No. 4504 Page 1 of 128 Pages TABLE OF CONTENTS item Page Notice Inviting Bids 7 Contractor's Proposal 11 Bid Security Form 18 Bidder's Bond to Accompany Proposal 19 Guide for Completing the "Designation Of Subcontractors" Form 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items 23 Bidder's Statement of Technical Ability and Experience 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 25 Bidder's Statement of Re Debarment 26 Bidder's Disclosure of Discipline Record 27 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 29 Contract Public Works 30 Labor and Materials Bond 36 Faithful Performance/Warranty Bond 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 40 Revised 05/01 /08 Contract No. 4504 Page 2 of 128 Pages GENERAL PROVISIONS •*. Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 43 1-2 Definitions 44 1-3 Abbreviations 48 1-4 Units of Measure 51 1-5 Symbols 52 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 53 2-2 Assignment 53 2-3 Subcontracts 53 2-4 Contract Bonds 54 2-5 Plans and Specifications 55 2-6 Workto be Done 59 2-7 Subsurface Data 59 2-8 Right-of-Way 59 2-9 Surveying 59 2-10 Authority of Board and Engineer 63 2-11 Inspection 64 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 64 3-2 Changes Initiated by the Agency 64 3-3 Extra Work 66 3-4 Changed Conditions 68 3-5 Disputed Work 69 Section 4 Control of Materials 4-1 Materials and Workmanship 72 4-2 Materials Transportation, Handling and Storage 77 Section 5 Utilities 5-1 Location 77 5-2 Protection 77 5-3 Removal 78 5-4 Relocation 78 5-5 Delays 79 5-6 Cooperation 80 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 80 6-2 Prosecution of Work 83 6-3 Suspension of Work 84 6-4 Default by Contractor 84 6-5 Termination of Contract 85 6-6 Delays and Extensions of Time 85 6-7 Time of Completion 86 6-8 Completion, Acceptance, and Warranty 87 ^ 6-9 Liquidated Damages 87 X,*** 6-10 Use of Improvement During Construction 88 Revised 05/01/08 Contract No. 4504 Page 3 of 128 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 88 7-2 Labor 88 7-3 Liability Insurance 88 7-4 Workers' Compensation Insurance 88 7-5 Permits 89 7-6 The Contractor's Representative 89 7-7 Cooperation and Collateral Work 89 7-8 Project Site Maintenance 90 7-9 Protection and Restoration of Existing Improvements 92 7-10 Public Convenience and Safety 92 7-11 Patent Fees or Royalties 99 7-12 Advertising 100 7-13 Laws to be Observed 100 7-14 Antitrust Claims 100 Section 8 Facilities for Agency Personnel 8-1 General 100 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 100 9-2 Lump Sum Work 101 9-3 Payment 101 9-4 Bid Items 104 Revised 05/01/08 Contract No. 4504 Page 4 of 128 Pages Part 2 SUPPLEMENTAL PROVISIONS TO PART 2 AND 3 Construction Materials Section 200 Rock Materials 200-1 Rock Products 108 200-2 Untreated Base Materials 109 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete 110 201-3 Expansion Joint Filler and Joint Sealants 112 Section 203 Bituminous Materials 203-6 Asphalt Concrete 113 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 114 Section 207 Pipe 207-25 Underground Utility Marking Tape 116 Section 210 Paint and Protective Coatings 210-1 Paint 117 210-3 Galvanizing 117 Section 213 Engineering Fabrics 213-2 Geotextiles 118 213-3 Erosion Control Specialties 118 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 119 300-2 Unclassified Excavation 119 300-3 Structure Excavation and Backfill 121 300-4 Unclassified Fill 121 300-9 Geotextiles for Erosion Control and Water Pollution Control 122 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation 123 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement 124 302-13 Asphalt Pavement Repairs and Remediation 125 Section 303 Concrete and Masonry Construction. 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 126 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 127 Section 310 Painting 310-5 Painting Various Surfaces 127 310-7 Permanent Signing 128 '<**„ Revised 05/01/08 Contract No. 4504 Page 5 of 128 Pages TECHNICAL SPECIFICATIONS DIVISION 02 - SITE WORK 02372 Storm Water Pollution Prevention 02810 Landscape Irrigation Systems 02900 Landscaping DIVISION 16 - ELECTRICAL 16010 General Electrical Requirements 1 61 00 Basic Electrical Materials & Methods 16400 Service & Distribution 16500 Lighting APPENDIX A - GEOTECHNICAL REPORT A•^ Revised 05/01/08 Contract No. 4504 Page 6 of 128 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON APRIL 22, 2009, 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: two parking lots at Poinsettia Community Park with associated lighting, landscaping, and other appurtenances. POINSETTIA COMMUNITY PARK- PHASE 2B PARKING LOTS CONTRACT NO. 4504 BID NO. PWS09-21ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3. current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards. Inc.), all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. Revised 05/01/08 Contract No. 4504 Page 7 of 128 Pages BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $499,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid DOES NOT involve federal funds. The following classifications are acceptable for this contract: "A" ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $45.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 05/01/08 Contract No. 4504 Page 8 of 128 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the City to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Revised 05/01/08 Contract No. 4504 Page 9 of 128 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2009-046, adopted on the 10™ day of March, 2009. March 11, 2009 Date Deputy City Clerk Revised 05/01/08 Contract No. 4504 Page 10 of 128 Pages CITY OF CARLSBAD POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4504 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Item No. Description 1 o Approximate Quantity And Unit LS fe (Price in Words)" Storm Water Pollution Prevention Plan (SWPPP) & Implementation (Price in Words) Unclassified Excavation &LS (Unit Price in Words) Unit Price (Figures) H.'SOS.' Total Amount (Figures) $ LS $ J.S'OO*QS-SO- 4000- " " " ^ . 00° in Words) 5 Asphalt Concrete Pavement 771 TONS $ QJ. OPENED, WITNESSED AND RECORDED: I Revised 05/01/08 Contract No. 4504 SIGNATURE Page 11 of 128 Pages 13 lass II Aggregate Base at- 900 TONS $_ (Unit^rice in Words) Curb per SDRSD G-7 (Unit Price in Words) (Unit Price in Words) 9 Signing, Striping, and 5nt Markers (Price in Words) 10 7-1/2" Concrete Driveway per of Carlsbad GS-20at 12 (Unit Price in Wor 11 Area Drain (18" x 18")per an detail DS-1 (Unitrice in Words) Connection to Existing Type (Price in Worcfs) 14 4" Thick PCC Sidewalk per, SBRSD - ' " (Unit Price in Words) (untt Price in Words) 8-inch PVC drain pipe (SDR ) , >tf 7 997 LF $ LF $ 2EA LS $^ 1 EA $ 242 LF $ 2,622 SF $ $ ID, CXD 15 Modified Type D Curb Ramp 2 EA $ 3. 7*^.£ • (On t Price in Words) Revised 05/01/08 Contract No. 4504 Page 12 of 128 Pages 16 Type A Curb Ramp with Truncated Domes per S_PRSQQ-27_R.amp/J 1 7 (Unit Price in Words) Type C Curb Ramp with Truncated Domes per fUnit Price in Words') 18 6-inch Concrete Mow Curb 21 (Price in Words) / Lighting and Electrical 2EA 2 EA (Unit Price in Words) 19 Landscaping Complete In place LS 791 LF $ Irrigation Complete In Place at LS $ 3fA*iO. Total amount of bid in numbers: $ 00 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). { *e v— has/have been received and is/are included in this proposal. Bid item summary descriptions are provided in Section 9-3.5 of the General Provisions for the contractor's convenience. Revised 05/01/08 Contract No. 4504 Page 13 of 128 Pages The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number £~S'/3/£7 , classification ^ which expires on A - %0 • 30 \V , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is pOv>A. (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. Revised 05/01/08 Contract No. 4504 Page 14 of 128 Paqes Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 1 of 1 Department of Consumer Affairs **• v ^ Contractors State License Board Contractor's License Detail - License # 551314 &1A DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. ••» CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. ••*> Per B&P.7071,17, only construction related civil judgments reported to the CSLB are disclosed. ••» Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. » Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Classifications: Bonding: 551314 Extract Date: 04/22/2009 MARATHON GENERAL INC 130 SOUTH HALE AVENUE ESCONDIDO, CA 92029 Business Phone Number: (760) 738-9714 Corporation 12/15/1988 04/30/2011 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION A GENERAL ENGINEERING CONIRACIQR CONTRACTOR'S BOND This license filed Contractor's Bond number SC938481 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNJTY COMPANY. Effective Date: 03/02/2009 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) MARK STEVEN MILLER certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 09/29/1989 This license has workers compensation insurance with the OLD REPUBLIC INSURANCE COMPANY Workers' Compensation: Policy Number: A1CW02155900 Effective Date: 01/01/2009 Expire Date: 01/01/2010 Workers'...Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Conditions of. Use | Privacy..Policy Copyright © 2009 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 4/22/2009 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. (5) E-Mail (Street and Number) IF A PARTNERSHIP. SIGN HERE: A/ / A (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 05/01/08 Contract No. 4504 Page 15 of 128 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted 11 lAo/TUofv (jtf\iCoJ( \ I ^^^ £2* (2). (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of C A (4) Place of Business (Street and Number) City and State £X(.Cy-Kki'Ao CA (5) Zip Code ^P^i _ Telephone No. llpD (6) E-Mail ^TOLeA/^MA^AGEM CQITV\ _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 05/01/08 Contract No. 4504 Page 16 of 128 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On April 22. 2009 before me, Date Bonnie L. Huckins, Notary Public personally appeared Here Insert Name and Title of the Officer Steve Gallant Name(s) of Signer(s) IONNIE L. Commission *1794«0t Notary Public-CoHtomto i San Diego County = 1 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)ds)rare subscribed to the within instrument and acknowledged to me that !ji|fehe/they executed the same iritrjJiJtier/their authorized capacity(ies), and that by^jg^ier/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature oFNotary Public Though the information below /s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: S V. f. m;\ JL. Revised 05/01/08 Contract No. 4504 Page 17 of 128 Pages BID SECURITY FORM (Check to Accompany Bid) POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 05/01/08 Contract No. 4504 Page 18 of 128 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 KNOW ALL PERSONS BY THESE PRESENTS: That we, Marathon General. Inc. , as Principal, and Insurance Company of the West as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of Bid Amount for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force md effect, and the amount specified herein shall be forfeited to the said City. Revised 05/01/08 Contract No. 4504 - Page 19 of 128 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 21st day of April ,2009 PRINCIPAL: Marathon General, Inc. (name of Pjapcipal) (sigfi here) Steve Gallant (print name here) Vice President 20th (Title and Organization of Signatory) By: (sign here) (print name here) (title and organization of signatory) Executed by SURETY this Of April ~__, 2009 SURETY: Insurance Company of the West (name of Surety) 10509 Sorrento Valley Parkway, Suite 310 San Diego, CA 92121 - (address of Surety) (858)558-3710 (telephone number of Surety) Bv: "TU dOl (signature of Aworney-in-Fact) Maria Whrtecage (printed name of Attorney-in-Fact) day (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Revised 05/01/08 Contract No. 4504 Page 20 of 128 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On April 21. 2009 before me, Bonnie L. Huckins, Notary Public Here Insert Name and Title of the Officer personally appeared Steve Gallant Name(s) of Signer(s) BONNIE I. HUCKINS Commission * I794t0« Notary PubHc - California i San Dtogo County - MyComm.ftpmMayl.20ia I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)^sfere subscribed to the within instrument and acknowledged to me that ^i§/she/they executed the same in^ilpher/their authorized capacity(ies), and that by(hjs/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ D Individual D Corporate Officer — Title(s): _ D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT V«»tate of California County of San Diego On APR 2 0 2009 .before me, Lilia Robinson, Notary Public personally appeared Maria Whitecaae who proved to me on the basis of satisfactory evidence to be the person(ji) whose name(iO is/jlre subscribed to the within instrument and acknowledged to me that W/she/ttfey executed the same in hv&/her/tty6ir capacity(ijfes), and that by hjfe/her/ttylir signature(s) on the instrument the person^), or the entity upon behalf of which the person(^) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the state of California that the foregoing paragraph is true and correct. IA ROBINSON J M. #1625335 n PUBUC-CAUFORNlACfi SAN DIEGO COUNTV « My Commission Expires a NOVEMBER 29.2009 § WITNESS my id official seal. J_ Signature of Rotary 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 INDIVIDUAL CORPORATE OFFICER D PARTNER(S) D MEMBER of LLC D ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Signer(s) other than named above No. 0001363 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint LAWRENCE F. MCMAHON, PENNY E. KELLEY, JAMES BALDASSARE, JR., MARIA WHITECAGE, AUDREY RODRIGUEZ their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California •> I ss.County of San Diego On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MARYC06BCOMM.«lf .NOTARY PUBUC-i SAN OIE6O COUNTY Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force.APR 2 0 2009IN WITNESS WHEREOF, I have set my hand this._ day of _ Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1 111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. Company Profile Page 1 of2 CALIFORNIA DEPARTMENT OF INSURANCE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information IMAIC Group List Lines of Business Financial Statements PDF's Annual Statements Quarterly Statements CA Supplements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information INSURANCE COMPANY OF THE WEST PO BOX 85563 SAN DIEGO, CA 92186-5563 800-877-1111 Old Company Names back to top Agent For Service MARY CANNON 11455 ELCAMINO REAL SAN DIEGO CA 92130 back to top Reference Information back to top NAIC Group List Effective Date NAIC #: California Company ID #: Date Authorized in California: License Status: Company Type: State of Domicile: 27847 2071-9 05/17/1972 UNLIMITED-NORMAL Property & Casualty CALIFORNIA NAIC Group #: back to top 0922 ICW GROUP Lines Of Business 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 DISABILITY FIRE http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 4/22/2009 Company Profile Page 2 of 2 LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance http://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 4/22/2009 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractors) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 05/01/08 Contract No. 4504 Page 21 of 128 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various ***' supplemental provisions. The decision of the City Council shall be final. S^ite ,.„ 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 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 05/01/08 Contract No. 4504 Page 22 of 128 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 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 tne Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License fib. and Classification* Amount of Work by Subcontractor in Dollars* 34,06)0. gg- p^f-t u^, ^^^*ro«.v y -J eco. Page of pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A! California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 05/01/08 Contract No. 4504 Page 23 of 128 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 The Bidder is required to state what work, of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Competed Name and Address of ;ih0 Name and Phone No. of Person to Contract Type of Work Amount of Contract 3/*? ^ oo Tf f»r Revised 05/01/08 Contract No. 4504 Page 24 of 128 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 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: D Comprehensive General Liability D Automobile Liability D Workers Compensation D Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Jfk Revised 05/01/08 Contract No. 4504 Page 25 of 128 Pages ACORDT, CERTIFICATE OF LIABILITY INSURANCE wmfiSnuS? PRODUCER Barney & Barney LLC CA Insurance Lie: OC03950 9171 Towne Centre Drive, Suite 500 San Diego, CA 92 122 858-457-3414 INSURED Marathon General, Inc. 130 South Hale Avenue Escondido, CA 92029 ! THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: The Travelers Indemnity Company of Connecticut INSURER B Travelers Property Casualty Company of America INSURER C: O'd Republic General Insurance Corp INSURER D: INSURER E: NAIC# 25682 25674 COVERAGES 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. INSR lAOD'LLTR INSRD B A B C X TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY j CLAIMS MADE | X | OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: ~~| POLICY [Tl ?ERC°T HLOC AU; X — OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY X 1 OCCUR j 1 CLAIMS MADE DEDUCTIBLE RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? If yes, describe underSPECIAL PROVISIONS below OTHER POLICY NUMBER DTECO2836N790T1L09 DT8102836N790TCT09 DTSMCUP2836N790T1L09 A1CW93970900 POLICY EFFECTIVEDATE IMM/DD/YYI 3/14/2009 3/14/2009 3/14/2009 1/1/2009 POLICY EXPIRATIONDATE (MM/DD/YY1 3/14/2010 3/14/2010 3/14/2010 1/1/2010 LIMITS EACH OCCURRENCE DAMAGE TO RENtEDPREMISES (Ea occurence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGO COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY(Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EAACC AUTO ONLY: AGG EACH OCCURRENCE AGGREGATE V WCSTATU- 1OTH-•^ TORY LIMITS \ ER E.L EACH ACCIDENT $ 1,000,000 PS 300,000 $ 5,000 $ 1,000,000 $ 2,000,000 $ 2,000,000 s 1,000,000 $ $ $ $ $ $ $1,000,000 $ 1,000,000 $ $ $ $1,000,000 E.L. DISEASE - EA EMPLOYEE) $ 1 ,000,000 E.L. DISEASE - POLICY LIMIT $ 1 ,000,000 Job #08-2 11 -Grading/Asphalt Paving. Project Duration: 3/2008 to 3/2009. Right of Way Permit. South Melrose Ave., Carlsbad, CA. City of Carlsbad; & JT Kruer & Company, 10251 Vista Sorrento Pkwy., #135, San Diego, CA. 92121 are named additional insured regarding General Liability, CERTIFICATE HOLDER CANCELLATION City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE nose Xing ACORD 25 (2001/08) CHent # 48501 Mst # 10030 Cert# 170211 Subject: ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) INSURED: Marathon General, Inc. POLICY*: DTEC02836N790TIL09 COMPANY: Travelers Property Casualty Company of Amerk POLICY PERIOD: 3/14/2009 JO 3/14/2010 EFFECTIVE DATE: 3/17/2009 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS OPERATIONS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", 3. "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization, 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in 4. Section III - Limits Of Insurance, b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including; i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard". The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. CG D2 48 08 05 <§> 2005 The St. Paul Travelers Companies, Inc.Page 1 of 2 COMMERCIAL GENERAL LIABILITY b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable, c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnify of any claim or "suit* to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3, above. 5. The following definition is added to SECTION V. -DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you: b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 ©2005 The St. Paul Travelers Companies, Inc.CG D2 48 08 05 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: (narnaof Contractor) (print name/title) Page.of pages of this Re Debarment form Revised 05/01/08 Contract No. 4504 Page 26 of 128 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _ of _ pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 4504 Page 27 of 128 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) POINSETTIA COMMUNITY PARK- PHASE 2B PARKING LOTS CONTRACT NO. 4504 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: l^c- (name_pf Contractor) _ (sigrf here) (print name/title) * Page _ of _ pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 4504 Page 28 of 128 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 State of California County of San Diego ) Steve Gallant ) ss. (Name of Bidder) and says that he or she is Vice President of _, being first duly sworn, deposes (Title) Marathon General, 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 22nd day of April , 20 °9 . Signature of Bidder Subscribed and sworn to before me on the 22nd day of April , 2009 (NOTARY SEAL) i MMCIWW ConniMMion*l7t4MI_ ... .B : Revised 05/01/08 Signature of Notary Contract No. 4504 Page 29 of 128 Pages of Carlsbad Public Works - Contract Administration April 15, 2009 ADDENDUM NO. 1 RE: POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS BID NO. PWS09-21ENG, CONTRACT NO. 4504 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (76O) 602-8562 CITY OF CARLSBAD POINSETTIA COMMUNITY PARK-PHASE 2B PARKING LOTS Bid No. PWS09-21ENG Addendum No. 1 From: No. of Pages: Date: Bid Opening Date: Eva Plajzer, Project Manager Phone: (760)602-2787 Fax: (760) 602-8562 1 (including this page) April, 152009 April 22, 2009 2:00 pm (unchanged) Request 1. Please clarify the color of the Visionaire Poles (color to match existing fixtures). Response The Contractor shall field verify the color of the existing poles and submit color samples to match for review and approval by the City as part of the shop drawings submittal process. Contract No. 5006 Addendum No. 1 of Carlsbad Public Works - Contract Administration April 16, 2009 ADDENDUM NO. 2 RE: POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS BID NO. PWS09-21ENG, CONTRACT NO. 4504 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 - (760) 6O2-4677 - FAX (760) 6O2-8562 CITY OF CARLSBAD POINSETTIA COMMUNITY PARK-PHASE 2B PARKING LOTS BidNo. PWS09-21ENG Addendum No. 2 From: Eva Plajzer, Project Manager Phone: (760)602-2787 Fax: (760) 602-8562 No. of Pages: 1 (including this page) Date: April, 15 2009 Bid Opening Date: April 22, 2009 2:00 pm (unchanged) Page 12 of Contract Documents. Contractor's Proposal Bid Item 7: 6" Curb Delete per SDRSD G-7 and replace with SDRSD G-1 Contract No. 5006 Addendum No. 1 CONTRACT PUBLIC WORKS This agreement is made this cr\£A.v^Q day of \ ylQ^--- , 20(/{. by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Marathon General, Inc. whose principal place of business is 130 South Hale Avenue Escondido CA 92029 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 05/01/08 Contract No. 4504 l" Page 30 of 128 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 DSC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. •^ Revised 05/01/08 Contract No. 4504 Page 31 of 128 Pages Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the 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. 9. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. 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 05/01/08 Contract No. 4504 Page 32 of 128 Pages c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 10. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Revised 05/01/08 Contract No. 4504 Page 33 of 128 Pages (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 abovex " ^^ init \/l/ init 12.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. 13. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 14. 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. Revised 05/01/08 Contract No. 4504 Page 34 of 128 Pages 15. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: (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 Bv: XI OJ Deputy City Attorney Revised 05/01/08 Contract No. 4504 Page 35 of 128 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego Qn June 11, 2009 Date personally appeared _ before me,Bonnie L. Huckins, Notary Public Here Insert Name and Title of the Officer Steve Gallant Name(s) of Signer(s) BONNIE L. HUCKINS | Commission * 1794808 I Notary Public - California i San Diego County * MyOomm.Bg*»Moy 1.2012 j who proved to me on the basis of^atisfactory evidence to be the person(s) whose name(s(_js^re subscribed to the within instrument and acknowledged to me that !Tjgfehe/they executed the same in(Jj§2her/their authorized capacity(ies), and that byChi^her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of NotSfy Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association• 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On June 11, 2009 before me, Date personally appeared Bonnie L. Huckins, Notary Public Here Insert Name and Title of the Officer Mark S. Miller Name(s) of Signer(s) BONNIE L. HUCKINS Commlwlon#1794»0« _ Notary Public - California | San DtoflP County - who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)Q^ire subscribed to the tithin instrument and acknowledged to me that she/they executed the same in^jj§?her/their authorized capacity (ies), and that byrtijsjlher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person (s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature OPTIONAL - Signature of Notary Public Though the information below /s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Solo Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder:Call Toll-Free 1 -800-876-6827 08/04/2009 TO: RECORDS MANAGEMENT FROM: Sr. Contract Administrator ADDITIONAL DOCUMENT FOR A STORED CONTRACT Attached is a document that belongs with the original copy of its related contract. Would you please insert these pages before page "36 of 128" of this contract: Name: Poinsettia Community Park - Phase 2B Parking Lot, Cont No. 4504 Contractor: Marathon General Inc. Bid No.: PWS09-21ENG Thank you. KEVIN DAVIS Attachments RECEIVED AUG G S 20GS ENGINEERING DEPARTMENT July 23, 2009 •Alliant DRIVER COMMERCIAL GROUP Attn: Don Tolen Marathon General, Inc. 130 S. Have Avenue Escondido, CA 92029 Re: Poinsettia Community Park - Phase 2B Parking Lots Project Obligee: City of Carlsbad | Bond amount: $232,447.00 Dear Don: In referenced to the above subject, enclosed is a rider amending the Bond number. The Bond number previously issued (Bond no. 2304218) for this bond was already assigned to another contractor. We apologize for this error. Please submit the original to the City of Carlsbad. A copy is included for your records. Should you have any questions, please contact me at 61 9.849.3851. Sincerely, Alliant Insurance Services, Inc. Maria Whitecage Contract Surety mwhitecaqe@alliantinsurance.com Enclosures Alliant Insurance Services, Inc. • 701 B Street • 6th Floor • San Diego, CA 92101-8156 PHONE (619) 238-1828 • www.alliantinsurance.com • License No. OC36861 I.C.W. GROUP Kl INSURANCE COMPANY OF THE WEST D EXPLORER INSURANCE COMPANY D INDEPENDENCE CASUALTY AND SURETY COMPANY 10509 Vista Sorrento Pkwy #310, San Diego, CA 92121 Phone (858) 558-3710 Fax (858) 558-3712 BOND NUMBER CHANGE RIDER To be attached to and form part of Bond No. 2304218 in the amount of $232,447.00 (Two Hundred Twenty Three Thousand, Four Hundred Forty Seven and 00/100 issued by Insurance Company of the West in favor of Marathon General, Inc. It is understood and agreed that the bond described above is hereby modified by changing the Bond Number to 2304217 effective 6/10/2009. It is further expressly understood and agreed that the aggregate liability of $232,447.00 (Two Hundred Twenty Three Thousand, Four Hundred Forty Seven and 00/100) under said bond shall not exceed the amount stated above. Nothing herein contained shall be held to vary, alter, waive, or extend any of the terms, agreements, conditions or limitations of the above mentioned bond, other than as above stated. Signed, sealed, and dated this 23rd of July, 2009. Insurance Company of the West Maria Whitecage Attorney-In-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego OnJUL 2 3 2009 before me, Sarah Stupin , Notary Public personally appeared Maria VVhitecage who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/a*e, subscribed to the within instrument and acknowledged to me that^he/she/they, executed the same inTus^her/theit.capacity(ies), and that byshi§/her/Qieit,signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the state of California that the foregoing paragraph is true and correct. SARAH STUPiN COMM. #1778881 NOTARY PUBLIC • CALIFORNIA g SAN DIEGO COUNTY -JCommission Expires Nov. 8, 2011 $fSfJVVJWfSfSJVJVfJVftJVfJVJWJWJVVfffAWM WITNESS my 1 seal. Signature of N 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 D INDIVIDUAL D CORPORATE OFFICER D PARTNER(S) D MEMBER of LLC E3 ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING. NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Signer(s) other than named above No. 0001363 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint LAWRENCE F. MCMAHON, JAMES BALDASSARE, JR., SARAH STUPIN, LILIA ROBINSON, MARIA WHITECAGE, AUDREY RODRIGUEZ their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY / Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California •» ( ss.County of San Diego On January 2,2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MARY COCOMM.4H 38 12390 SAN OEGO COUNTY My Cominiaeipn EXPJUBB ?SEPTEMBER £0. MM j Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-iii-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in fall force. JUL Ju oIN WITNESS WHEREOF, I have set my hand this.day of _ Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. Bond Number: 2304218 Premium included in Performance Bond. LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2009-108, adopted May 19, 2009, has awarded to Marathon General, Inc. (hereinafter designated as the "Principal"), a Contract for: POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Marathon General, Inc., as Principal, (hereinafter designated as the "Contractor"), and Insurance Company of the West as Surety, are held firmly bound unto the City of Carlsbad in the sum of Two Hundred Thirty Two Thousand Four Hundred Forty Seven Dollars ($232,447.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable 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 brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 05/01/08 Contract No. 4504 Page 36 of 128 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Hth day of June , 2009 CONTRACTOR: Marathon General, Inc. (name of Contractor) Bv: ' '"(signhere)1 Steve Gallant (print name here) Vice President >f signatory) Executed by SURETY this. of June 10th .day .,2009 . SURETY: Insurance Company of the West 10509 Sorrento Valley Parkway, Suite 310 San Diego, CA 92121 (address of Surety) (858)558-3710 (telephone number of Surety) By:. (sign here) Mark S. Miller (print name here) Secretary (signature of Attomey-in-Facl) Maria Whitecage, Attorney-ln-Fact (printed name of Attomey-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Revised 05/01/08 Contract No. 4504 Page 37 of 128 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego Qn June 11, 2009 Date before me,Bonnie L. Huckins, Notary Public Here Insert Name and Title of the Officer personally appeared Mark S. Miller Name(s) of Signer(s) BONNIE L. HUCKINS | CommlMlon * 1794IM [ Notary Public - Collfomla i Son Dtogo County f who proved to me on the basis of satisfactory evidence to be the person(s) whose nameis^j^are subscribed to the within instrument and acknowledged to me that (Jg?she/they executed the same in(fTJghier/their authorized capacity(ies), and that by(hj§frier/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ D Individual D Corporate Officer — Title(s): _ D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association• 9350 De Soto Ave., P.O.Box 2402-Chatsworth,CA 91313-2402-www.NationalNotary.org Item #5907 Reorder:CallToll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego I On June 11, 2009 before me, Date personally appeared Bonnie L. Huckins. Notary Public Here Insert Name and Title of the Officer Steve Gallant Name(s) of Signer(s) L. HUCKINS Commltiton * 1794WM Notary Public - California i Ion Dtogo County I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)<^bre subscribed to the within instrument and acknowledged to me that ^Tjejfshe/they executed the same in(Hi^fher/their authorized capacity(ies), and that by(hj^her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature (^ Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association• 9350 De Soto Ave., P.O.Box 2402-Chatswortn, CA 91313-2402'www.NationalNotary.org Item #5907 Reorder:CallToll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On JUN 1 Q ZOO&efore me, Sarah Stupirn , Notary Public personally appeared Maria Whitecage who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/a*e. subscribed to the within instrument and acknowledged to me thatlie/she/they. executed the same inTii$/her/thei£capacity(ies), and that by"hi§/her/iheir^signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the state of California that the foregoing paragraph is true and correct.SARAH STUPINCOMM. #1778881 ,- NOTARY PUBLIC'CALIFORNIA § WITNESS my hand cial seal. Signature of Notary T 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 D INDIVIDUAL D CORPORATE OFFICER D PARTNER(S) D MEMBER of LLC IE! ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENnTY(IES) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Signer(s) other than named above No. 0001363 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint LAWRENCE F. MCMAHON, JAMES BALDASSARE, JR., SARAH STUPIN, LILIA ROBINSON, MARIA WHITECAGE, AUDREY RODRIGUEZ their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY ^^^^A*~"~J Jeffrey D. Sweeney, Assistant Secretary State of California •»f ss. / J. Douglas Browne, Senior Vice President County of San Diego On January 2,2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MARY COMM.4MYPl» Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-m-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force.JUN 1 0 2009IN WITNESS WHEREOF, I have set my hand this._ day of _ Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. Bond Number: 2304218 Premium: $2,092.00 Premium is for contract term and subject to adjustment based on final contract price. FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2009-108, adopted May 19, 2009, has awarded to Marathon General, Inc. (hereinafter designated as the "Principal"), a Contract for: POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Marathon General, Inc., as Principal, (hereinafter designated as the "Contractor"), and Insurance Company of the West as Surety, are held firmly bound unto the City of Carlsbad in the sum of Two Hundred Thirty Two Thousand Four Hundred Forty Seven Dollars ($232,447.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 05/01/08 Contract No. 4504 Page 38 of 128 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this llth day of June , 20 °9 . CONTRACTOR: Marathon General, Inc. (name of Contractor) Executed by SURETY this. June 10th . day of (sign here) Steve Gallant SURETY: Insurance Company of the West (name of Surety) 10509 Sorrento Valley Parkway, Suite 310 San Diego, CA 92121 (address of Surety) (858)558-3710 ,2009 (print name here) Vice President (telephone number of Surety) By: (Title and Organization of Signatory) :C**t lure ofUttc By: (signature ofVMtorney-in-Fact) Maria Whitecage, Attorney-ln-Fact (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (sign here) Mark S. Miller (print name here) Secretary (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney \9QL Deputy City Attorney y Revised 05/01/08 Contract No. 4504 Page 39 of 128 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On June 11. 2009 Date personally appeared _ before me, Bonnie L. Huckins. Notary Public Here Insert Name and Title of the Officer Steve Gallant Name{s) of Signer(s) •ONNIE L.HUCKINS Commission *1794tOt Notary Public - California San Diogo County MyComm.BiplnsMgyl.aOia 1 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)©'are subscribed to the within instrument and acknowledged to me that tJTeJshe/they executed the same ir(5J^her/their authorized capacity(ies), and that by^i§)her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. . I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature . OPTIONAL Signature of Notary Public 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• wvmv.NationalNotary.org Item #5907 Reorder: CallToll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On June 11, 2009 Date before me, Bonnie L. Huckins, Notary Public Here Insert Name and Title of the Officer personally appeared Mark S. Miller Name(s) of Signer(s) 1 BONNIE L. HUCKINS Commission * 1794MM Notary Public - Callfomia i San Dicao County | Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)®'are subscribed to the within instrument and acknowledged to me that (he>she/they executed the same inQijixher/their authorized capacity(ies), and that by(^^her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature. OPTIONAL - Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 •Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On JUN 1 Q 2009 before me, Sarah Stupin , Notary Public personally appeared Maria Whitecage who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aye^ subscribed to the within instrument and acknowledged to me that "he/she/they, executed the same inT»s/her/their_.capacity(ies), and that by^H$/her/Eheir^signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ffJWVWfJVJWJWWA SARAH STUPIN \ COMM. #1778881 ^ NOTARY PUBLIC* CALIFORNIA g _.. _. SAN DIEGO COUNTY 1^^ Commission Expires Nov. 8,2011] ^g^!U1juul^jvuVVU\JUVUWV«VVWWV'''"'<"""" I certify under PENALTY OF PURJURY under the laws of the state of California that the foregoing paragraph is true and correct. WITNESS my 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 D INDIVIDUAL D CORPORATE OFFICER DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document D PARTNER(S) D MEMBER of LLC 13 ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrTY(IES) Number of Pages Date of Document Signer(s) other than named above No. 0001363 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint LAWRENCE F. MCMAHON, JAMES BALDASSARE, JR., SARAH STUPIN, LILIA ROBINSON, MARIA WHITECAGE, AUDREY RODRIGUEZ their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary State of California •>{ ss.County of San Diego / J. Douglas Browne, Senior Vice President On January 2,2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MAflYCOOB ICOMM. 41608390 JL JOTABY PUBUC-GMJOtNA S SAN CNE60 COUNTY Q MyCommtaionEx SEPTEMBER 20.1 Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. II tM 1 A IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1 -800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CONTRACT NO. 4504 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 05/01/08 Contract No. 4504 Page 40 of 128 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature. Address 1635 Faraday Avenue. Carlsbad, CA 92008 For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature Address Revised 05/01/08 Contract No. 4504 Page 41 of 128 Pages 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 Name Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor:Title Name Signature. Address For Escrow Agent:Title Name Signature Address Revised 05/01/08 Contract No. 4504 Page 42 of 128 Pages GENERAL PROVISIONS FOR POINSETTIA COMMUNITY PARK - PHASE 2B PARKING LOTS CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 05/01/08 Contract No. 4504 Page 43 of 128 Pages 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Revised 05/01/08 Contract No. 4504 Page 44 of 128 Pages Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Revised 05/01/08 Contract No. 4504 Page 45 of 128 Pages Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc.o Revised 05/01/08 Contract No. 4504 Page 46 of 128 Pages Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street - Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 05/01/08 Contract No. 4504 Page 47 of 128 Pages 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate ARTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONG Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG .Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation o Revised 05/01/08 Contract No. 4504 Page 48 of 128 Pages FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP : Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent Revised 05/01/08 Contract No. 4504 Page 49 of 128 Pages SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH..... Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Waterworks Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey o Revised 05/01/08 Contract No. 4504 Page 50 of 128 Pages ^ 1-4 UNITS OF MEASURE. *"" 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (jim) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (ft) 0.0929 square meter (nrr) 1 square yard (yd ) 0.8361 square meter (m ) 1 cubic foot (ft) 0.0283 cubic meter (no1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 milliliters (ml)1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J)1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8x°C) + 32 °C = (°F-32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd)1 Lumen (Im) 1 second (s) Revised 05/01/08 Contract No. 4504 Page 51 of 128 Pages Common Metric Prefixes kilo(k) 10, centi(c) 10, milli(m) 10"3 micro (n) 10"^ nano(n) 10":, pico(p) 10"12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words) Degree PL Property line CL Centerline SL Survey line or station line Revised 05/01/08 Contract No. 4504 Page 52 of 128 Pages /~ SECTION 2 - SCOPE AND CONTROL OF WORK W 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the <*"Bi* State of California who, under subcontract to the prime contractor, specially ^^ fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. • Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the S*** Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after L a public hearing. f\ Revised 05/01/08 Contract No. 4504 Page 53 of 128 Pages Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 05/01/08 Contract No. 4504 Page 54 of 128 Pages The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one (1) set designated as City of Carlsbad Drawing No. 331- 3C and consists of fourteen (14) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. Revised 05/01/08 Contract No. 4504 Page 55 of 128 Pages The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations. Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Revised 05/01/08 Contract No. 4504 Page 56 of 128 Pages —«^ Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the w^, Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, ^"p* unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section numbers) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Revised 05/01/08 Contract No. 4504 Page 57 of 128 Pages Item, Section NuiHber Subject 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. Revised 05/01/08 Contract No. 4504 Page 58 of 128 Pages 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. Revised 05/01/08 Contract No. 4504 Page 59 of 128 Pages 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 05/01/08 Contract No. 4504 Page 60 of 128 Pages /*"""*-TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10 m (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities®, ® Curb Traffic Signal ® Signal Poles & Controller ® Junction Box ® Conduit ® Minor Structure ® Abutment Fill Stake Description ® SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake Centerline or Parallel to Centerline Spacing®, <E> <1000', Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 50* on tangents & < 25' on curves, Painted line - continuous Intervisible and < 50' < 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' < 25' or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 25', BC & EC, at 1/JA, 1/2A & %A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% for catch basins: at centeriine of box, ends of box & wings & at each end of the local depression © < 50' & along end slopes & conic transitions Lateral Spacing ®, <S> on street centeriine at clearing line Grade Breaks &<25' N/A ( constant offset) N/A <22' edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate Setting Tolerance (Within) 0.02' Horizontal, also see Section 2-9.2.1 herein 1 ' Horizontal 0.1 'Verticals Horizontal 0.1' Horizontal 0.1' Verticals Horizontal •V Horizontal & V Vertical V Horizontal & V Vertical J/8" Horizontal & V Vertical J/8" Horizontal & V Vertical •V Horizontal & V Vertical •VB" Horizontal & V Vertical J/s" Horizontal & when depth cannot be measured from existing pavement 1/<»" Vertical •V Horizontal & V Vertical (when vertical data needed) 0.1 'Verticals Horizontal Revised 05/01/08 Contract No. 4504 Page 61 of 128 Pages Feature Staked Wall® Major Structure ® Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous CD Contour Grading ® Utilities ®, ® Channels, Dikes & Ditches ® Signs ® Subsurface Drains ® Overside Drains ® Markers ® Railings & Barriers ® AC Dikes ® Box Culverts Pavement Markers® Stake Description © RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP Centerline or Parallel to Centerline Spacing®, <E> < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% intervisible & < 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & < 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R< 1000'. At beginning & end and < 50' on tangents & curves when R > 1000' & < 25' on curves when R< 1000' At beginning & end 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 200' on tangents, 50' on curves when R > 1000' & 25' on curves when R < 1000'. For PCC surfaced streets lane cold joints will suffice Lateral Spacing ®, <S> as appropriate as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) Setting Tolerance (Within) 'Af Horizontal & '/V Vertical °/8" Horizontal & 74" Vertical °/8" Horizontal & V Vertical 0.1 'Verticals Horizontal °/a" Horizontal & 'U" Vertical 0.1' Horizontal & VA" Vertical 0.1 'Verticals Horizontal 0.1' Horizontals 'If Vertical 0.1' Horizontal & 'U" Vertical V Horizontal °/8" Horizontal & Vertical 0.1' Horizontal & Vertical °/8" Horizontal & 74" Vertical 'U" Horizontal ® Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table CD Perpendicular to centeriine. © Some features are not necessarily parallel to centeriine but are referenced thereto © Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature ® > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following the symbol. © The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. Revised 05/01/08 Contract No. 4504 Page 62 of 128 Pages All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(6) TABLE 2-9.2.2(6) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centeriine, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or comer records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The 8oard has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the 6oard. Revised 05/01/08 Contract No. 4504 Page 63 of 128 Pages 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Revised 05/01/08 Contract No. 4504 Page 64 of 128 Pages Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Revised 05/01/08 Contract No. 4504 Page 65 of 128 Pages Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. Revised 05/01/08 Contract No. 4504 Page 66 of 128 Pages <#*»^ The Agency reserves the right to approve materials and sources of supply, or to supply materials T to the Contractor if necessary for the progress of the Work. No markup shall be applied to any *" material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall , ' be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. Revised 05/01/08 Contract No. 4504 Page 67 of 128 Pages (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 Dally Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcjle the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accor- dance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. 3 Revised 05/01/08 Contract No. 4504 Page 68 of 128 Pages The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Revised 05/01/08 Contract No. 4504 Page 69 of 128 Pages 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. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (bX1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: Revised 05/01/08 Contract No. 4504 Page 70 of 128 Pages (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant Revised 05/01/08 Contract No. 4504 Page 71 of 128 Pages to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil ^^ Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article "^^ 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil -—'' procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. ^^ SECTION 4 - CONTROL OF MATERIALS w 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. ^^ Revised 05/01/08 Contract No. 4504 Page 72 of 128 Pages The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its Revised 05/01/08 Contract No. 4504 Page 73 of 128 Pages expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to Revised 05/01/08 Contract No. 4504 Page 74 of 128 Pages determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within .the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Revised 05/01/08 Contract No. 4504 Page 75 of 128 Pages Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the con- tradiction, the assignable party, the Agency or the Contractor, shall bear all costs asso- ciated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assign- able cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification Revised 05/01/08 Contract No. 4504 Page 76 of 128 Pages requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Revised 05/01/08 Contract No. 4504 Page 77 of 128 Pages Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, current edition at the time of bid opening. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. Revised 05/01/08 Contract No. 4504 Page 78 of 128 Pages ^ The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the ****** Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as ^^ it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the *****' Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. oRevised 05/01/08 Contract No. 4504 Page 79 of 128 Pages 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.2 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.3 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. Revised 05/01/08 Contract No. 4504 Page 80 of 128 Pages 6-1.2.4 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.5 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.6 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.7 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.7.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.7.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.7.3 "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 Revised 05/01/08 Contract No. 4504 Page 81 of 128 Pages changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.7 and 6-1.3.1 through 6-1.3.5. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.4 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.5 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked Revised 05/01/08 Contract No. 4504 Page 82 of 128 Pages "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. Revised 05/01/08 Contract No. 4504 Page 83 of 128 Pages 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes construction of two parking lots and associated driveways, walkways, lighting, landscaping, irrigation, striping, and all appurtenances as shown on the plans. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. Revised 05/01/08 Contract No. 4504 Page 84 of 128 Pages If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. Revised 05/01/08 Contract No. 4504 Page 85 of 128 Pages 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within eighty (80) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the Revised 05/01/08 Contract No. 4504 Page 86 of 128 Pages inspection costs of such work. No work involving warming up of equipment or any noise-generating activities shall be performed by the contractor before 7:00 a.m. or after 4:00 p.m. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of nine hundred dollars ($900). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that nine hundred dollars ($900) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. Revised 05/01/08 Contract No. 4504 Page 87 of 128 Pages 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Revised 05/01/08 Contract No. 4504 Page 88 of 128 Pages The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for Revised 05/01/08 Contract No. 4504 Page 89 of 128 Pages damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid ^-^ or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. '"**"" Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer t^n^ necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. —o Revised 05/01/08 Contract No. 4504 Page 90 of 128 Pages 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Storm Water Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. Section 02372 of the Technical Specifications lists the minimum requirements for storm water pollution prevention. Revised 05/01/08 Contract No. 4504 Page 91 of 128 Pages The Notice of Intent (NOI) shall be filed for the project. The NOI shall be filed by City per requirements of the latest NPDES Construction Permit before a Notice to Proceed is issued The contactor is required to provide the City all information necessary for the NOI within five (5) days of receiving a signed contract. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Revised 05/01/08 Contract No. 4504 Page 92 of 128 Pages Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Access to the Poinsettia Community Park shall be maintained at all times. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Access to the Poinsettia Community Park shall be maintained at all times. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by Revised 05/01/08 Contract No. 4504 Page 93 of 128 Pages the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 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 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760) 602-2720 2) Carlsbad Fire Department Dispatch (760)931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 Revised 05/01/08 Contract No. 4504 Page 94 of 128 Pages 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.Let seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq.'except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in Revised 05/01/08 Contract No. 4504 Page 95 of 128 Pages CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than six feet (61) nor operate equipment within two feet (2') from any traffic lane occupied by traffic. For equipment, two feet (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one (1) paved traffic lane, not less than 12' wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes Revised 05/01/08 Contract No. 4504 Page 96 of 128 Pages ,,«.^. obliteration of pavement delineation, temporary or permanent pavement delineation shall be in k^ place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that '**"" are a part of this project that are not included in the project plans. The Contractor must submit ^^ the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20- day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of ( Section 2-5.3 Shop Drawings and Submittals. Revised 05/01/08 Contract No. 4504 Page 97 of 128 Pages 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Revised 05/01/08 Contract No. 4504 Page 98 of 128 Pages Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-10.5 Adjacent Public Use. This project is within the same site as the Poinsettia Community Park, which will continue to operate on a daily basis. Prior to the Notice to Proceed, the Contractor shall submit a written plan outlining how their work will be performed so as not to conflict with the adjacent activities of Poinsettia Community Park. This plan is subject to approval of the Engineer prior to issuing a Notice to Proceed. Contractor's access to the park shall be limited to the east area of the park. If contractor requires traffic control on park or surrounding streets, traffic control shall be removed at the end of the workday unless approved by Engineer. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor Revised 05/01/08 Contract No. 4504 Page 99 of 128 Pages shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. No facilities for Agency Personnel shall be provided by Contractor. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. Revised 05/01/08 Contract No. 4504 Page 100 of 128 Pages 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Revised 05/01/08 Contract No. 4504 Page 101 of 128 Pages Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Revised 05/01/08 Contract No. 4504 Page 102 of 128 Pages From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. Revised 05/01/08 Contract No. 4504 Page 103 of 128 Pages The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the contract lump-sum price paid for mobilization, 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 contracted 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 therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Payment for each Bid Item shall include all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, Revised 05/01/08 Contract No. 4504 Page 104 of 128 Pages ,«*.K including Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA) as administered by the State of California (CAL-OSHA). No separate payment will be made for any item not specifically set forth in the Bid Proposal, and all costs therefore shall be included in the prices named in the Bid Proposal for the various appurtenant items of Work. The Contractor shall provide all materials, equipment, and labor necessary to carry out the Work of the Project, complete and in-place, as indicated below and in the Bid Schedule contained in the Contract Bidding Documents. Payment for each bid item will be made at the respective price listed in the Bid Schedule. 1. Bid Item 1: MOBILIZATION - Price shall constitute full compensation for obtaining all required insurance, bonds and permits; moving onto the site all equipment; and other construction facilities; and implementing security requirements for all phases of work shown on plans and as specified in these documents. 2. Bid Item 2: STORM WATER POLLUTION PREVENTION PLAN - Price shall constitute full compensation for providing water pollution control and shall include furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing, constructing, maintaining, removing and disposing of control measures, as specified in the Special Provisions, the Storm Water Pollution Control Plan, and as directed by the Engineer for all phases of work shown on plans and as specified in these documents. 3. Bid Item 3: CLEARING AND GRUBBING - Price shall constitute full compensation to remove and dispose of all materials as per Section 300-1 including but not limited to disposal of soil, trees and vegetation, street poles and lights, fences, asphalt concrete (including sawcut), AC dike, aggregate base, concrete curb, gutter and sidewalk, rip, traffic signs, underground pipes and conduits, and all incidentals. 4. Bid Item 4: UNCLASSIFIED EXCAVATION AND GRADING - Price shall constitute full compensation for items including but not limited to disposal of surplus and unsuitable materials, stockpiling, recompaction, mixing, final grading, backfilling, associated survey- ing, scarification, moisture adjustments, and all incidentals as described in Section 300- 2. 5. Bid Item 5: ASPHALT CONCRETE PAVEMENT - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, cold milling existing pavement, and all incidentals for placing asphalt concrete pavement as shown on plans and specified in these documents. 6. Bid Item 6: CLASS II AGGREGATE BASE - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for placing crushed aggregate base as shown on plans and specified in these documents. 7. Bid Item 7: 6" CURB PER SDRSD G-7 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and all incidentals for installing curb as shown on plans and specified in these documents. Revised 05/01/08 Contract No. 4504 Page 105 of 128 Pages 8. Bid Item 8: 0" CURB PER PLAN - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and all incidentals for installing curb as shown on plans and specified in these documents. 9. Bid Item 9: SINGING, STRIPING AND PAVEMENT MARKERS - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for including but not limited to all removal of old and applications of new traffic features as shown on plans and specified in these documents. 10. Bid Item 10: 7-1/2" CONCRETE DRIVEWAY PER CITY OF CARLSBAD GS-20 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and all incidentals for including but not limited to all excavation, backfilling, and compaction for all activities to place driveway as shown on plans and specified in these documents. 11. Bid Item 11: AREA DRAIN (18" X 18") PER PLAN DETAIL DS-1 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for including but not limited area drain construction, , trenching, backfilling, and compaction as shown on plans and specified in these docu- ments. • • 12. Bid Item 12: 8" PVC DRAIN PIPE (SDR-35) - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for including but not limited to installation of pipe, appurtenances, trenching, backfilling, and compaction as shown on plans and specified in these documents. 13. Bid Item 13: CONNECTION TO EXISTING TYPE "F" BASIN - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for including but not limited to connecting the new drain pipe to the existing inlet, trenching, backfilling and compaction as shown on plans and specified in these documents. 14. Bid Item 14: 4" THICK PCC SIDEWALK PER SDRSD G-7 - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and all incidentals for PCC sidewalk as shown on plans and specified in these documents. 15. Bid Item 15: MODIFIED TYPE D CURB RAMP PER PLAN - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, integral color, truncated domes and all incidentals for modified type D curb ramp as shown on plans and specified in these documents. 16. Bid Item 16: TYPE A CURB RAMP WITH TRUNCATED DOMES PER SDRSD G-27 - Price shall constitute full compensation for providing but not limited to materials, trans- portation, equipment, tools, labor, saw cut, truncated domes and all incidentals for type A curb ramp as shown on plans and specified in these documents. 17. Bid Item 17: TYPE C CURB RAMP WITH TRUNCATED DOMES PER SDRSD G-29- Price shall constitute full compensation for providing but not limited to materials, trans- portation, equipment, tools, labor, saw cut, truncated domes and all incidentals for type C curb ramp as shown on plans and specified in these documents. 18. Bid Item 18: 6" CONCRETE MOW CURB PER PLAN - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, saw cut, and all incidentals for the mow curb as shown on plans and specified in these documents. Revised 05/01/08 Contract No. 4504 Page 106 of 128 Pages 19. Bid Item 19: LANDSCAPING - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for including but not limited to all excavation, backfilling, grading, watering, planting, fertilize application, and ground cover application as shown on plans and specified in these documents. 20. Bid Item 20: IRRIGATION SYSTEM - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for including but not limited to all trenching, backfilling, compaction, pipes, fittings, connections, valves, taps, sprinkler equipment, and connections to existing system as shown on plans and specified in these documents for a complete in place system. 21. Bid Item 21: LIGHTING AND ELECTRICAL SYSTEM - Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for including but not limited to all trenching, backfilling, compaction, conduit, and coordination with SDG&E as shown on plan sheets E-1 and E- 2 and specified in these documents. Revised 05/01/08 Contract No. 4504 Page 107 of 128 Pages SUPPLEMENTAL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS O SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(6). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes 50-mm (2") 37.5-mm(lV2") 19-mm(V) 12.5-mm(V) 9.5-mm (V) 4.75-mm (No. 4) 2.36-mm (No. 8) 75-pm (no. 200) Percen Type A — — 100 95-100 70-100 0-55 0-10 0-3 tage Passing TypeB . 100 95-100 50-100 — 15-55 0-25 0-5 0-3 O TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm(1") 19-mm(3/4") 9.5-mm (V) 4.75-mm (No. 4) 2.36-mm (No. 8) 600-um (No. 30) 300-um (No. 50) 75-pm (no. 200) 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Revised 05/01/08 Contract No. 4504 Page 108 of 128 Pages 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 2/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. Revised 05/01/08 Contract No. 4504 Page 109 of 128 Pages SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A)(3) PORTLAND CEMENT CONCRETE Type of Construction All Concrete Used Within the Right-of-Way Street Light Foundations Concrete Class 330-C-23 (560-C-3250) (1) 330-C-23 (560-C-3250) Maximum Slump mm (Inches) (2) 100 (4") (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: 'Antique Cork' C-26 by Scofield Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. o o Revised 05/01/08 Contract No. 4504 Page 110 of 128 Pages Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemical Admixtures, (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application Revised 05/01/08 Contract No. 4504 Page 111 of 128 Pages Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a Yz" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPH"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Revised 05/01/08 Contract No. 4504 Page 112 of 128 Pages Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Revised 05/01/08 Contract No. 4504 Page 113 of 128 Pages Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage, add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "Specifications For Reflective Sheeting Signs, October 1993", Sheets 1 through 5 that accompany "Specifications For Reflective Sheeting Signs, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHART", dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The "Specification For Reflective Sheeting Signs, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said "Specifications For Reflective Sheeting Signs, October 1993", to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2.2 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard temporary traffic signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: Revised 05/01/08 Contract No. 4504 Page 114 of 128 Pages ,,»*«*. 206-7.2.4 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" I as follows: Excepting only construction warning signs used at a single location during daylight **" hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation "Standard Plans" 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m(7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 f^Jof sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the require- ments specified for aluminum signs in the "Specifications For Reflective Sheeting Signs, October 1993". Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the "Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Revised 05/01/08 Contract No. 4504 Page 115 of 128 Pages SECTION 207 - PIPE Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Thickness Tensile strength Elongation Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives Bond strength Colors Method ASTMD2103 ASTM D882 ASTM D882-88 ASTM D2578 ASTM D671-81 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Boiling H2O at 100 degrees Celsius APWA Code Value 01 14 mm (0.0056") 4500g/cm (25 Ibs/inch) (5,500 PSI) <50 percent at break >50 dynes/square centimeter Pliable hand Heat-set Mylex Every 500 mrn(20") Dead soft/annealed Virgin PET Virgin LDPE >30 percent, solid 1 .5#/R Five hours without peel See Table 207-25.1 (B) o TABLE 207-25.1(8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7,1974. Report NTSB-PSS-73-1. Revised 05/01/08 Contract No. 4504 Page 116 of 128 Pages C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-19A. CALTRANS Specifications for water borne paint and glass beads may be obtained from the CALTRANS P.O. Box 19128, Sacramento, CA 95819. 210-3 GALVANIZING Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm ( /a") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (78") thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (V8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designa- tion: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slag or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot- dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Revised 05/01/08 Contract No. 4504 Page 117 of 128 Pages Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overlapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210-1, "Paint." Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with 2 applications of un- thinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1 (A) Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Erosion Control Fence with Fencing 1 .8 m (6') Post Spacing and No Wire Type Designation 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. Revised 05/01/08 Contract No. 4504 Page 118 of 128 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General, add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials, add the following: Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General, add the following: Unclassified excavation shall include removal and stockpile of suitable material, grading, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, export of remaining excess material to a disposal site or spoil area acquired by the Contractor. 300-2.2.1 General, add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding Revised 05/01/08 Contract No. 4504 Page 119 of 128 Pages surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General, add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes, add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes, add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material, add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement, delete the second paragraph relating to materials removed from stockpiles and add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation, or whichever is lower in elevation. No excavated material which is re-excavated will be measured for payment. No allowance for shrinkage or swell will be considered. Materials excavated or otherwise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. 300-2.9 Payment. substitute the following: Payment for all unclassified excavation will be made at the Contract Lump Sum price bid for unclassified excavation and shall include Revised 05/01/08 Contract No. 4504 Page 120 of 128 Pages compensation for excavation, sloping, rounding tops and ends of excavation, matching existing graded slopes, loading, exporting and disposing of surplus material and unsuitable material shown on the plans or specified herein to be removed, stockpiling, hauling to designated sites, placing and compacting, mixing, grading of mitigation site, salvaging clean and suitable material and filling areas to the required grades and cross sections. Unclassified fill, slope rounding, all work incidental to Section 300-4.8 and construction of transitions will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. When required by the plans or specifications or where directed by the Engineer, the excavation and stockpiling if selected materials will be paid for at the Contract Lump Sum Price for unclassified excavation and grading. Removing such selected material from the stockpile and placing it in its final position will also be paid for at the Contract Lump Sum Price for unclassified excavation and grading and no additional compensation will be allowed. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General, add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment, add the following: Except for unsuitable materials removed as part of the clearing and grubbing item, unsuitable material encountered below grade will be paid for at the lump sum price bid for unclassified excavation. 300-4 UNCLASSIFIED FILL 300-4.5 Placing Materials for Fills, add the following: The Contractor shall perform grading such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3') of fill placed in the roadway. The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 460mm (18") shall not be incorporated into the fill. Rock exceeding 150 Revised 05/01/08 Contract No. 4504 Page 121 of 128 Pages mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are ^^ large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material "*""*"' to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water, add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-91. 300-4.7 Compaction, add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.9 Measurement and Payment, delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: ••*"">, 300-9.2 General. The Contractor shall provide erosion control and water pollution control ***** conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: Revised 05/01/08 Contract No. 4504 Page 122 of 128 Pages a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefore. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curb line as noted in Section 300-1 Clearing and Grubbing - so as to provide a clear travel way during the construction of the roadway resurfacing. Revised 05/01/08 Contract No. 4504 Page 123 of 128 Pages The Contractor shall treat all vegetation within the limits of the paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to surfacing the street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treatment of the areas to be surfaced and no extra payment will be made therefore. Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be in bold type, with the appropriate information specific to the work in the brackets and italicized. 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 Contractor shall deliver the notification which 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 a representative of the Contractor 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 door hangers, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. The preparation, materials, printing and distribution of the notifications shall be included in the associated bid item and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be ,—x. constructed the same day as cold milling and removed the same day as permanent paving. Revised 05/01/08 Contract No. 4504 Page 124 of 128 Pages Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton of asphalt. No additional payment shall be made for any tack coat or sand blotter. Add the following section: 302-13 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-13.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Revised 05/01/08 Contract No. 4504 Page 125 of 128 Pages Add the following section. ^^^ 302-13.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1') below >—^ existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1') of subgrade to 95% relative compaction. A tack coat of SS-1 h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 Urn2 (0.05 to O.IOgallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-13.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Add the following section: 302-13.4. Measurement and Payment Asphalt pavement repairs and remediation are incidental to the work performed in existing paved surfaces and no additional compensation will be provided. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markings Type of underground facilities Irrigation Water Lateral or Sleeve Marking RW Revised 05/01/08 Contract No. 4504 Page 126 of 128 Pages 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.3.1 General, add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements, delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/8") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (1/4") in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of Revised 05/01/08 Contract No. 4504 Page 127 of 128 Pages the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.101) thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. 310-5.6.10 Measurement and Payment Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for "Signing, Striping and Pavement Markers" and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. oORevised 05/01/08 Contract No. 4504 Page 128 of 128 Pages TECHNICAL SPECIFICATIONS City of Carlsbad Contract No. 4504 SECTION 02372 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Preparation, implementation and monitoring of Storm Water Pollution Prevention Plan (SWPPP) for the purpose of preventing the discharge of pollutants from the Project site into receiving waters. This includes the elimination of pollution discharges such as improper dumping, spills or leakage from storage tanks or transfer areas. B. Compliance with local, state, and federal regulations. C. Payment of application and annual fees required by the State Water Resources Control Board (SWRCB) until the date of Substantial Completion. D. Certification that the Project has met all of the conditions of the General Construction Activity Storm Water Permit (GCASP). 1.2 RELATED SECTIONS A. GENERAL PROVISIONS Section 2-5.3: Submittals B. GENERAL PROVISIONS Section 8: Facilities for Agency Personnel C. GENERAL PROVISIONS Section 9: Measurement and Payment PART 2 - PRODUCTS 2.1 MATERIALS A. Utilize California Stormwater Quality Association Stormwater Best Management Practice Handbook for Construction ("Handbook"). Download template from www.cabmphandbooks.com. B. the quality, grade, and type of materials as specified in the City of Carlsbad Engineering Standards, Volume 1 - General Design Standards, Chapter 7 - Grading and Erosion Control Standards and Volume 4 - Storm Water Best Management Practices (BMPs). These documents can be located at www.carlsbadca.gov/engineering/4engstd.html. PART 3 - EXECUTION 3.1 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: 1. City of Carlsbad Engineering Standards, Volume 1 - General Design Standards, Chapter 7 - Grading and Erosion Control Standards and Volume 4 - Storm Water Best Management Practices (BMPs) in accordance with Order no. R9- 2007-0001 Standard Urban Storm Water Mitigation Plan (SUSMP) and General Provisions Section 7-8.6. 09/18/08 Contract No. 4504 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK PHASE 2B 02372-1 PARKING LOTS o 3.2 PREPARATION AND SUBMITTAL A. Prepare and submit to the OWNER, within fourteen (14) days after the Effective Date of the Contract, four (4) copies of the Storm Water Pollution Prevention Plan (SWPPP) as required complying with storm water pollution regulations for the Project site. B. The City will prepare and submit the Notice of Intent application to the State Water Resources Control Board. The contractor shall provide all necessary information of the Notice of Intent before the City will issue a notice to proceed. Information required for completing the application can be found on the State Water Resources Control Board web site. http://www.swrcb.ca.gov/stormwtr/gen const.html#const permit C. Prepare SWPPP by downloading instructions from the State Water Resources Control Board web site: http://www.swrcb.ca.qov/stormwtr/gen const.html#const permit Download template from www. cabmphandbooks. com. D. Where land disturbance is less than one (1) acre, a SWPPP is not required; however, any BMP's indicated in the City of Carlsbad Engineering Standards required to prevent or minimize storm water pollution shall be implemented at no cost to OWNER. 3.3 IMPLEMENTATION A. Install perimeter controls prior to starting Work at the Project site. B. Contain on-site storm water on the Project site. Do not drain on-site water directly into the storm drain. C. Designate trained personnel for the proper implementation of the SWPPP. D. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations 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. E. 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 Quality Control Board, State Water Resources Control Board, 09/18/08 Contract No. 4504 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK PHASE 2B 02372-2 PARKING LOTS U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. F. 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. G. 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 provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook". H. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas 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 days of the winter season. I. 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. J. 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. K. Upon Substantial Completion: 1. Leave storm water pollution prevention controls in place when required for post- construction storm water management and remove those that are not needed as determined by OWNER. OWNER will maintain prevention controls left in place. 2. Provide Site Monitoring Reports, SWPPP revisions, Compliance Certifications and related documents to OWNER. Post-construction storm water operation and the management plan as mentioned in the compliance certifications are considered to be in place at Final Completion. 3.4 MAINTENANCE AND MONITORING A. 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 09/18/08 Contract No. 4504 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK PHASE 2B 02372-3 PARKING LOTS time frames to address any damaged measures or reinitiate any measures that have been discontinued. B. 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. C. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures as required by the requirements of City of Carlsbad SUSMP as per Order no. R9-2007-0001. Examinations shall be conducted as a minimum 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. 4. Routinely, at a minimum of once every week. D. 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. E. The Contractor shall notify to RWQCB within 30 days if there is any noncompliance. 3.6 LIABILITIES AND PENALTIES A. Review of the SWPPP and inspection log by OWNER shall not relive CONTRACTOR from liabilities arising from non-compliance of storm water pollution regulations. B. Payment of penalties for non-compliance by CONTRACTOR shall be the sole responsibility of CONTRACTOR. C. Compliance with the Clean Water Act pertaining is the sole responsibility of CONTRACTOR. Any fine against OWNER due to non-compliance by CONTRACTOR, OWNER shall recover all costs of the fine by appropriate assessment. 3.6 CHANGE OF INFORMATION A. Submit to OWNER completed NOI Form for change of information (Construction Site Information and Material Handling/Management Practices). 3.7 ATTACHMENTS A. Attachment A - Compliance Certification. B. Attachment B - Site Monitoring Report. 09/18/08 Contract No. 4504 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK PHASE 2B 02372-4 PARKING LOTS OWNER Project Number ATTACHMENT "A" GENERAL CONSTRUCTION ACTIVITY STORM WATER PERMIT COMPLIANCE STATE OF CALIFORNIA STATE WATER BOARD WDID NO. Name of Project: Project Description: Contract Number ANNUAL CERTIFICATION I certify the Project has met the following conditions: All elements of the Storm Water Pollution Prevention Plan are in place; construction materials and equipment maintenance waste have been disposed of properly; and the Project site is in compliance with all local storm water management requirements including erosion/sediment control requirements, and the appropriate use permits have been obtained. CONTRACTOR: Print Name: Title: Signature: Date: FINAL COMPLETION CERTIFICATION I certify the Project has been completed and the following conditions have been met: All elements of the Storm Water Pollution Prevention Plan have been completed; construction materials and equipment maintenance waste have been disposed of properly; the Project site is in compliance with all local storm water management requirements including erosion/sediment control requirements and the appropriate use permits have been obtained; and a post- construction storm water operation, and management plan is in place. CONTRACTOR: Print Name: Title: Signature: Date: O 09/18/08 Contract No. 4504 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK PHASE 2B 02372-5 PARKING LOTS OWNER Project Number ATTACHMENT "A" STORM WATER POLLUTION PREVENTION SITE MONITORING REPORT STATE OF CALIFORNIA STATE WATER BOARD WDID NO. Name of Project: Project Description: Contract Number I. Type of Examination: (Use one form for each type of examination): D Prior to Anticipated Storm Event D After Actual Storm Event D Monthly Event Date Examined: II. Check the response for each SWPPP question below: NO YES 1. Do you have an approved Storm Water Pollution Prevention Plan (SWPPP) and a BMP Handbook on the Project site? D D 2. Does your SWPPP incorporate an up-to-date erosion control plan? D D 3. Is the erosion control installed per plan? D D 4. Is the Work at a stage where the erosion control plan cannot be constructed, is the erosion control at the Maximum Extent Practicable for the stage you are in? n n 5. Did you observe the presence of any floating materials such as oil, grease, pieces of wood, paper, etc., odor, toxics, and/or sediments? D D 6. If yes, what is that you observed? III. Check the status of the following items as observed: Not Repairs Date Repairs SWPPP Items Acceptable Acceptable Required Completed 1. De-silting Basins (Cleaned) D D D 2. Water Quality Basin D D D 3. Silt Fences D D D 4. Hay bales/Check dams/Sandbags D D D 5. Berms and Dikes D D D 6. Sand/Gravel Inlet D D D 09/18/08 Contract No. 4504 STORM WATER POLLUTION PREVENTION POINSETTIA COMMUNITY PARK PHASE 2B 02372-6 PARKING LOTS SECTION 02810 LANDSCAPE IRRIGATION PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B. This Section covers the construction of an automatic irrigation system, complete and operable, in accordance with the requirements of the Contract Documents. C. The irrigation system shall include, but not be limited to, all pipes, fittings, sprinklers, valves, automatic control valves, controllers, valve boxes, drain valves, hose bibb valves, operating wrenches, riser assemblies, direct burial wires, electrical connections, wiring and other appurtenances, piping, connections, testing, cleanup, maintenance and adjustments necessary for a complete operating system, ready for immediate use upon completion. Minor items necessary for proper construction and functional operation of this system, not specifically described in the Contract Documents, shall be included as a part of the work of this Section. 1.2 RELATED WORK SPECIFIED ELSEWHERE /"•% A. Section 0220 Earthwork >^; B. Section 02900 Landscaping 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL REQUIREMENTS. B. SSPWC Sections 212-2 and 308-5 for items not covered by this section. C. Comply with Carlsbad Municipal Water District's "Carlsbad Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, June 1991". 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL PROVISIONS. B. The following submittals and specific information shall be provided. 1. Submit complete lists of irrigation materials and equipment, include manufacturer's name and address, specific trade names, catalog numbers complete with illustrations and/or necessary descriptive literature and clearly mark or underline proposed items. ^. 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-1 PARKING LOTS ,^», 2. Shop drawings are required for any irrigation structure as may be specified. *" 3. Prior to final inspection, submit "as installed" drawings, showing locations of all valves, pipes (lines), heads, dimensions, controllers, control lines, and electrical wires. Accurately dimension location including depths of all piping, valves, and control equipment as installed. 1.5 QUALITY ASSURANCE A. In addition to other inspection as provided by the INSPECTOR, the CONTRACTOR shall give at least 72 hours' notice to the INSPECTOR for scheduling the following special inspections: 1. The layout of the system. 2. Inspection of trenches, backfilling, and equipment. 3. Pressure tests. 4. Coverage adjustment. 5. Automatic operation. 1.6 OPERATING MANUALS AND EQUIPMENT A. Furnish the AGENCY with operating and maintenance manuals for all irrigation system ^ — equipment such as automatic controllers. B. Explain, in detail, all irrigation equipment operation and maintenance procedures to the personnel directed by the ENGINEER before completion of the project. C. Provide the AGENCY with a reduced legible copy of the "as-installed" irrigation plan hermetically sealed in a plastic cover to be installed in the controller cover. D. Provide one quick coupler key with 1-inch hose swivel for each quick coupler installed. E. Provide one pull box key for each pull box installed. F. Provide one extra, a new electric remote control valve of each size used on this Contract. G. Provide five extra sprinkler heads, including body, nozzle and screen, for each type and arc of sprinkler head installed on this Contract. 1.7 GUARANTEE A. Guarantee the entire irrigation system against defects in materials and workmanship for a period of one year from the date of acceptance of the work. 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-2 PARKING LOTS B. Should any deficiencies develop within the specified guarantee period due to inferior or faulty material and workmanship, correct such deficiencies to the satisfaction of the ENGINEER without added expense to the AGENCY. C. The CITY reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the AGENCY will not relieve the CONTRACTOR of his responsibilities under the terms of the guarantee. D. Repair any settlement or backfilled trenches, which may occur during a 30-day period after final acceptance by the ENGINEER and the INSPECTOR, to the ENGINEER'S and the INSPECTOR'S satisfaction, without expense to the AGENCY, including the complete restoration of all damaged planting, paving, or other improvements of any kind. 1.8 EXISTING UTILITIES AND CONDITIONS A. Prior to cutting into the soil, the CONTRACTOR shall locate all cables, conduits, sewers, septic tanks, and other such underground utilities, and shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the CONTRACTOR shall promptly notify the ENGINEER. B. The CONTRACTOR shall be responsible for coordinating its work with the operation of existing utilities and new utilities on the Project. The CONTRACTOR shall notify the ENGINEER or its representative when utilities which are in operation require shut-off. C. Due to the scale of Drawings, it is not possible to indicate all offset, fittings, etc., which may be required. The CONTRACTOR shall carefully investigate the structural and finished conditions affecting all its work, and plan its work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The Contract Documents are generally diagrammatic and indicative of the work to be installed. The work shall be installed in the most direct and workmanlike manner, so that conflicts between sprinkler systems, planting, structures, piping, and etc., will be avoided. D. The CONTRACTOR shall verify the water pressure and the flow available at the site before installation of the system to make sure there is adequate pressure to properly operate sprinkler heads and valves, and shall also provide pressure reducing valves if required. If the pressure provided at job site or any other job condition will create problems that will prevent proper operation of the irrigation system, the ENGINEER and the INSPECTOR shall be notified before commencement of any work. Minor additions and adjustments of heads, piping, and circuits shall be made at no additional cost to AGENCY where it is necessary to make the irrigation system operate properly. 1.9 STORAGE OF MATERIALS A. The CONTRACTOR shall be responsible for storage of materials and for damage to the work covered by these Contract Documents before final acceptance of its work. The CONTRACTOR shall securely cover openings into the system, and shall cover all apparatus, equipment, and appliances both before and after being set in place to prevent obstruction in the pipes and the breakage, misuse, or disfigurement of said apparatus, equipment, or appliances. 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-3 PARKING LOTS 1.10 SCHEDULING AND COORDINATION A. The CONTRACTOR shall be responsible for making arrangements for the coordination of its construction operations with those of all others on the job. The CONTRACTOR shall permit others engaged in work to accomplish their portion of work without undue interference or delay. B. The CONTRACTOR shall be responsible for the scheduling and coordination of the electrical and water connections and the installation of the piping and equipment in a manner that will affect the earliest completion of the work in conformance with the construction progress schedules. PART 2 - PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. Hard Copper Tube: ASTM B 88, Type K, water tube, drawn temper. 1. Copper Pressure Fittings: ASME B16, 18, cast-copper-alloy or ASME B16.22, wrought-copper, solder-joint fittings. Furnish wrought-copper fittings if indicated. 2. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces and solder-joint or threaded ends. B. PVC Pipe: PVC SDR 13.5 compound, Type 1, Grade 1, purple color for recycled water use. C315 for 2" size and larger irrigation main piping. C. PVC, Pressure-Rated Pipe: PVC compound, SDR 21, Class 200 purple pipe for recycled water use. D. All pipes shall be homogeneous throughout and free from cracks, holes, foreign materials, blisters, deleterious wrinkles, and dents. E. Use Schedule 40 PVC plastic pipe for installation on the discharge side of control valves and Schedule 80 PVC plastic pipe for continuously pressurized pipe on the supply side of control valves unless otherwise indicated. F. Supply Schedule 80 PVC plastic pipes only, when threaded joints are specified or otherwise permitted by the ENGINEER. G. All pipes shall be permanently marked with the following: manufacturer's name or trademark, size, schedule, and type of pipe, working pressure at 73 degrees F and National Sanitation Foundation (NSF) approval. H. Fittings and Couplings for Plastic Pipe: Threaded or slip-fitting tapered socket solvent weld type. Provide threaded adapters with socket pipe for connections to threaded pipe. Plastic pipe fittings and couplings shall be PVC I or PVC I/I I material supplied in the same schedule size specified for the pipe. The type of plastic materials and schedule size shall be marked on each fitting or coupling. Fittings and couplings shall comply with the following Specifications: 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-4 PARKING LOTS Socket Fittings Threaded Fittings Schedule 40 ASTM D 2466, D 1784 Schedule 80 ASTM D 2467, D 1785 2.2 VALVES AND VALVE BOXES Schedule 80 ASTM D 2464 A. General: Provide valves of the type and capacity designated on the plan and with the requirements specified herein. All valves except quick couplers shall be capable of satisfactory performance at a working pressure of 200 psi. Design shall permit disassembly for replacement of the seals without removal of the valve body from the pipeline. B. Shutoff Valves: Sizes 2-inch and smaller shall be bronze ball type (Stockham, Crane, Nibco, Gee, Kennedy, or equal). Sizes 2-1/2-inch and larger shall be iron body brass trimmed with other features the same as for 2-inch size. C. Remote Control Valves: Electrically operated, brass bodied with resilient solenoid valve seat surface, equipped with flow control adjustment, with capability for manual operation and readily disassembled for servicing, slow opening and adjustable closing speed, and self-cleaning. The valve manufacturer shall submit a written guarantee stating that the valves will operate under dirty water conditions for a period of 1 year after date of final acceptance. D. Quick Coupler Valve and Assembly: Quick couplers shall be of the Acme thread keyway type. Quick couplers shall be constructed of rod brass and cast brass, shall have a maximum capacity of 20 gpm, and shall have a 1-inch bottom female pipe thread and wastewater caution sticker. Install in remote control valve box with remote control valve or individually below grade in a valve box as indicated on the Drawings. Quick-coupling valve assemblies shall include the valve, corresponding key and hose swivel. E. Meter Boxes and Covers shall be polymer-type boxes and lids selected from approved materials list. Meter box sites shall be as follows: Size of Box Meter Box Use 12"x20" 1" Services 17"x30" 2" Services Meter box lids for potable water shall be gray in color. Meter box lids for recycled water shall be purple in color. F. Remote Control Valve (RCV) Box Lids: Lids shall be marked with the controller letters and station numbers called out on the Drawings. Letters shall be 2 inches in height and made using stencils and black paint. All stencils and paint shall be approved prior to application. 2.3 SPRAY HEADS A. Use types and sizes shown on the plans, of brass and stainless steel except for minor components unless otherwise indicated or as specified in legend. Provide equipment of one type and flow characteristic from the same manufacturer and bearing the manufacturer's name. o 09/15/2008 POINSETTIA COMMUNITY PARK PHASE 2B PARKING LOTS Contract No. 4504 LANDSCAPE IRRIGATION 02810-5 2.4 ACCESSORIES A. Provide two each special head wrenches for installation, removal, and adjustment for each type and make of sprinkler equipment. Provide two keys each for quick couplers, controller units, and valve boxes. PART 3 - EXECUTION 3.1 GENERAL A. Inspection: In all cases where inspection of the irrigation system is required and where portions of the work are specified to be performed under the direction and inspection of the INSPECTOR, notify the INSPECTOR at least 48 hours in advance of the times such inspection and direction is required. B. Verifications: All scaled dimensions are approximate. Carefully check and verify all dimensions before proceeding with any work. Immediately notify the ENGINEER should any errors or conflicts in the Drawings and specifications and/or actual jobsite conditions be found which would affect the proper execution of the irrigation work. Do not work in areas where such discrepancies occur until further instructed by the ENGINEER. 3.2 IRRIGATION SYSTEM INSTALLATION A. General: 1. Perform all work on the irrigation system, including hydrostatic and coverage tests, preliminary operational test of the automatic control system, and the backfill and densification of trenches and other excavations after topsoil work and before planting, except as otherwise provided or directed. 2. With the ENGINEER'S approval, make adjustments where necessary to conform to actual field conditions. 3. Make the irrigation system operational with uniform and adequate coverage of the areas to be irrigated, prior to planting. 4. Make water and utility connections as shown on the drawings or designated by the utility company. 5. Where piping on the Drawings is shown under paved areas but running parallel and adjacent to planted areas, the intent of the Drawings is to install piping in the planted areas. B. Trench Excavating and Backfilling: Size trenches and other excavations to accommodate the irrigation system components, conduits, and other required facilities. Provide additional space to assure proper installation and access for inspections. 1. Unless otherwise specified, the minimum depth of cover over pipelines and conduits shall be as follows: 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-6 PARKING LOTS a. Electrical conduit - 24-inches (36-inches under roadways). b. Waterlines continuously pressurized - 24-inches (36-inches under roadways). c. Lateral sprinkler lines - 18-inches. 2. Make the bottom of trenches true to grade and free of protruding stones, roots, or other matter which would prevent proper bedding of pipe or other facilities. 3. Backfill trenches so that the specified thickness of topsoil is restored to the upper part of the trench. Compact trench backfill through paved areas in 8-inch layers to 95 percent relative compaction up to subgrade to receive asphalt concrete paving and base material. 4. Resurface trenches through paved areas to match an existing pavement. C. Irrigation Pipeline Installation: 1 . Install pipe fittings in accordance with the manufacturer's recommendations and these Specifications. When requested by the ENGINEER, furnish the manufacturer's printed installation instructions before pipe installation. 2. Bed pipes in at least 2 inches of finely divided material to provide a firm, uniform bearing. Surround the pipe with additional finely divided material to at least 2-inches over the top of the pipe. 3. Deposit trench backfill sufficient to anchor the pipe before the pipeline pressure testing, except that joints shall remain exposed until satisfactory completion of testing. 4. When two or more pipelines are installed in the same trench, separate the pipelines by a minimum horizontal clear distance of 4 inches. Install equipment so that each pipeline, valve, or other component may be serviced or replaced without disturbing another. 5. Accomplish all assemblies as specified and in accordance with the manufacturer's directions. 6. During installation of pipe, fittings, valves, and other pipeline components, prevent foreign matter from entering the system. Temporarily cap or plug all open ends at cessation of installation operations. 7. Accomplish changes in pipeline size with reducer fittings. 8. Place all mainlines under paving in Schedule 40 PVC sleeves. Oversize the sleeves sufficiently to house the pipe, fittings, and control valves. ^^ 09/15/2008 POINSETTIA COMMUNITY PARK PHASE 2B PARKING LOTS Contract No. 4504 LANDSCAPE IRRIGATION 02810-7 o D. Plastic Pipeline: 1. Joint plastic pipe with socket type solvent welded fittings, threaded fittings, rubber ring fittings, or by other means specified. Install steel pipe first when plastic pipe is jointed to steel pipe. 2. Cut square, externally chamfer approximately 10-15 degrees, and remove all burrs and fins. 3. Make solvent welded joints in accordance with ASTM D 2855. Use the solvent recommended by the pipe manufacturer. 4. Install plastic pipe in accordance with ASTM D 2774 and the requirements herein. 5. Exercise care in assembling a pipeline with solvent welded joints so that stress on previously made joints is avoided. Handling of the pipe following jointing, such as lowering the assembled pipeline into the trench, shall not occur prior to the set times specified in ASTM D 2855. 6. Apply solvent to pipe ends in such a manner that no material is deposited on the interior surface of the pipe or extruded into the interior of the pipe during jointing. Wipe off excess cement on the exterior of the joint immediately after assembly. 7. Plastic pipes shall not be field threaded. 8. Make threaded joints using Teflon tape or other approved jointing material. Do not use solvent with threaded joints. 9. Protect pipe from tool damage during assembly. Use vises with padded jaws and strap wrenches for installation of fittings and nipples. 10. Remove and replace plastic pipe which has been nicked, scarred or otherwise damaged. 11. Snake plastic pipe from side to side in the trench to allow 1 foot of expansion and contraction per 100-feet of straight run. 12. Do not expose pipelines to water for 24 hours after the last solvent welded joint is made. E. Installation of Valves, Valve Boxes, and Special Equipment: 1. General: Provide and install all valves and other equipment in strict accordance with the details in a normal upright position, a minimum of 6-inches from the edge of curbs, walks, or pavement, in planting areas. Make all equipment readily accessible for operation, maintenance, and replacement. 2. Install valves the same size as the pipeline in which they are installed, unless otherwise indicated. 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-8 PARKING LOTS 3. Install gate valves and sectional control valves below ground. House in a covered acceptable box that will permit access for field servicing. Mark covers of shutoff valves "IRRIG. EFFLUENT" and automatic control valve covers "RCV IRRIG. EFFLUENT" in 2-inch cast letters. In addition, with an approved black paint, on the automatic control valve box cover stencil the controller letter and station number 2-inches in height. 4. Quick-coupler valves shall have red covers and shall be installed as detailed on the Drawings. Mark valve box cover "Q.C. IRRIG. EFFLUENT in 2-inch cast letters. 5. Set valve boxes and valve markers to finish grades on a 12-inch deep layer of 1-inch size crushed rock and set valves at sufficient depth to provide clearance between cover and valve handle or key when the valve is in the fully open position. Place crushed rock below the valve. Do not cover the valve with crushed rock. F. Irrigation Head Installation and Adjustment: 1. General: Flush and pressure test all mains and laterals, including risers, before installing irrigation heads, after which perform a water coverage test. 2. Location, Elevation, and Spacing: a. Do not exceed the maximum irrigation head spacing shown on the Drawings or recommended by the manufacturer. b. Locate irrigation heads projecting above finish grades at least 6-inches away from adjacent curbs, walks, paving, and similar improvements unless otherwise indicated. 3. Riser Installation: a. Install risers perpendicular to finished grade to obtain optimum coverage of the area. b. All risers shall be prethreaded Schedule 80 PVC unless otherwise indicated (length and diameter as required). c. Provide threaded pipe between the connection to the lateral or main and sprinkler head. 4. Irrigation Head Adjustment: a. When all irrigation heads are installed and the irrigation system is operating, adjust and balance each section or unit with all section control valves fully open to obtain uniform and adequate coverage. b. Adjust irrigation heads having adjustable pin nozzles, screws or orifices to provide adequate distribution of water over the coverage pattern. Without 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-9 PARKING LOTS additional cost to the CITY, substitute larger or smaller nozzle cores in nonadjustable sprinkler heads as necessary. G. Automatic Control System Installation: 1. General: Install a complete automatic irrigation control system, including the remote control valves and low voltage direct burial wiring, and all necessary accessories. 2. All service wiring shall be installed in galvanized steel conduit at the minimum depth specified in SSPWC Section 308-2.2 from the service point to the controller. Install a separate disconnect switch between the power source and the controller. 3. Locate splices only in specified pull boxes and make splices with a packaged kit approved for underground use. Set pull boxes to finish grades on a 12-inch deep layer of 1-inch crushed rock. 4. House control wiring in conduits between the controller and a concrete electrical pull box at the base of the controller. House control wire under all paved areas in Schedule 40 PVC pipe sleeve. All other wiring issuing from the pull box shall be direct burial installed in the main or lateral waterline trenches wherever practicable. 5. Bundle and secure the wiring to the lower quadrant of the irrigation pipeline at 10-foot intervals with plastic electrical tape. Leave sufficient slack in the wiring to provide for expansion and contraction. When control wiring cannot be installed in a pipe trench, install control wiring at least 18 inches below finish grade and install a bright colored plastic ribbon with suitable markings in the trench 6 inches below finish grade directly over the wire. 6. Color code all common wire white, with all control wire any color except white. Leave at least 2-feet of coiled slack at each splice and point of connection inside of valve boxes. 7. Test all wiring for continuity, open circuits and unintentional grounding prior to connection to equipment. 8. Leave the control system in operating condition with an operational chart mounted within the controller cabinet upon completion of the work. 3.3 FLUSHING AND TESTING A. Flushing: After completion of the pipeline system, and prior to the installation of any terminal fittings (including swing joints), thoroughly flush the entire pipeline system to remove dirt, scale, or other material. B. After flushing, conduct the following tests in the sequence listed below. Provide all equipment, materials, and labor necessary to perform the tests. Conduct all tests in the presence of the ENGINEER and the INSPECTOR. 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-10 PARKING LOTS 1. Pipeline Pressure Test: Perform a water pressure test on all pressure mains and laterals before any couplings, fittings, valves, etc., are concealed. Cap all open ends after the water is entering the line in such a manner that all air will be expelled. Test pressure mains with all control valves to lateral lines closed. After the pressure main test, open all valves to test lateral lines only (swing joints, spray heads, etc are not included in the pressure test). The constant test pressure and the duration of the test are as follows: a. Mainline pipes shall be pressure tested at 125 psi for six (6) hours b. Lateral pipes shall be pressure tested at 100 psi for two (2) hours Irrigation lines and valves which show evidence of leakage or fail to be watertight shall be repaired or replaced. After all repairs or replacements have been made, the above-required tests shall be performed again. 2. Sprinkler Coverage Test: Perform the coverage test after sprinkler heads have been installed. Demonstrate that each section or unit in the system is balanced to provide uniform and adequate coverage of the areas serviced. Correct any deficiencies. 3. Operational Test: Evaluate the performance of all components of the automatic control system for manual and automatic operation. Make all necessary repairs, replacements, and adjustments until all equipment, electrical work, controls and instrumentation are functioning in accordance with the Contract Documents.o 09/15/2008 LANDSCAPE IRRIGATION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02810-11 PARKING LOTS SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated in the Drawings as specified herein. B. Landscaping as referred to herein shall include, but not be limited to the following work: soil preparation, weed control, finish grading, furnishing and installing plant materials, furnishing and installing bark mulch, cleanup, maintenance, guarantee. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02110 Clearing, Grubbing, and Stripping B. Section 02200 Earthwork. C. Section 02810 Landscape Irrigation. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the reference specifications of the GENERAL REQUIREMENTS. B. SSPWC Sections 212-1 and 308-5 for items not covered in this section. 1.4 CONTRACTOR SUBMITTALS A. Submittals shall be made in accordance with the GENERAL REQUIREMENTS. B. General: The CONTRACTOR shall furnish a certificate with each delivery or bulk material delivery, stating source, quantity, and type of material. All materials shall conform to specification requirements. All certificates shall be delivered to the INSPECTOR at the time of each delivery. All bulk delivered materials shall be delivered with level load volume plainly marked on the truck bed. C. Topsoil Report: Tppsoil report as well as literature on fertilizers, and mulch, "shall be submitted as specified. D. Certificates of Inspection: Certificates of inspection of plant material, as may be required by Federal, State, or other authorities having jurisdiction, shall be furnished and accompany the shipment. E. Samples: Typical samples, 3 of each variety and size of plants, shall be submitted to the ENGINEER for approval at the site. These samples, if approved, shall be planted and maintained as standards for comparison with plants furnished. F. Certified Report on Topsoil Analysis: The CONTRACTOR shall submit for approval by the ENGINEER a certified report by an approved analytical laboratory showing analyses of representative samples of topsoil proposed for use. The topsoil shall not be delivered 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-1 PARKING LOTS to the site until approval is received from the ENGINEER. Approval of the laboratory report does not constitute final acceptance. Topsoil shall be subject to rejection by the ENGINEER on or after delivery if it is found not to meet the requirements of the Specifications or does not conform to the laboratory test results. G. Certified Report on Soil Analysis: The CONTRACTOR shall submit for approval by the ENGINEER a certified report by an approved analytical laboratory showing analyses of two representative samples taken from on-site areas approved by the ENGINEER to determine nutrient and mineral content, compositional characteristics, permeability, and existence of possible toxic elements. The Analyses shall include recommendations for amending or correcting soil conditions. Results of the analysis shall be provided to the ENGINEER for approval prior to ordering soil amendments and amending of soil. Based on the soils test results, the quantity and types of amendments may be modified by the ENGINEER. 1.5 QUALITY ASSURANCE A. General: All plants furnished by the CONTRACTOR shall be true to type or name as shown in the Contract Documents and shall be tagged in accordance with the standard practice recommended by the Agricultural Code of the State of California; however, determination of plant species or variety will be made by the ENGINEER. B. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the ENGINEER. C. The CONTRACTOR shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that such clearance has been obtained shall be filed with the ENGINEER. D. All inspections herein specified will be made by the ENGINEER or the INSPECTOR. The CONTRACTOR shall request inspection at least 24 hours in advance of the time inspection work is required. Inspection will be required on the following stages of the ' WORK: 1. During preliminary grading, soil preparation, and initial weeding. 2. When shrubs are spotted for planting, but before planting holes have been excavated. 3. When finish grading has been completed. 4. When all specified work, except the maintenance period, has been completed. 5. Final inspection at the completion of the maintenance period. E. Plants shall be subject to inspection and approval or rejection by the ENGINEER at place of growth and upon delivery to site at any time before or during progress of the work based on: 1. Quantity, quality, size, and variety; 2. Ball and root condition; and 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-2 PARKING LOTS 3. Latent defects and injuries resulting from handling, disease, and insects. F. Plants approved at pre-planting inspection shall still be subject to rejection during planting if found not to be in compliance with the Specifications. G. Rejected plants shall be identified in an obvious manner, removed from the site and replaced with acceptable equals. H. Plants shall have been grown in nurseries which have been inspected by the governing authorities. Inspection of plant materials required by CITY, County, State, or Federal authorities shall be the responsibility of the CONTRACTOR, who shall have secured permits or certificates prior to delivery of plants to site. 1.6 EXISTING UTILITIES AND CONDITIONS A. Prior to cutting into the soil, the CONTRACTOR shall locate all cables, conduits, sewers, septic tanks, and other such underground utilities, and shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the CONTRACTOR shall promptly notify the ENGINEER. B. The CONTRACTOR shall be responsible for coordinating its work with the operation of existing utilities and new utilities on the Project. The CONTRACTOR shall notify the ENGINEER or its representative when utilities which are in operation require shut-off. 1.7 CLEANUP A. Upon completion of all planting operations, the portion of the project site used for work or storage area by the CONTRACTOR shall be cleaned of all debris, superfluous materials, and equipment. All such materials and equipment shall be entirely removed from the project site. Cleaning shall be done in a manner that will not result in any discharge of contaminated materials into any catch basin. B. All walks or pavement shall be swept or washed clean upon completion of WORK. C. During the entire Contract period, plant containers that have been cut or removed from plant materials shall be removed from the project site daily. 1.8 MAINTENANCE OF LANDSCAPING PLANTING PRIOR TO ACCEPTANCE OF PROJECT A. General: The CONTRACTOR shall be responsible for protecting, watering, and maintaining all planting and irrigation systems until final acceptance of all work under the contract. B. At time of acceptance of the complete project, the lawn shall be totally established with no bare spots. C. Watering: Shrubs shall be thoroughly soaked after planting and provided with additional water at intervals as necessary to provide for good health and growth of the planting. D. Upon completion of laying sod, the entire area shall be soaked to saturation by a fine spray. The new planting shall be kept moist during dry weather or whenever necessary for proper establishment of the lawn. Care shall be taken to avoid excessive washing or 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-3 PARKING LOTS puddling on the surface and any such damage caused thereby shall be repaired by the CONTRACTOR at its own expense. E. Protection: The CONTRACTOR shall provide adequate protection to all newly planted areas including the installation of temporary fences approved by the ENGINEER to prevent trespassing and damage, as well as erosion control, until the end of the one-year correction period. F. The CONTRACTOR shall replace any materials or equipment it has damaged or which have been damaged by its employees or subcontractors. G. Partial utilization of the project by the CITY shall not relieve the CONTRACTOR of any of the requirements contained in the Contract Documents. H. Mowing of Lawn Areas: First mowing of lawn areas shall begin as soon as the grass has reached a height of 3-inches and subsequent mowing shall be at least once a week, or as often as necessary to maintain all lawn areas at a uniform height of 1-1/2 to 2-inches. I. All lawns shall be fertilized every 3 weeks with 6 Ib of 16-16-8 commercial fertilizer per 1,000 sq ft for the first 7 weeks and fertilized thereafter once each 5 months prior to acceptance and during maintenance and correction period. J. All plants shall be maintained in a vigorous, thriving condition by watering, cultivating, weeding, pruning, spraying, and other operations necessary. No trees or shrubs will be accepted unless they are healthy and show satisfactory foliage conditions. K. All planted areas shall be cultivated at least every 2 weeks and raked smooth, to present a neat appearance, and additional mulch shall be added where necessary. L. Maintenance shall include, in addition to the foregoing, cleaning, edging, repairs to stakes, wire, and wrappings, the repair of erosion, and all other necessary work of maintenance. Sidewalks and other paved areas shall be kept clean while planting and maintenance are in progress. M. Any sprinkler lines broken or disrupted by the CONTRACTOR shall be immediately repaired to proper working order, or replaced and be acceptable to the ENGINEER and the INSPECTOR. 1.9 FINAL INSPECTION AND GUARANTEE A. Final inspection of all lawns and plantings will be made at conclusion of maintenance. B. Written notice requesting final inspection shall be submitted to the ENGINEER at least 10 days prior to the anticipated inspection date. C. Final acceptance of the work prior to guarantee period of the contract will be accepted upon written approval by the ENGINEER and the INSPECTOR, on the satisfactory completion of all work, including maintenance, but exclusive of the replacement of plant material. D. Any delay in the completion of any item of work in the planting operation which extends the planting into more than one season shall extend the correction period in accordance with the date of completion given above. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-4 PARKING LOTS o E. The CONTRACTOR shall replace, as soon as weather conditions permit, all plants not in a vigorous, thriving condition which are noted at the end of the one-year correction period. F. Plants used for replacement shall be of the same size and variety specified in the plant list. Plants shall be furnished, planted, staked, and mulched as specified. G. All work done under this contract shall be left in good order to the satisfaction of the ENGINEER. The CONTRACTOR shall, without an additional expense to the CITY, replace any shrubs, or plant material which develop defects or die during the one-year correction period. 1.10 MAINTENANCE AND GUARANTEE FOLLOWING ACCEPTANCE OF PROJECT A. General: The CONTRACTOR shall be responsible for a period of one year after date of acceptance of all work under the Contract, for maintaining all plantings, including all necessary plant replacements, weeding, cultivating, fertilizing, pruning, controlling insects and diseases, re-guying, and performing all other operations incident thereto, as well as maintenance of the irrigation system specified in Section 02810 "Landscape Irrigation". The CONTRACTOR shall provide a written guarantee to the CITY from the landscaping subcontractor, embodying the provisions of this Section of the Specifications. B. The work covered by the maintenance and guarantee portions of these specifications consists of providing all replacements of plants, labor, materials, equipment, and supplies and in performing all operations in connection with maintenance and guarantees. C. The inspection of lawn areas is independent of the final inspection and maintenance period. After the lawn has been accepted and has been mowed 4 or more times, the responsibility for mowing and irrigation will be turned over to the CITY. However, the weeding, fertilizing, and controlling of diseases of the lawn areas shall remain the responsibility of the CONTRACTOR for the remainder of the one-year maintenance and correction period. D. All planting, plant materials, and irrigation systems required under this contract shall be in a condition acceptable to the ENGINEER at the end of the maintenance guarantee period. E. All water required during the maintenance and correction period will be furnished by the CITY. F. Maintenance: Watering and mowing of the lawn during the maintenance and correction period will be performed by the CITY in accordance with written instructions which shall be furnished by the CONTRACTOR. G. The CONTRACTOR shall make any changes or adjustments necessary to the automatic sprinkler system during the maintenance and correction period. H. The CONTRACTOR shall replace any dead or diseased plants during the maintenance and correction period. I. All lawn and planting areas shall be fertilized during the maintenance and correction period with 16-6-4 chemical fertilizer. Fertilizer shall be applied per manufacturer's written instructions on bag. Fertilizers applied to planting areas shall be cultivated into the top 2 inches of topsoil. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-5 PARKING LOTS J. The CONTRACTOR shall clean-up and remove unused or waste materials from the site and leave the area in a neat condition, satisfactory to the ENGINEER, whenever it performs work during the maintenance period. K. Final Inspection: The ENGINEER, the INSPECTOR, and CONTRACTOR shall make a final inspection at the end of the one-year correction period. Any plants and materials found defective at time of final inspection shall be replaced within a time agreed upon by both parties. If it is too late in the planting season for replanting, the replacements shall be made during the next planting season even though such planting may run beyond the maintenance and correction period. PART 2 - PRODUCTS 2.1 GENERAL A. All landscaping materials for soil conditioning, weed abatement, or planting shall be first-grade, commercial quality and shall have certificates indicating the source of material, analysis, quantity, or weight attached to each sack or container or provided with each delivery. Delivery certificates shall be given to the ENGINEER as each shipment of material is delivered. A list of the materials used, together with typical certificates of each material, shall be submitted to the ENGINEER prior to the final acceptance of the job. 2.2 TERMINOLOGY AND QUALIFICATIONS A. Plants or plant material having characteristics not conforming to terms as defined will not be accepted. The terms "plant material" or "plants" refer to all vegetation, whether trees, shrubs, ground cover, or herbaceous vegetation. s*\ B. Quality refers to structure and form, as evidenced by density and number of canes and branches, compactness, symmetry, and general development without consideration of size or condition. Standard quality indicates the least acceptable quality. Plants shall be typical of the species and variety of good average uniform growth, shall be well formed and uniformly branched, and shall have the minimum number of canes specified, free from irregularities, or shall conform to minimum quality index. Where the number of canes is not specifically stated in describing this grade, the standards of the "Horticultural Standards" as adopted by the American Association of Nurserymen, shall apply. In this case, the number of canes and other factors for the appropriate classification under "quality definition" in the Horticultural Standards shall be the Quality index. Plant material below this standard will be considered "culls" and are not acceptable. Plants shall be nursery grown. C. Specimen means an exceptionally heavy, symmetrical, tightly-knit plant, so trained or favored in its development and appearance as to be outstanding, superior in form, number of branches, compactness, and symmetry. D. Size is the factor controlled by dimensions representing height or spread, or both, without consideration of quality or conditions. For standard quality, a dimension is given for height or container size, or a dimension is given for height as well as container size. E. Height is usually indicated with a tolerance. The smaller dimension is the minimum acceptable. The larger dimension represents the maximum permissible. The average dimension of all plants must equal the average of the tolerance figures shown on each item. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-6 PARKING LOTS F. Condition is the factor controlled by vitality and ability to survive and thrive and be comparable with normal plants of the same species and variety in the vicinity, at the "**"*' same season of the year. In addition, plants shall be free from physical damage or adverse conditions that would prevent thriving. Conditions also sometimes refer to state of growth, i.e., whether "dormant condition" or "growing condition" and this state shall be comparable to plants of similar species in the vicinity or leaves, formation of buds, and the like. G. Cane means a primary stem which starts from the ground, or close to the ground, at a point not higher than % the height of the plant. H. Caliper shall be taken 12 inches above the finish grade or ground, as a guide, or where a dimension in trunk appears to form the head of the tree. I. Foliage line is maximum dimension in case of specimen plants. It measures from ground to lowest part of body of plant. J. Collected plants shall not be used. 2.3 TOPSOIL A. General: Tppsoil shall be designated as Class A (imported), Class B (selected) or Class C (unclassified) as specified herein. The ENGINEER shall determine the suitability of topsoil prior to use. Topsoil shall be transported from source to final position unless stockpiling is specified. B. Class A Topsoil: Class A topsoil shall be from a source outside the limits of the project selected by the CONTRACTOR and in compliance with the requirements specified herein. The ENGINEER may make such inspections and perform such tests as deemed necessary to determine that the material meets the requirements. 1. At least 15 days before scheduled use, the proposed topsoil source must be submitted to the ENGINEER for approval. The CONTRACTOR shall submit a written request for approval, accompanied by a written report of a testing agency registered by the State for agricultural soil evaluation which states that the proposed source complies with these specifications. Class A topsoil shall have the same relative composition and structure, a friable sandy loam character, and be free of roots, clods, and stones larger than 1 inch in greatest dimension, pockets of coarse sand, noxious weeds, sticks, brush and other litter. It shall not be infested with nematodes or undesirable insects and plant disease organisms. 2. Class A topsoil shall meet the following additional requirements: a. Gradation Limits: Sand, 50-80 percent, clay 20 percent maximum, and silt, 30 percent maximum. The sand, clay, and silt gradation limits shall be as defined in ASTM D 422. b. Permeability Rate: Not less than 0.5-inches per hour nor more than 2-inches per hour when tested in accordance with ASTM D 2434, California Test 220, or other approved methods. c. Agricultural Stability: The topsoil shall be suitable to sustain the growth of the plants specified. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-7 PARKING LOTS C. Class B Topsoil: Class B topsoil is defined as material which is obtained from sources and in the quantities designated on the plans or in the Specifications and which requires transport to the designated landscape areas. Such designated sources of the Class B topsoil may be within or outside the project limits. The cost of stripping the surface of vegetation and debris at the designated locations and processing of material to a finely divided state, before it is spread, shall be included in the price for hauling and placing. D. Class C Topsoil: Class C topsoil is defined as soil found in place in the designated landscape area, including soil compacted in place as part of the earthwork specified for the project. 2.4 SOIL FERTILIZING AND CONDITIONING MATERIALS A. General: Fertilizing materials shall comply with the applicable requirements of the State Agricultural Code. All fertilizing materials shall be packaged first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizing material shall not contain toxic ingredients or fillers in quantities harmful to human life, animals or plants. The CONTRACTOR shall furnish a Certificate of Compliance stating that the material meets the specifications. B. Manure: Manure shall be the product of yard fed cattle, free of weed seed, straw, or other inert material, and aged at least 3 months. The manure shall have been processed by grinding and screening and shall be of a consistency that will readily spread with a mechanical spreader. Manures shall be supplied in bulk if the source is approved in advance by the ENGINEER. C. Commercial Fertilizer: Commercial fertilizer shall be a palletized or granular product having a chemical analysis as follows: pre-plant commercial fertilizer shall be granular 12-12-12 (N-P-K); post-plant fertilizer shall be 16-6-4; and planting tablets shall be compressed, slow-release fertilizer tablets (20-10-5) in twenty-one (21) gram sizes. Commercial fertilizer shall be free-flowing material delivered in unopened sacks. Material which becomes caked or otherwise damaged shall not be used. D. Organic Soil Amendment: Type 1 organic soil amendment shall be used. 1. Type 1 organic soil amendment shall be a ground or processed wood product derived from redwood, fir, or cedar sawdust, or from the bark of fir or pine, treated with a non-toxic agent to absorb water quickly, and shall comply with the following requirements: Grad Sieve .•:',,:: -'••:-. 1/4- No. No. .. -- .,--• Passing Percentage , - .- , ,<v '' ' • ' " ' ' mAu.i>ritl lml~.lmi.M\ ''•'• --•"''. (Percent} (minimum} ;• • - 9 8 3 Nitrogen Content {percent dry weight) Redwood Fir Cedar Fir Bark Pine Bark 0.40 - 0.60% 0.56 - 0.84% 0.56 - 0.84% 0.80-1.20% 0.80-1.20% Maximum saturation extract conductivity: 6.35 milliohms/inch at 77°F. Wetability 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-8 PARKING LOTS When one teaspoon of tap water is applied to 4 cubic-inches (volumetric ratio of 1:15) of the air-dry product, the material shall become completely damp in a period not exceeding 2 minutes. Any wetting agent added shall be guaranteed non-phyto-toxic at the rate used. E. Mulch: Type 1 mulch shall be used. Mulch shall be packaged in bales or bags unless the ENGINEER approves a bulk source in advance of delivery to the jobsite. 1. Type 1 mulch (ground wood product), shall be shredded cedar, pine, or fir bark or equal commercial product. Typical mulch size shall be three inches by one-half inch (3" x %"). Submit two (2) samples to the Engineer for approval prior to installation. The material shall be free of seeds, debris, and deleterious materials, and shall have a rich brown color when supplied. 2.5 PLANT MATERIALS A. Plants shall meet requirements of the Contract Documents and shall be in accordance with the botanical names and applicable standards of quality, size, condition, and type. They shall be true to name, genera, species, and variety in accordance with reference publications. B. Plant names are defined in "Standardized Plant Names" and "Bailey's Encyclopedia of Horticulture". When a name is not found in either reference, the accepted name used in the nursery trade shall apply. C. Plants shall be marked for identification. Each bundle of plants and at least 25 percent of each species and variety of separate plants in any one shipment shall have legible labels securely attached before delivery to the site. D. All shrubs shall be measured while their branches are in their normal position. Height and spread dimensions specified refer to the main body of the plant and not from branch or root tip to tip. No trees will be accepted with their leaders cut, or so damaged that cutting is necessary. E. All plants shall be symmetrical and shall conform to the size, age, and condition as specified on the plant list shown in the Contract Documents. Exceptions are as follows: 1. Plants larger than specified in the plant list may be used if approved by the ENGINEER, but use of such plants shall not increase the contract price. If the use of larger plants is approved, the spread of roots or ball earth shall be increased in proportion to the size of the plant. Bare root plants furnished in size greater than specified shall be balled and burlapped when required by the ENGINEER. 2. Where caliper or other dimensions of any plant materials are omitted from the Plant List, it shall be understood that such plant materials shall be normal stock for type listed. F. Plants shall be of sound health, vigorous, and free from plant disease and shall be well- branched, shall have full foliage when in leaf, and shall have a healthy well-developed normal root system. Cold storage plants will not be accepted. Plants that are sensitive to shock from elevation change shall be grown at elevations close enough to site to alleviate any plant damage due to such change for at least 2 years. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-9 PARKING LOTS G. Bare rooted (BR) plants shall have well-developed branch systems and vigorous root cm systems. They shall be dug to sufficient depth to ensure full recovery and development ^™1 of the plants. Roots of these plants shall be covered with a uniformly thick coating of s<*^ mud being puddle immediately after they are dug. H. Balled and burlapped (BB) plants shall have firm, natural balls of earth, or diameter not less than that specified and of sufficient depth to include all the fibrous and feeding roots. No plant moved with a ball will be accepted if the ball is cracked or broken before or during plant operations, except on special approval of the ENGINEER. I. Roots or balls of all plants shall be adequately protected at all times from sun and drying winds. J. Plants (indicated to be in marked cans, pots, or other containers on the plant list) shall have been grown in the containers for a minimum of 6 months and a maximum of 2 years. Roots shall fill the containers but show no evidence of being or having been root bound. K. Trees shall have straight trunks and all old abrasions and cuts shall be completely callused over. In no case shall trees be topped before delivery. L. Plants shall have been transplanted or root-pruned at least once in the 2 years. Plants shall not be pruned prior to delivery except as authorized by the ENGINEER. 2.6 SOD GRASS A. Sod shall contain at least 85 percent permanent grass suitable to the climate in which it is to be placed; not more than 25 percent nursing grass; not more than 10 percent weed and undesirable grasses, and shall be of good texture, free from obnoxious roots, stones and foreign materials. The sod shall be cut in 16-inch squares, 16-inch wide strips, 4-ft wide strips or 4-ft wide squares, uniformly 1 ^-inches thick with clean cut edges. B. The sod shall be nursery grown Dwarf Tall Fescue sod. It shall be uniformly cut approximately %-inch or more thick and shall be well rooted, 2-year old growth of permanent and desirable grasses indigenous to this general location. The sod shall be practically free from weeds and undesirable grasses. PART 3 - EXECUTION 3.1 GENERAL A. The landscape work shall not be performed at any time when it may be subject to damage by climatic conditions. B. The CONTRACTOR shall carefully scale or otherwise verify all dimensions in the Contract Documents. Any discrepancies or inconsistencies discovered on the plans shall be brought to the attention of the ENGINEER. Dimensions and plant locations shown shall be coordinated with the ENGINEER and final location shall be site-oriented by the planter and the ENGINEER. C. In case of conflict between the plant list totals and total plant count of the Contract Documents, the CONTRACTOR shall provide the higher number of plants. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-10 PARKING LOTS 3 ..,..,. D. Delivery of materials may begin only after samples and tests have been accepted by the ENGINEER. All materials furnished for the work shall be not less than the accepted ***""'' sample. E. Substitutions for the indicated plant materials may be permitted pursuant to the Contract Documents. F. The CONTRACTOR shall provide temporary fencing, barricades, covering, or other protections to preserve existing landscaping items indicated to remain and to protect the adjacent properties and other structures when they may be damaged by the landscape work. G. The CONTRACTOR shall retain the services of a tree surgeon acceptable to the ENGINEER to repair damage to existing trees. Existing trees which are to be saved and which cannot be restored to full growth, as determined by tree surgeon, shall be removed and replaced with a new similar tree of 24-inch box size of the same species. H. The CONTRACTOR shall remove and/or relocate landscape items such as trees, shrubs, grass, other vegetation, improvements, and obstructions as shown on Drawings or otherwise specified. I. Waste materials shall be removed from the CITY'S property, and disposed of at a designated landfill unless otherwise noted. J. It shall be the responsibility of the CONTRACTOR to avail itself of any information regarding utilities which are in the area of work and to prevent damage to the same. The CONTRACTOR shall provide protection to the utilities as necessary. K. Burning of combustible materials on the site shall not be permitted. L. The CONTRACTOR shall provide protection to structures, sidewalks, pavements, and other facilities in areas of work which are subject to damage during landscape work. Open excavations shall be provided with barricades and warning lights which conform to the requirements of governing authorities and the State's OSHA safety requirements. M. Planting areas include all areas to be landscaped unless specified or shown otherwise. 3.2 SOIL PREPARATION A. The landscape work shall not begin until all other trades have repaired all areas of settlement, erosion, rutting, etc., and the soils have been re-established, recompacted, and refinished to finish grades, to the ENGINEER'S approval. B. Areas requiring grading by the landscaper including adjacent transition areas shall be uniformly level or sloping between finish elevations to within 0.10-ft above or below required finish elevations. C. The landscape work shall not proceed until after walks, curbs, pavings, edging, and irrigation systems are in place. The contract operations shall be completed to a point where the landscape areas will not be disturbed. The subgrade shall be cleaned free of all waste. D. During grading, waste materials in the planting areas such as weeds, rocks (2-inches and larger) building materials, rubble, wires, cans, glass, lumber, sticks, etc., shall be removed from the site. Weeds shall be dug out by the roots. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-11 PARKING LOTS E. Fertilizers, additives, seed, peat, etc., subject to moisture damage shall be kept in a weatherproof storage place in such a manner that they will be kept dry. F. After removal of waste materials, the planting area subgrade shall be scarified and pulverized to a depth of not less than 6 inches and all surface irregularities below the cover of topsoil removed. G. Finish grading shall consist of: 1. Final contouring of the planting areas. 2. Placing all soil additives and fertilizers at the following rates: (The soils amendments below shall be used for bidding purposes only. Actual types and quantities may be altered based on the soil analysis) The conditioning material per 1000 square feet shall be: a) Four (4) cubic yards organic amendment b) Twenty (20) Ibs. gypsum c) Twenty-five (25) Ibs. 12-12-12 pre-plant fertilizer d) Ten (10) Ibs. iron sulfate e) Ten (10) Ibs. soil sulfur 3. Tilling of planting areas. 4 After tilling, bring areas to uniform grades by floating and/or hand raking. 5 Making minor adjustment of finish grades as directed by the ENGINEER. 6 Removing waste materials such as stones, roots, or other undesirable foreign material and raking, disking, dragging, and smoothing soil ready for planting. 7. After the irrigation installation and before the planting installation, the Contractor shall irrigate the planting areas a minimum of seven (7) times over fourteen (14) days to germinate existing weed seeds. Allow weed seeds to grow until they reach a maximum height of two to three inches. A post-emergent herbicide spray material shall then be applied per the manufacturer's specifications and instructions. The sequence of operations shall be approved by the ENGINEER prior to beginning spraying operations. Before applying any chemical spray material, the Contractor shall obtain from the Resident Engineer written approval of the material to be used, the rate, and method of application. Any weed growth, which subsequently appears, shall be killed by additional spraying before the weeds exceed two-inches (2") in height. At the time of planting, each area to be planted shall be free of living weeds of any height. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-12 PARKING LOTS o The Contractor shall immediately remove and dispose of mowed weed growth and all other debris generated by clearing and grubbing when so directed by the Resident Engineer. The Contractor shall allow sufficient time in the construction schedule to perform weed eradication without causing construction delays. Any delays due to weed eradication shall be at the Contractor's expense. H. Any unusual subsoil condition that will require special treatment shall be reported to the ENGINEER. I. Surface drainage shall be provided as shown by molding the surfaces to facilitate the natural run-off of water. Low spots and pockets shall be filled with topsoil and graded to drain properly. J Finish grade of all planting areas shall be 1%-inches below finish grades of adjacent pavement of any kind. K In all shrub planting areas, 1Vz-inches of peat moss or soil-aid shall be raked into the top 3-inches of soil. 3.3 DELIVERY, STORAGE, AND HANDLING OF PLANT MATERIALS A. No plants other than the required samples shall be dug or delivered to the site until the required inspections have been made and the plant samples are approved. B. Plants shall not be pruned prior to delivery except upon approval by the ENGINEER. C. Plant material shall be planted on the day of delivery if possible. The CONTRACTOR shall protect the stock in a temporary nursery at the project site where it shall be protected from sun and drying winds and shall be shaded, kept moist, and protected with damp soil, moss, or other acceptable material. Plants shall be planted within 2 days after delivery. D. All balled and burlapped plants which cannot be planted immediately on delivery shall be set on the ground and shall be well protected with soil, wet moss, or other acceptable material. Bare rooted plants, which cannot be planted immediately, shall be planted on heeled-in trenches immediately upon delivery. No material heeled-in more than one week may be used. Bundles of plants shall be opened and the plants separated before the roots are covered. Care shall be taken to prevent air pockets among the roots. E. During planting operations, bare roots shall be covered with canvas, wet straw, or other suitable materials. No plants shall be bound with wire or rope at any time so as to damage the bark or break branches. F. Plants shall not be picked up or moved by stem or branches, but shall be lifted and handled from the sides of the containers. G. Plants shall be lifted and handled from the bottom of the ball or container. Plants with balls cracked or broken before or during planting operations will not be accepted and shall be immediately removed from the site. 3.4 PLANT LOCATIONS 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-13 PARKING LOTS A. Plant pits, centered on location stakes, shall be excavated circular pits with vertical sides and flat or saucer shape bottom in accordance with the following sizes unless shown otherwise: 1. Shrubs shall be planted in pits or holes of soil 24-inches deep below finished grade, or as much deeper as necessary to properly set the plant at finished grade with a minimum of 6 inches of planting soil under balls of all plants. Shrubs with balls shall be planted in pits that are at least 24-inches greater in diameter than the bottom of ball. Bare root shrubs shall be planted in pits at least 12- inches below the roots of the plant. 3.6 PREPARED BACKFILL A. Shrub pit backfilling soil shall consist of 4 parts topsoil, and 1 part peat or soil-aid by volume. Commercial fertilizer shall be sparingly mixed with the prepared topsoil, using 5 Ib/cu yd or as required by manufacturer's printed recommendations. B. Planting pit, bin, and trench filling and bedding soil shall consist of 4 parts by volume topsoil mixed with 1 part manure and 5 Ib of commercial fertilizer per cubic yard. C. Materials shall be thoroughly rotary-mixed on the site before placement. Mixing of materials in pits, bins, trenches or beds will not be permitted. D. Tree and shrub pits shall be provided with fertilizer tablets as follows: 1 per one-gallon can plant 3 per 5-gallon can plant 5 per 15-gallon can plant ^\ 3.7 ROCKS OR UNDERGROUND OBSTRUCTIONS A. In the event that rock or underground obstructions are encountered in the excavation of plant pits, alternative locations shall be selected by the ENGINEER. Moving of trees to alternative locations shall not entail additional costs to the CITY. 3.8 SETTING PLANT MATERIALS A. The soil shall not be worked when the moisture content is so great that excessive compaction will occur, nor when it is so dry that a dust will form in the air or that clods will not break readily. Water shall be applied if necessary to provide ideal moisture for filling and planting as specified. B. Plants shall be set in center of pits as shown in the Contract Documents. They shall be set plumb and straight, and at such a level that after settlement the crown of the plant will be 2-inches above the finished grade. C. All ground cover plants shall be evenly spaced, staggered in rows, and set at intervals specified, so as to produce a uniform effect. Plants shall be watered immediately after planting operations have been completed. D. All shrubs shall be pruned to remove damaged branches. All bare root shrubs shall be pruned and shaped to compensate for transplant root loss. E. Planting soil around roots or balls shall be thoroughly compacted and watered. After planting, the soil in the shrub beds shall be cultivated between shrubs, raked 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-14 PARKING LOTS smooth, and neatly outlined. Muddy soil shall not be used for backfilling. All broken or frayed roots shall be properly cut off. F Shrubs on slopes steeper than 6 to 1 shall be provided with watering dams or berms at least 6-inches high and 8-inches wider than planting pit (hole) unless specified or shown otherwise. G All shrubs shall be thoroughly watered immediately after planting. H. Remove all tags and labels when directed by ENGINEER. 3.9 PRUNING AND MULCHING A. Each shrub shall be pruned in accordance with standard horticultural practice to preserve the natural character of the plant in the manner fitting its use in the landscape design, as approved by the ENGINEER. B Plants shall be mulched after planting and cultivating have been completed. A layer of mulch materials, as hereinbefore specified, shall be spread on finished landscaping grade within all planting areas to a depth of 3 inches. The mulch around isolated plants shall be 6 inches greater in diameter than the planting hole. All shrub and ground cover beds shall be completely covered with the mulch. 3.10 SODDING A. Grass sod shall be provided where shown or specified and shall be maintained. B. The soil shall be prepared and fertilized before sodding. The CONTRACTOR shall prepare only enough ground that can be planted within 24 hours thereafter. C. Soil preparation shall consist of the following: 1. Preparation of sub-grade grading shall be per "Part 3 - Execution" in Paragraphs entitled "General" and "Soil Preparation", herein. 2. Finish grading shall be per "Part 3 - Execution" in Paragraph entitled "Soil Preparation", herein. Topsoil required at areas to be sodded shall be 11/2-inches. The soil additives and fertilizer for finish grading shall consist of mulch at 5 cu yd/1000 sq ft and commercial fertilizer at 20 lb/1000 sq ft. D. Sod shall be cut and laid on site the same day. E. The sod shall be placed over leveled, compacted, and prepared finish graded soil. The topsoil and sub-base shall be moist enough to resist shifting. F. Sod may be placed at any time when the ground is not frozen. The surface on which the sod is to be laid should be firm and free from footprints or other depressions. A string or line of boards may be used as a guide for setting the first line of sod across the area. Sods of the next course are matched against the edge of this first line in such a way the joints between the individual sod pieces in the 2 lines do not coincide. Successive courses are matched against the last line laid, in the same manner. Sod shall be laid on indicated areas. 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-15 PARKING LOTS G. Sod joints shall be closely laid and filled with a mixture of grass seed and screened topsoil at the rate of 2 Ibs of seed to each cu yd of topsoil. Sod fill soil shall be thoroughly tamped to a true and even surface at the required finished grade. H. All new sod shall be rolled or firmly but lightly, tamped with a suitable wooden or metal tamper, sufficiently to set or press sod into underlying soil. I. After sodding has been completed, the sodded area shall be cleaned up and thoroughly moistened by sprinklers. o o 09/15/2008 LANDSCAPING POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 02900-16 PARKING LOTS SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This Section summarizes the general requirements for electrical work, and forms a part of all other Sections of Division 16 unless otherwise specified. B. Work Included In Division 16. Electrical work as indicated, specified, and required. 1.2 QUALITY ASSURANCE A. Qualifications of Manufacturers. Furnish manufacturer's electrical equipment of the types and sizes specified which has successfully operated for not less than the past two years except where specific types are named by manufacturer and catalog number or designation under other Sections of Division 16. B. Factory Tests are required for all electrical equipment and assemblies. Perform factory tests in accordance with the codes and standards specified as applicable to the equipment. Items to be factory tested shall include: 1. Lighting Equipment. C. Factory Inspection. OWNER or his representative may inspect fabricated electrical equipment at the factory. Notify OWNER in sufficient time so that factory inspection can be arranged. Factory inspection will be made after manufacturer has performed satisfactory checks, adjustments, tests, and operations. Approval of equipment at the factory only allows the manufacturer to ship the equipment to the site, and does not constitute final acceptance. D. Codes and Standards. Provide electrical equipment and materials, including installation, conforming to the following codes and standards, as applicable. The equipment and materials shall bear labels to indicate manufacturing conformance to the specified standards or equal. Where two codes or standards are at variance, conform to the more restrictive requirement: 1. National Electrical Code. 2. National Electrical Safety Code. 3. County and City Electrical Codes. 4. Owner's Electrical Standards. 5. American National Standards Institute. 6. American Society for Testing Materials. 7. Certified Ballast Manufacturers. 8. Illuminating Engineering Society. 9. Institute of Electrical and Electronic Engineers. 10. Insulated Cable Engineers Association. 11. National Electrical Manufacturers Association. 12. National Fire Protection Association. 09/15/08 GENERAL ELECTRIC REQUIREMENTS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16010-1 PARKING LOTS 13. Occupational Safety and Health Act. 14. Public Utilities Service Requirements. 15. Underwriters' Laboratories, Inc. 1.3 SUBMITTALS A. Shop Drawings. 1. Submit shop drawings for the following: a. Section 16100, Basic Electrical Materials and Methods. b. Section 16400, Service and Distribution. c. Section 16500, Lighting. 2. Complete equipment description, operation and installation data shall be submitted with the shop drawings. Shop drawings shall include the following: a. Dimensions and weights of equipment. b. Nameplate data including the nameplate material, heights of letters and inscriptions. c. Details showing enlarged views of small parts when required. Arrangements of equipment and nameplates. /^% d. Plans showing the equipment assembly, space requirements, clearances and locations for conduits and anchor bolts. e. Elevations showing the vertical components, positions and arrangements of the equipment. B. Record Drawings. Prepare and submit for all work included in Division 16. Refer to General Conditions for uncovering of uninspected and unrecorded work. C. Materials List. Submit material lists for the OWNER'S review prior to purchase. The material lists shall include all products described in Division 16, including the equipment that shall have shop drawings. Within 30 days after receiving the submittal approval, provide the Owner with evidence that all equipment and materials required to complete the installations have been purchased. List only those products named in the Contract Documents or substitutions approved. D. Technical Data. Submit descriptive and instruction manuals to the extent required under this Section and other Sections of Division 16. E. Manufacturers' Certified Reports. Submit a notarized written report from the equipment manufacturer, or his authorized representative with respect to his equipment certifying that (1) the equipment has been properly installed, wired, and connected under his supervision, (2) the equipment is in accurate alignment, (3) he was present when the equipment was placed in operation, (4) he has checked, inspected, and adjusted the 09/15/08 GENERAL ELECTRIC REQUIREMENTS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16010-2 PARKING LOTS o equipment as necessary, (5) the equipment has been operated under full load conditions and operated satisfactorily, and (6) the equipment is fully covered under the terms of the guarantee. F. Demonstration and Final Operation Test Plans and Results. Submit a written plan for demonstrating that each item of equipment provided under Division 16 meets the specified operational requirements. Submit a written plan for procedures to be used in final operation testing of entire systems including a description of each system, test methods and materials, testing instruments and recorders, and a list of the equipment involved with the functional parameters to be recorded on each item. Submit three copies of test results and records for all final operation tests. G. Accessory and Maintenance Materials. Furnish items as specified herein and in other Sections of Division 16. Deliver to OWNER as directed with an itemized list in a letter of transmittal accompanying each shipment. 1. Special Tools and Accessories. Furnish special tools, instruments, and accessories for maintaining equipment requiring periodic repair and adjustment. Also, furnish special lifting and handling devices for equipment requiring such devices. 2. Maintenance, Materials and Spare Parts. Deliver in manufacturer's original containers labeled to completely describe contents and equipment for which it is furnished. 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery. Deliver electrical materials and equipment in manufacturers' original cartons or containers with seals intact, as applicable. Unless otherwise specified, deliver conductors in sealed cartons or on sealed reels, ends of reeled conductors factory sealed. Deliver large multi-component assemblies in sections that facilitate field handling and installation. B. Storage. Unless designed for outdoor exposure, store electrical materials off the ground and under cover. Prevent corrosion, contamination, or deterioration. C. Handling. Handle materials and equipment in accordance with manufacturers' recommendations. Lift large or heavy items only at the points designated by the manufacturer. Use padded slings and hooks for lifting as necessary to prevent damage. 1.5 JOB CONDITIONS A. Electrical Drawings are diagrammatic and indicate the general layout of the complete work. Locations of equipment, inserts, anchors, motors, panels, pull boxes, manholes, conduits, stub-ups, fittings, lighting fixtures, power and convenience outlets, exterior lighting units, and ground wells are approximate. Conform to Drawings as closely as possible. Exercise care to secure approved headroom and clearances, and to overcome structural interference. Verify scaled dimensions, field dimensions, and conditions at the place of work. 09/15/08 GENERAL ELECTRIC REQUIREMENTS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16010-3 PARKING LOTS B. Changes. Submit written details and reasons for proposed deviations from Drawings and Specifications, and do not deviate therefrom unless authorized by Field Order or Change Order. If approved changes requested by CONTRACTOR require alteration of structures or related work, make the alterations at no additional cost to OWNER. C. Protection. Protect electrical materials and equipment until final acceptance. Protect factory painted surfaces from impact, abrasion, discoloration, and other damage. Keep electrical equipment, materials, and insulation dry at all times. Maintain heaters in equipment connected and operating until equipment is placed in operation. If partial dismantling of equipment is required for installation, box or wrap the removed parts until reinstalled. Repair or replace damaged work as directed, at no additional cost to Owner. D. Coordinate electrical work with all trades, code authorities, public utilities, and OWNER. Where two or more trades interface in an area, verify that no electrical work is omitted. 1.6 RELATED ELECTRICAL WORK A. Review entire Contract Documents and provide electrical work required for all trades unless excluded from Division 16 or specified elsewhere. 1.7 PUBLIC UTILITIES A. Obtain service requirements from public utilities for required power, telephone, and telemetering. Provide electrical work for power, telephone, and telemetering as indicated or specified, and according to power and telephone companies service requirements. Pay the service charges of power and telephone companies, including costs for conduits, cables, boxes, trenching, backfilling, and grounding. 1.8 POWER SUPPLY A. The power supply shall be alternating current, 60 hertz and at the voltage indicated on the Drawings. 1.9 PERMITS A. Obtain and pay for permits, licenses, and inspections required for electrical construction work by public agencies having jurisdiction, except as otherwise specified. 1.10 OUTAGES A. Keep power shutdown periods to the minimum time feasible, and only for such times and durations as may be approved. Submit written request for outage approval at least 5 working days in advance of need, stating date, time, and probable duration. Bear all overtime costs for outages required to be performed during non-working hours. 1.11 TEMPORARY POWER A. Make necessary arrangements with power company, and provide equipment, materials, and wiring in accordance with applicable codes and regulations. Upon completion of work, remove temporary power equipment, materials, and wiring as approved. /*% 09/15/08 GENERAL ELECTRIC REQUIREMENTS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16010-4 PARKING LOTS 1.12 AREA CLASSIFICATIONS A. Installation areas for electrical equipment, materials, and wiring are classified as "Non- Hazardous" unless otherwise indicated or specified. 1.13 GUARANTEE AND WARRANTIES A. Guarantee all work of Division 16 in accordance with the General Conditions. With respect to equipment, condition guarantee to cover (1) faulty or inadequate design; (2) improper assembly or erection; (3) defective workmanship or materials; and (4) incorrect or inadequate operation, or other failure. For equipment bearing a manufacturer's warranty in excess of 1 year, & furnish a copy of the warranty to the Owner named as beneficiary. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Provide new materials and equipment as required to complete all indicated and specified electrical work, including incidental items inferable from the Contract Documents that are necessary to complete the work. Provide materials and equipment of latest design, standard products of established manufacturers. For uniformity, only one manufacturer is acceptable for each type of product. Manufacture individual parts to standard sizes and gages so that repair parts can be installed in the field. Make like parts of duplicate units interchangeable. Do not place equipment in service at any time prior to delivery except as required for factory or shop tests. B. Prohibited Materials. Aluminum conduits, fittings, supports, and conductors are not acceptable. C. Damaged Products. Notify OWNER in writing if any equipment or material is damaged. Do not repair damaged products without prior written approval. D. Outdoor Equipment. Outdoor electrical equipment shall be weatherproof, NEMA 3R gasketed, unless otherwise indicated. All hardware in outdoor locations shall be stainless steel. E. Factory Finishes. Unless otherwise specified in other Division 16 sections, the sheet metal surfaces of equipment enclosures shall be phosphatized and coated with a rust resisting primer. Over the primer, apply a corrosion resistant baked enamel finish on the interior and exterior metal surfaces. The color shall be specified by owner. Hardware shall have a corrosion resistant finish. Cast iron outlet bodies, boxes, covers and fittings shall be finished with cadmium zinc electroplate covered with aluminum cellulose lacquer. In indicated corrosive areas; all surfaces of rigid steel conduit, cast metal boxes, cast metal outlet bodies, covers, fittings, supports and clamps shall have a polyvinyl chloride coating bonded to the outer surface, and the hardware shall be stainless steel. Sheet metal enclosures and lighting fixtures, in corrosive areas, shall have an outer coating of corrosion resistant epoxy. 09/15/08 GENERAL ELECTRIC REQUIREMENTS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16010-5 PARKING LOTS PART 3 - EXECUTION 3.1 GENERAL A. Install electrical work in accordance with the codes and standards specified, except where more stringent requirements are indicated or specified. Verify that materials and equipment properly fit the installation space with clearances conforming to the codes and standards specified except where greater clearance is indicated. Perform work as required to correct improper installations, at no additional cost to OWNER. 3.2 ELECTRICAL SUPERVISION A. In addition to supervision required under the General Conditions, assign a competent representative to supervise the electrical construction work from beginning to completion and final acceptance. 3.3 INSPECTION A. Inspect each item of material and equipment for damage, defects, completeness, and correct operation before installing. Inspect previously installed related work and verify that it is ready for installation of electrical work. 3.4 PREPARATION A. Prior to installing electrical work, ensure that installation areas are clean. Maintain the areas in a broom-clean condition during installation operations. Clean, condition, and service equipment in accordance with the manufacturer's instructions, approved submittals, and other requirements indicated or specified. 3.5 WORKMANSHIP A. Employ skilled craftsmen experienced in installation of the types of electrical materials and equipment specified. Use specialized installation tools and equipment as applicable. Produce acceptable installations free of defects. 3.6 FIELD QUALITY CONTROL A. Manufactures' Supervision and Field Installation Check. Where specified, electrical equipment manufacturer shall furnish the services of an authorized representative especially trained and experienced in the installation of his equipment to (1) supervise the equipment installation in accordance with the approved submittals and manufacturer's instructions, (2) be present when the equipment is first put into operation, (3) inspect, check, adjust as necessary, and approve the installation, (4) repeat the inspection, checking, and adjusting until all trouble or defects are corrected and the equipment installation and operation are acceptable, and (5) prepare and submit the specified Manufacturers' Certified Report. Include all costs for representatives services in the Contract Price. B. Operational Demonstrations. Demonstrate that performance of installed electrical materials and equipment complies with requirements specified in Division 16. Operate equipment through entire no-load to full-load range for not less than 24 hours unless a 09/15/08 GENERAL ELECTRIC REQUIREMENTS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16010-6 PARKING LOTS longer period is specified elsewhere. Immediately correct defects and malfunctions with approved methods and materials in each case, and repeat the demonstration. Conform to the approved demonstration plan. C. Final Operation Tests. Test all electrical systems for not less than 168 hours, with no interruptions except for normal maintenance or corrective work. Conform to the approved test plan. Coordinate with final operation tests required under Division 15. 1. Testing Materials. Furnish labor, instruments, recorders, gages, materials, and power for tests as required. 2. Testing Methods. Operate systems continuously 24 hours a day under constant inspection of trained operators. Cause variable speed equipment to cycle through the applicable speed range at a steady rate of change. Induce simulated alarm and distressed operating conditions, and test controls and protective devices for correct operation in adjusting system functions or causing system shutdown. Perform other final operation tests as may be required under other Sections of Division 16. 3. Defects. Immediately correct all defects and malfunctions disclosed by tests. Use new parts and materials as required and approved. Add the interruption time for corrective work to the specified total test period. 4. Test Records. Furnish approved instruments, gages, chart recorders, and other devices as required. Continuously record all function and operation parameters during entire test period. Submit data to Owner. 3.7 INSTRUCTION OF OWNER'S PERSONNEL A. Where specified under other Sections of Division 16, conduct an instruction program for up to five persons designated by OWNER. Furnish the services of qualified instructors from the applicable equipment manufacturers. Include instruction covering basic operation theory, routine maintenance and repair, and "hands on" operation of equipment. Base duration of the program on the complexity of equipment involved, and obtain OWNER'S approval of instruction adequacy before terminating the program. Schedule instruction in consultation with OWNER. 3.8 CONSOLIDATION OF TESTING AND INSTRUCTION REQUIREMENTS A. Demonstration testing, final operation testing, and instructing OWNER'S personnel may be performed simultaneously, subject to prior approval of the extent of consolidation in each case. 09/15/08 GENERAL ELECTRIC REQUIREMENTS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16010-7 PARKING LOTS SECTION 16100 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.1 DESCRIPTION A. This Section outlines the wiring requirements for the electrical work and forms a part of all other Sections of Division 16 unless otherwise specified. 6. Related Work Specified Elsewhere. 1. Service and Distribution, Section 16400. 2. Lighting, Section 16500. 1.2 SUBMITTALS A. Submit for the Owner's approval material lists, shop drawings, factory test reports and technical data to the extent required in this Section and Section 16010. 1.3 WIRING A. Wiring for furnished equipment shall include the following: B. Wiring for Furnished Equipment. The wiring to the furnished equipment shall include all the required materials and installations to complete the wiring as shown on the Drawings, specified and required. PART 2 - PRODUCTS 2.1 GENERAL A. Provide basic materials and all wiring installations as indicated, specified and required. 2.2 METAL CONDUITS A. Conduits shall be steel, hot-dipped galvanized and equipped with couplings and thread protector caps. The surfaces and threads shall be corrosion-resistant coated. Conduits shall be in ten foot lengths and manufactured by Jones & Laughlin Steel Co., Allied Tube & Conduit Co., Triangle PWC, Republic, Youngstown, or approved equal. Conduits shall be a minimum size of 3/4 inch. Supports shall be provided for all conduits. B. Rigid Steel Conduit shall be provided for all exposed exterior installation unless otherwise indicated and/or specified. C. Electrical Metallic Tubing may be substituted for rigid steel conduit on the interior of the control building unless otherwise indicated and/or specified. 09/1 5/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-1 PARKING LOTS 2.3 PVC COATED - METAL CONDUITS A. Does not apply. 2.4 NONMETALLIC CONDUITS A. Nonmetallic conduits shall be Schedule 40 polyvinyl chloride as manufactured by Triangle Conduit & Cable, Carlon, or approved equal. All the conduit shall be of one type, and low temperature, corrosion, and moisture resistant. B. Nonmetallic Conduit may be installed for underground conduit runs which are outside of the buildings and structures and run between buildings and structures. Rigid steel bends and risers shall be used with nonmetallic conduit wherever conduit rises above grade. Each nonmetallic conduit shall contain a code sized grounding conductor. 2.5 FLEXIBLE CONDUIT A. Liquid-tight flexible metal conduit shall be provided for short connections to equipment as shown on the drawings and as required which withstand temperatures from-50°F to +220°F. B. Liquid-tight Conduit shall have an interlocked flexible galvanized steel core with a permanently bonded exterior gray polyvinyl chloride jacket. C. Conduits, 1-1/4 inch and smaller shall have an internal copper bonding conductor wound spirally in the space between each convolution for the equipment ground provided by the manufacturer. D. Separate Ground Conductor shall be provided by the Contractor in liquid-tight flexible conduits that do not have the internal copper bonding conductors included by the manufacturer. E. Manufacturers for liquid-tight flexible conduit shall be Anaconda, Electri-Flex, Universal or Approved equal. 2.6 CAST METAL BOXES AND FITTINGS A. Does not apply. 2.7 STEEL BOXES AND FITTINGS A. Does not apply. 2.8 WATER SEAL FITTINGS A. Provide the malleable iron water seal fittings connected to rigid steel conduits as indicated, specified and required. B. Sealing Bushings shall be provided on the ends of exterior underground conduits that terminate at indoor equipment. The bushing shall consist of a thick neoprene sealing ring secured between two metal plates by socket head screws. When the conduit sealing 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-2 PARKING LOTS bushing is in place and the screws are tightened, the neoprene shall become compressed between the metal plates and be forced against the conduit inside wall and also against the conductor insulation to form a watertight seal inside the conduit. C. Wall and Floor Seals shall be provided to completely seal the areas around the conduits that pass through concrete walls and floors. Seals shall have a neoprene grommet between two pressure rings, which provides a watertight seal on the outer surface of the entering conduits. 2.9 CONDUIT FITTINGS A. Provide all the hot-dip galvanized steel and iron conduit fittings required to complete the wiring installations. B. Liquid-tight Conduit Fittings shall be Types LT, ST, CT as manufactured by Grouse- Hinds, Appleton, Pyle-National or approved equal. C. Union shall be provided, as required, for conduit connections to threaded outlet bodies, boxes, and equipment, for connecting two steel conduits together. Unions shall be type UNY or UNF. Running threads are not acceptable. Union shall be Appleton, Grouse- Hinds, Pyle-National or approved equal. D. Bushing Reducers shall be provided in conduit fitting hubs for connections to smaller conduits. Reducers shall be Appleton, Thomas and Betts, Efcor or approved equal. E. Conduit Enlargers shall be provided for connecting two conduits of different sizes together. The enlargers shall be Appleton, Thomas and Betts, Efcor or approved equal. F. Locknuts shall be provided on the threads of conduits that enter through close fitting openings in enclosures. Locknuts shall have notches all around for tightening with a screwdriver. Locknuts shall be Appleton, O-Z, Thomas and Betts or approved equal. G. Metallic Insulated Bushings with ground terminals shall be provided on the ends of threaded steel conduits and nipples that terminate through openings in sheet steel enclosures. The malleable iron grounding bushings shall have smooth and well rounded surfaces to protect the conductor insulation. The conduit threads shall be deep, clean and easily attached to the conduits. The bushings shall be O-Z, Efcor, Thomas and Betts or approved equal. H. Plugs shall be the recessed type and installed in all unused conduit fitting hubs and couplings. Plugs shall be Appleton, Grouse-Hinds or approved equal. I. Interchangeable Hubs shall be provided for rigid steel conduit connections to sheet steel enclosures. The interchangeable hub shall have an insulated throat, sealing ring and vibration-proof nut. Machined serrations on hub and nut shall bite into the metal enclosure assuring an equipment ground. The hubs shall be Myers "Scru-Tite," "Efcor" "Space-Saver", or approved equal. O 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-3 PARKING LOTS 2.10 CONDUCTORS AND CABLES A. Conductors and cables shall be new, single conductor, copper, not smaller than #12 AWG (except fixture wire) unless otherwise indicated, and as shown on the Drawings. B. Aerial Cables shall be three individual conductors (600 volt, 5 KV, 15 KV), stranded and cabled together to a steel messenger. The cables shall be Simplex SSA7400, SSA7500, SSA7600; Anaconda API0786, API7506, API7516 or approved equal. C. Steel Interlocked Armor cables shall be provided for power circuits to the motors as shown on the Drawings. The cables shall be 600 volts, three conductor, rated 90 degrees centigrade and stranded copper. The conductors shall be individually polyethylene insulated, grouped together with fillers and ground wires, and covered with binding tape. The cable shall be enclosed in an interlocked aluminum or galvanized steel armor that shall be protected with a polyvinylchloride outer jacket. The interlocked armor cables shall be approved for submersible pump power wiring installations. The power cables shall be manufactured by General Electric, Okonite, Cyprus or approved equal. The power cables shall be securely attached to steel messenger cables with stainless steel binding tape as shown on the Drawings unless otherwise indicated. D. Conductors 250MCM and Larger shall be stranded, 600 volts, ethylene propylene rubber insulation, Type RHW. Conductors shall be manufactured by Rome, American Insulated Wire Co., Cablec Co., or approved equal. E. Conductors smaller than 250MCM shall be stranded (except #10 and #12 which shall be solid), 600 volt and Type XHHW. Conductors shall be manufactured by Rome, American Insulated Wire Co., Cablec Co., or approved equal. F. Ground and Neutral Conductors shall be provided for the required ground and neutral wiring. 1. The insulated ground and neutral conductors shall be the same type as the phase conductors. 2. Bare ground conductors shall be copper, soft drawn, annealed, concentric lay, stranded conforming to ASTM Specifications B3 and B8. G. Fixture Wires shall be rated 90° centigrade, #16 AWG stranded, thermoplastic insulated with an outer jacket. The wire shall be Type TFFN and manufactured by Brand-Rex, Carol Cable, or approved equal. H. Instrumentation Signal Cables shall be Type TC single twisted pair or multi twisted pairs of stranded, copper cables with 600 volt, 15 mil polyvinyl chloride insulation over each conductor, overall aluminum-mylar tape shield, overall tinned copper drain wire and 45 mil minimum polyvinyl chloride jacket overall, 90D centigrade (dry/75 centigrade wet rating. Twisted pair cables that are required to be shielded, shall have aluminum-mylar tape shields and tinned copper drain wires over individual twisted pairs of cable. Single twisted pair cables shall be #16 AWG minimum. Cables shall be manufactured by Belden, Okonite, or approved equal. 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-4 PARKING LOTS I. Wire Lubricant shall be provided to ease the pulling of cables and conductors in conduits. The lubricant shall be Aqua Gel, Polywater or approved equal. "Yellow 77" is not acceptable. 2.11 WIRE CONNECTORS A. Connectors shall be provided for splices and terminal connections of all copper conductors and cables. The connector shall fit the conductor to which it shall be connected, and the assembly shall have joint contact surfaces not less than 50 percent. B. Compression Connectors for No. 8 AWG and larger shall be copper lugs for terminal connections, and two-way copper sleeves and taps for splice connections. A crimping tool shall be provided to make tight and neat compression connections. The connectors and crimping tool shall be Anderson-Square D, Thomas and Betts, Buchanan or approved equal. C. Tapered Spring Connectors shall have live springs attached to inner steel housings and enclosed with plastic insulators. Connectors shall be provided for No. 10 AWG conductors and smaller, and shall be Buchanan Type B2, Scotchlok Type B, Thomas and Betts Type PT or approved equal. D. Ground Clamps shall be provided for cable connections to ground rods and metal pipes as shown on the Drawings. Clamps shall be copper alloy, heavy duty, corrosion resistant and consist of U-bolts and saddles with bolted cable connections. The ground clamps shall be O-Z, Thomas and Betts Burndy or approved equal. E. Electrical Tape shall be plastic, 0.007 inches thick, and resistant to abrasion, alkalies, '"*** acids, corrosion, moisture, low and high temperatures. The tape shall be Scotch No. 33 Plus, Plymouth Premium Black No. 4453 or approved equal. F. Wire Markers shall be provided to identify each conductor at equipment terminals, and in intermediate junction boxes, pull boxes, handholes and manholes. At motor control centers and control panels, identify each motor or other electrical device circuit conductor with the motor or device number shown on the drawings and with the terminal number of the motor control center or control panel to which the conductor is connected. At motor and device terminals, at control stations, and in junction boxes, pull boxes, handholes and manholes, identify each motor or device circuit conductor with the terminal number of the motor control center or control panel to which the conductor is connected. In addition to identifying each conductor with the terminal number, in junction boxes, pull boxes, handholes and manholes, identify each group of conductors forming a motor or device circuit with the motor or device number shown on the drawings. At panelboards, junction boxes, pull boxes, handholes and manholes, identify each panelboard circuit conductor with the panelboard number and circuit number. The individual conductor wire markers shall be adhesive and manufactured by Thomas and Betts, Brady, Scotch 3M or approved equal. The wire marker to identify groups of conductors shall be nylon cable tie markers as manufactured by Brady, Seaton, Thomas and Betts, Panduit or approved equal. The marker pads on the cable tie markers shall be large enough to show the motor or device numbers. The motor or device numbers on the cable tie markers shall be 3/16 inch high minimum and shall be applied to the marker pads using marking pens for the purpose which shall be provided by the manufacturer of the cable tie markers. When a device is not numbered on the drawings, use a short 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-5 PARKING LOTS o descriptive title or assign numbers and provide the Owner with a list of the devices and assigned numbers. Electrical devices include items such as solenoid valves, vibrators, horns, heaters, analyzers, computers, instruments, etc. 2.12 PANELBOARDS A. Does not apply. 2.13 MOTORS AND CONTROLS A. Does not apply. 2.14 OVERCURRENT PROTECTION A. Does not apply. 2.15 WIRING DEVICES A. Does not apply. 2.16 DISCONNECT SWITCHES A. Does not apply. 2.17 SUPPORTS A. Provide the galvanized and PVC coated metal channels, fittings, stanchions, clamps, hangers, and required hardware to support all conduit and equipment as required. B. Channels shall be steel and cold rolled. One side of the channel shall have a continuous slot. On both sides of the slot, the edges turn inward and forms a guide for the spring nuts. The fittings shall be fabricated from steel and attached to the channel with bolts and spring nuts. The channel, fittings and hardware shall be hot-dipped galvanized and manufactured by Unistrut, GTE Products Co., Ideal Industries, Josyln Mfg & Supply Co., or approved equal. C. One-Hole Clamps shall be malleable iron, galvanized for steel conduits and equipped with clamp-backs. The clamps shall be Efcor, Thomas and Betts, Appleton or approved equal. D. Beam Clamps shall be malleable iron, galvanized, right angle and parallel types. The clamps shall be manufactured by Efcor, Thomas and Betts, Appleton or approved equal. E. Spacers shall be plastic and provided to support underground conduits for concrete encasements. The spacers shall be Carlon, Johns-Manville, Underground Products or approved equal. F. Steel Anchors shall be sleeve and stud types for securing equipment to concrete foundations, floors and walls. The anchors shall be Phillips "Red Head", Diamond or approved equal. 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-6 PARKING LOTS G. Toggle Bolts shall be steel, spring wing type for securing equipment to hollow walls and ceilings. Toggle bolts shall be Phillips "Red-Head", Diamond or approved equal. H. Conduit Hangers shall be heavy gauge formed steel, galvanized and equipped with carriage bolts, 1/4-inch rods and nuts. The hangers shall be Efcor, Appleton, Ideal Industries, Josyln Mfg & Supply Co. or approved equal. I. U-Bolts shall be heavy gauge steel, galvanized and equipped with two hexagon steel nuts. The U-bolts shall be Efcor, Kindorf or approved equal. J. Hardware shall be provided to securely attach all equipment and materials. 2.18 NAMEPLATES A. Nameplates shall be provided as indicated to identify equipment, and the positions and circuits within the equipment. Also, individually enclosed equipment shall be provided nameplates as indicated. B. The Nameplates shall be laminated black plastic with 1/4 inch high white letters, NEMA ES-1, 3-ply, 1/16-inch thick, beveled and satin finished. Nameplate inscriptions shall include the identifications for the equipment and loads and shall identify the controls on control equipment as shown on the Drawings. C. Plastic Nameplates shall be provided for switchgears, motor controllers, substations, service equipment, switchboards, motor control centers, panelboards, and individually enclosed circuit breakers, disconnect switches, magnetic starters, relays, manual starters and control stations unless otherwise indicated. Provide lighting switch nameplates as indicated on the Drawings. PART 3 - EXECUTION 3.1 GENERAL A. Provide the wiring installations and equipment installations, including connections and interconnections as indicated, specified and required. Assure proper fits for all equipment and materials in the spaces shown on the Drawings. B. Excavations and Backfills. Earthwork shall be performed for equipment foundations, supports and underground conduits as indicated and as specified. C. Concrete shall be provided for electrical equipment foundations, support foundations and conduit encasements as indicated and as specified. D. Painting. Painting shall be provided all for exterior exposed surfaces per requirements of "Painting and Protective Coatings" Section 09900 of the Specifications. Field damaged finishes on equipment shall be touched-up with paint that is equal in quality and color to the original. Finish shall be Desert Beige as approved by the OWNER and specified in Section 09900 of the specifications. 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-7 PARKING LOTS o 3.2 RACEWAYS A. Provide all the cable tray and conduit installations, including the outlet bodies, boxes, gaskets, covers, fittings and supports to complete the raceway systems as shown on drawings and as required. Install ground conductors in all non-metallic conduits. B. Exposed Installations. The installations shall be completed with hot-dipped galvanized cable trays, rigid steel conduits and intermediate steel conduits with wrench tight connections. In hazardous areas, only rigid steel hot-dipped galvanized conduits shall be installed. In corrosive areas, PVC coated galvanized rigid steel conduits shall be installed. Maintain a minimum clearance of 12 inches for conduits that shall be installed near hot pipes or surfaces (150DF or higher). Exposed conduits shall be installed parallel or perpendicular to buildings and structures. C. Flexible Conduits. Flexible conduits shall be liquid-tight with fittings for short tight connections (30 inches maximum) to equipment, except in Class 1, Division 1 areas. A separate ground conductor shall be installed in flexible conduit that does not have the internal copper bonding conductor included by the manufacturer. D. Flexible Couplings. The couplings shall be explosion-proof with fittings for short, flexible, tight connections to equipment in Class 1, Division 1 hazardous areas. E. Threads. All steel conduit threads shall be coated with a corrosion resisting lubricant, and the connections shall be made watertight. The lubricant shall maintain the grounding continuity. F. Locknuts and Bushings. Locknuts and bushings shall be installed on the threads of steel conduits that enter through close-fit openings in enclosures. G. Sealing Bushings. The bushings shall be installed on the ends of exterior conduits that terminate at indoor equipment. The bushing shall provide a water-tight seal inside the conduit. H. Seal Fittings. Seal fittings shall be connected to rigid steel conduits in hazardous areas to prevent gases and flames to pass from one area to another through the conduit system. Also, sealing fittings shall be installed to completely water seal inside conduits and the areas around steel conduits that pass through concrete floors and outside walls. I. Expansion/Deflection Fittings. Expansion/Deflection fittings shall be connected to steel conduits as indicated and required. J. Penetrations. Penetrations through concrete for sleeves and conduits shall be approved by the Owner. Submit the sizes, locations and methods for all penetrations. K. Stub-ups. All steel conduit stub-ups shall be painted per requirements in Pertinent Sections. Conduits shall be painted a minimum of 4 inches above and below concrete slabs. Finish shall be applied before concrete is poured. Identify spare stub-ups under control panels, motor control centers and switchboards with tags as to the location of the termination of the conduit at the other end. 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-8 PARKING LOTS L. Terminations. Conduits entering equipment, including control panels, motor control centers, switchboards, etc. shall enter in the same vertical section in which the circuit will terminate. Tag conduits at each end for identification. M. Tool Marks. Conduits and fittings that have tool marks shall be smoothed and finished with paint that matches the original finish. N. Conduit Through Roof. Provide a watertight seal around the conduit on the roof Coordinate the work with the roofing contractor. O. Furnished Equipment. Provide conduit installations as shown on the Drawings, and specified in other Sections of the Specifications for furnished equipment. P. Alterations. Alterations to existing installations shall be completed as indicated and specified. 3.3 BOXES AND FITTINGS A. Does not apply. 3.4 CONDUCTORS AND CABLES A. Install all the conductors and cables for the wiring as indicated, specified and required. B. Conductors. Conductors shall be completely installed and connected. Apply wire lubricant to ease the pulling of conductors in conduits. Recommended pulling tensions shall not be exceeded. Splice and terminal connections shall be made tight with spring and compression connectors. The connectors shall be crimped with a tool that provides uniform and tight connections. Connectors shall be sized as outlined in paragraph on Wire Connectors in this Section. Include all the required wiring interconnections. When routing conductors, and cables through precast concrete pull boxes and manholes, the longest (not shortest) route from entrance to exit shall be used. C. Insulate. All connections shall be insulated as required with tight wraps of plastic tape. Apply insulation putty to fill irregularities and voids in splices. High and medium voltage cable splices shall be completed as instructed by the cable manufacturer. D. Furnished Equipment. Provide wiring installations as shown on the Drawings, and specified in other Sections of the Specifications for furnished equipment. 3.5 PANELBOARDS A. Does not apply. 3.6 MOTORS AND CONTROLS A. Does not apply. 3.7 OVERCURRENT PROTECTION A. Does not apply. 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-9 PARKING LOTS 3.8 WIRING DEVICES A. Install the required local switches, convenience outlets and clock outlets complete, including the supports and wiring. 3.9 DISCONNECT SWITCHES A. Does not apply. 3.10 SUPPORTS A. Install the required structural channels, brackets, stanchions, U-bolts, clamps, anchors, hangers, fittings and other hardware to securely attach and support all the equipment and conduits. B. Painting. Brackets, stanchions and other unfinished steel supports shall be painted per requirements of "Painting and Protective Coatings" Section of the Specifications. 3.11 NAMEPLATES A. Nameplates shall be positioned and lined-up to provide a neat appearance. They shall be attached to the cleaned metal surfaces of enclosures as directed by the OWNER. B. Nameplates. Nameplates shall be installed on primary interrupters, switchgears, substations, switchboards, service equipment, motor controllers, motor control centers, panelboards, and individually enclosed circuit breakers, disconnect switches, magnetic starters, manual starters, relays and control stations unless otherwise indicated. Install lighting switch nameplates as indicated on the Drawings. 3.12 CHECKING, ADJUSTING AND TESTING A. Provide the required labor and equipment, and all checking, adjusting and testing operations on the electrical installations. B. Check All wire terminals shall be checked to assure tight connections. C. Adjust. Adjust repeat cycle timers, interval timers and time delay relays and other devices so the controls shall operate in the indicated sequence. D. Wiring Tests. The tests shall be performed to detect wrong connections, short circuits, continuity and grounds. Insulation tests shall be made with a hand crank test instrument on all cables and conductors. NOTE: WARNING. Do not make insulation tests on any conductors either signal or power, that are connected to semi-conductor type equipment. Remove the conductors from the equipment before insulation testing; severe damage may result from meggar-type instruments. Power feeders and branch conductors shall be tested phase to phase, and phase to ground. Phase to ground tests on shielded cable shall mean "conductor to shield". After insulation resistance tests have been performed, high voltage and medium voltage shielded cables shall be "hi-Pot" tested in accordance with the current ICEA Standards and the manufacturer's recommendation. Voltage shall be applied and removed in a slow, even manner, and the conductors shall 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-10 PARKING LOTS be grounded for at least one minute after the voltage is removed to insure that no charge remains. Test voltage and application time for the various cables and conductors shall be submitted to the Owner. Correct any defects in the wiring systems. E. Equipment Tests. Perform equipment tests as indicated and directed by the manufacturer. Refer to Section 16010 for Manufacturers' Certified Reports on primary interrupters, substations, switchgears, service equipment and motor control centers. F. Test Data. Test data for equipment, shielded cables and supply voltage shall be submitted to the Owner. G. Supply Voltage. Test the supply voltage while the normal plant loads are operating. If the voltage is not within normal limits (plus or minus one percent), notify the power company and request a voltage correction. H. Operation Tests. Perform operation tests and observe that all loads operate satisfactorily. Refer to Section 16010 for Demonstration and Final Operation Test Plans and Results. o o 09/15/08 BASIC ELECTRICAL MATERIALS AND METHODS POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 Section 16100-11 PARKING LOTS SECTION 16400 SERVICE AND DISTRIBUTION PART 1 - GENERAL 1.1 DESCRIPTION A. Requirements specified in Section 16010 and Section 16100 form a part of this Section. This Section outlines the electrical work for underground or overhead power service, power distribution and grounding. B. Power Service. The underground or overhead service shall be complete and as shown on the Drawings. The service installation shall conform with the power company service requirements. C. Distribution. The power distribution system shall include equipment installations and underground or overhead wiring installations as shown on the Drawings. D. Grounding. System, structural and equipment grounding installations shall be complete, as indicated, specified and required. 1. Equipment Grounding includes that all non-current carrying metal parts of electrical equipment and wiring systems shall be effectively grounded. 2. Structural Grounding includes ground conductor connections to structural steel as shown on the Drawing. 3. System Grounding includes a solid or resistance ground connection to the neutral point of a system, transformer and rotating machine as indicated, specified and required. 1.2 SUBMITTALS A. Submit for the Owner's approval material lists, shop drawings, factory test reports, and technical data to the extent required in Section 16010. PART 2 - PRODUCTS 2.1 GENERAL A. Provide all the equipment and materials, and complete all of the power service, power distribution and grounding installations as indicated, specified and required. Sizes of equipment shown on the Drawings and space allowed for the equipment are based on equipment manufactured by only one of the listed acceptable manufacturers. The manufacturers and models listed in this Section of the Specifications are acceptable providing they conform to the Specifications and that the equipment and materials provided fit properly in the available space. Refer to Section 16100 for conduits, conductors, circuit breakers and nameplates. 09/15/08 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 16400-1 PARKING LOTS 2.2 HANDHOLES AND PULL BOXES A. Precast concrete handholes and pull boxes shall be provided as shown on the Drawings, and shall be manufactured by Appleton Electric Co., Grouse-Hinds, Killark, Raco, Hoffman Engineering Co., Hammond Manufacturing, Weigman, B-Line Circle AW, Adalet or approved equal. Handholes and pull boxes shall be complete. B. Covers shall be steel or concrete as indicated. C. Knockouts in the walls shall permit underground conduit connections. Bottom shall be provided with a sump opening. D. Accessories shall include angle iron, inserts, bolts, pull eyes and all other required hardware. 2.3 SERVICE EQUIPMENT A. Does not apply. 2.4 GROUNDING A. Provide all equipment and materials required to complete all the grounding installations as indicated and specified. B. Ground Rods shall be sectional copper-clad or hot-dipped galvanized high strength steel conforming to UL 467, 5/8 inch diameter, 8 feet long and with pointed ends and chamfered tops. The sectional ground rods shall be equipped with bronze or hot dipped galvanized couplings and driving bolts, and shall be driven to the depths needed to obtain the desired resistance. The ground rods shall be Copperweld, Hubbard, Chance or approved equal. C. Ground Rod Clamps shall be cast copper alloy, and shall tightly grip the rod and cable. The high strength silicon bronze U-bolts, nuts and lock washers shall make positive corrosion resistant ground connections. The clamps shall be manuractured by O-Z Gedney Co., Thomas & Betts, Bumdy, Cadweld or approved equal. D. Ground Connectors shall be cast copper alloy interlocking clamps equipped with silicon bronze bolts, nuts and lock washers or interlocking lugs with alien head set screws and one-hole tongues. Ground connectors shall be corrosion resistant and provided for cable to flat surface connections on equipment and structural steel. The connectors shall be manuractured by O-Z Gedney Co., Thomas & Betts, Burndy, Cadweld or approved equal. E. Direct Buried Ground Connections shall be the compression method or the exothermic method as indicated and supplied by Thomas & Betts, Cadweld, Burndy or equal. Underground grid connectors shall be crimped to the cables for splices by compression with hydraulic die sets, which form uniform and smooth connections. Exothermic welding method produces a super heated flow of molten copper by burning powder in the crucible-mold. The connections shall be manuractured by O-Z Gedney Co., Thomas & Betts, Burndy, Cadweld or approved equal. 09/15/08 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 16400-2 PARKING LOTS F. Ground Conductors shall be provided as shown on the Drawings and specified in Section 16100. G. Lightning & Surge Arresters shall be distribution type and consist of avalanche diodes, arrays of fused non-linear voltage dependant metal oxide varistors (MOV's), insulated, coated valve blocks of chemically and electrically stable refractory material and shall be mounted in a separate container and equipped with terminals, resistance gaps, compression rings, diaphragms, sealed isolators and mounting brackets. The valve block material shall be capable of carrying a high surge current with a resulting low discharge voltage. Lightning arresters shall be manufactured by Libert, Advance Protection Technologies, or approved equal. Arresters shall be mounted in a separate enclosure outside MCC and the arrester enclosure shall be NEMA 3R rated. H. Lightning Protection equipment and materials shall be manufactured by Thompson Lightning Protection, Inc., Independent Protection Company, or approved equal. 1. Lightning Air Terminals shall be solid copper bronze, nickel plated and 16 inches in height unless otherwise indicated. The bottom end of the terminal shall have 5/8 inch inside threads. 2. Air Terminal Brackets shall be solid copper bronze, unless otherwise indicated, and equipped with flat bases having anchor holes, cable clamps and short stud bolts with 5/8 inch threads. Air terminal shall be attached to the 5/8 inch stud bolt on the bracket. The bracket shall be securely attached to structural steel with bolts, nuts and washers, and concrete with anchors. 3. Lightning Conductors shall be copper, stranded rope lay, 28 strands, No. 4/0 AWG and 5/8 inch diameter unless otherwise indicated. Down conductors shall be protected as shown on the drawings. 4. Lightning Conductor Connectors shall be provided for conductor splice connections and conductor terminal connections. The connectors shall be heavy duty, cast metal and shall have hex-head screws in the bodies and holes in the tongues for bolts. 5. Lightning Conductor Clamps shall be provided to securely attach the conductors to the structure. The clamps shall be heavy duty, cast metal interlocking and sized for the lightning conductors. I. Ground Fault Protection shall be provided as indicated, specified and required. The system shall provide low-level ground fault protection, and shall be manufactured by Square D, Guttler Hammer, General Electric, Siemens, Allen Bradley, or approved equal. The ground fault protection system shall be complete and consist of an adjustable relay, monitor panel, current sensor and a disconnect device that actuates a shunt trip on the circuit breaker. The ground fault relay shall be solid state with an adjustable pickup setting. The sensor shall be a specially constructed current transformer, which encompasses the phase and neutral conductors. A monitor panel shall include visual indication when the circuit interrupter has opened on a ground fault, and a push-to-test button. The circuit disconnecting device shall be actuated when the current output of the 09/15/08 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 16400-3 PARKING LOTS sensor exceeds the pickup setting of the static relay, which trips the shunt mechanism on the circuit breaker. 2.5 TRANSFORMERS A. Does not apply. 2.6 PANELBOARDS A. Does not apply. PART 3 - EXECUTION 3.1 GENERAL A. Provide all the equipment installations and wiring installations including connections and interconnections for the power service and distribution as indicated, specified and required. Assure proper fits for all equipment and materials in the spaces shown on the Drawings. B. Earthwork, Concrete and Painting. The required work for excavations, backfills, concrete and painting shall be provided for the electrical installations. 1. Earthwork shall be performed for handholes, pull boxes, underground conduits, poles, guys, grounding, equipment foundations and supports as indicated and specified. 2. Concrete shall be provided for electrical equipment foundations and supports, and conduit encasements as indicated and specified in Division 3. 3. Painting shall be provided for all installations having unfinished surfaces as specified in. Field damaged factory finishes on equipment shall be touched-up with paint that is equal in quality and color to the original factory finish. C. Handholes and Pull Boxes. Precast concrete handholes and pull boxes shall be installed in excavations as shown on the Drawings and as required. 1. Accessories shall be installed, which include pull eyes and required hardware. 2. Covers shall be installed on all handholes and pull boxes. D. Service Equipment. Install the metal enclosed service equipment and wiring as indicated, specified and required. 1. Equipment shall be installed level and securely attached to the concrete foundation with anchor bolts. The sections shall be joined together with bolts, washers and nuts to form a unit assembly. 2. Wiring installations shall be complete and in accordance with the power company service requirements. 09/15/08 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 16400-4 PARKING LOTS 3. Nameplates shall be laminated plastic and attached to clean surfaces of the metal enclosures with an adhesive or equal. E. Grounding. Install all the equipment, materials and wiring to complete the equipment, structural, lightning and system grounding installations as shown on the Drawings, specified and required. 1. Ground Rods, sectional, shall be long enough and driven to reach the permanent moisture level of the soil. The resistance of the driven electrode shall not exceed 15 ohms, and additional sections shall be installed to obtain the required lower resistance. The hand or power driving methods shall produce a force in line with the main axis of the ground rod, and the blow shall drive the rod straight to the required depth in the earth. 2. Clamps and Connectors shall be connected tight to ground conductors and securely attached to equipment, structural steel, conduits and ground rods with set screws, bolts and nuts. 3. Grounding Bushings shall be installed tight on the ends of metal conduit, and ground jumpers shall be securely attached to the bushings and equipment enclosure or ground bus. 4. Exothermic Welding Connections shall be provided as indicated. Install the uninsulated portions of copper conductors into a mold and fire the powder in the crucible, which produces a super heated flow of molten copper in the mold. Insulate the welded connection with vinyl plastic electrical tape to a thickness equal to the conductor insulation. 5. Compression Method ground grid connectors shall be provided unless otherwise indicated. Attach the connector to cleaned copper conductors. Place the connector with conductor into a matched hydraulic head die. Compress the connector around the conductor with the hydraulic die, which forms a uniform, tight and smooth connection. Position a plastic tubing over the connector and cautiously apply a torch. The heat shall shrink the tubing into a tight fitting insulation on the connection. 6. Ground Conductors shall be installed in conduits, in trenches, in manholes and on poles as shown on the drawings. When installing the copper conductor in a trench, allow 5 percent additional length for slack, to the conductor length before backfilling the trench. 7. Lightning Arresters shall be equipped with support hardware and installed on poles and on concrete foundations. 8. Lightning Air Terminals shall be attached to the threaded stud bolts on the air terminal brackets. 9. Air Terminal Brackets shall be securely attached to structural steel with bolts, nuts and washers, and attached to concrete with anchor bolts. 09/15/08 SERVICE AND DISTRIBUTION POINSETTIA COMMUNITY PARK PHASE 2B Contract No. 4504 16400-5 PARKING LOTS F. 10. Lightning Conductors shall be installed as indicated and required, and connected to the air terminal brackets and ground rods. 11. Connectors and Clamps shall be installed for conductor connections and supports as required. 12. Ground Fault equipment and wiring installations shall be completed as indicated, specified and required. Primary Interrupters. Install the metal enclosed interrupters as shown on the Drawings. 1. Equipment shall be installed level and securely attached to supports with the required hardware. 2. Wiring installations shall be complete including all connections. The cableheads shall be filled with insulating compound after the cables have been connected to the terminals. o 3. Nameplates shall be laminated plastic, and attached to clean surfaces of the metal enclosures with an adhesive or equal. G. Transformers. Install the power, pad-mounted, dry-type and overhead distribution transformers as indicated, specified and required. 1. Equipment shall be installed level and securely attached to concrete foundations, floors, walls and poles with the required hardware. 2. Wiring installations shall be complete as shown on the Drawings. H. Panelboards and Switchboards. Install the metal enclosed panelboards and distribution switchboards as indicated, specified and required. 1. Equipment shall be installed level and securely attached to the concrete foundations, floors and walls with anchor bolts. 2. Wiring installations shall be complete, including all connections. 3. Nameplates shall be laminated plastic, and attached to clean surfaces of the metal enclosures with an adhesive. I. Checking, Adjusting and Testing. Provide all checking, adjusting and testing operations on equipment and complete installations as specified in Section 16100. O 09/15/08 POINSETTIA COMMUNITY PARK PHASE 2B PARKING LOTS Contract No. 4504 SERVICE AND DISTRIBUTION 16400-6 o SECTION 16500 LIGHTING PART 1 - GENERAL 1.1 DESCRIPTION A. Requirements specified in Conditions of the Contract, Division 1, Section 16010 and Section 16100 form a part of this Section. This Section outlines the electrical work for lighting equipment installations and wiring. 1.2 SUBMITTALS A. Submit for the Owner's approval material lists, shop drawings, factory test reports and technical data to the extent required in this Section and Section 16010. 1. Shop Drawings. In addition to the information required to be included in the shop drawings as specified in Section 16010, shop drawings shall include the following: a. Manufacturer's catalog data sheets and/or drawings for all lighting equipment. Catalog data and/or drawings shall clearly identify the equipment assembly, and locations for conduits. b. Elevations showing the complete lighting fixture and the method of attaching the diffuser to the housing. c. Types of lamps and ballasts for each lighting fixture. Ballast data shall include required starting and operating current. PART 2 - PRODUCTS 2.1 GENERAL A. Provide all the lighting fixtures, brackets, lamps, and other fixtures and materials, including proper space, and complete the lighting installations as shown on the drawings, specified and required. All outdoor equipment shall be weatherproof and gasketed. The equipment shall have the manufacturer's corrosion resistant finish as indicated. The lighting equipment shall be completely fabricated, assembled, checked and tested at the factory. Lighting equipment types shall be shown on the Drawings. 1. Controls. Time switches, contactors and photoelectric controls shall be provided as indicated and specified in Section 16100. 2. Wiring Devices and Materials. Convenience outlets, power outlets, switch outlets and wiring materials shall include the required boxes, receptacles, switches, plates, fittings and hardware as shown on the Drawings and specified in Section 16100. 09/15/08 LIGHTING POINSETTIA COMMUNITY PARK - PHASE 2B Contract No. 4504 16500-1 PARKING LOTS 3. Transformers and Grounding. Lighting transformers and grounding shall be provided as shown on the drawings and specified in Section 16400. 4. Branch Circuits. Wiring for the panelboard branch circuits shall be provided as shown on the Drawings and specified in Section 16100. The wiring, outlets and supports shall be complete. 5. Lamps. Lamps shall be provided for the lighting fixtures, floodlights, streetlight and other lighting units as shown on the Drawings. The lamps shall be General Electric, Sylvania, Phillips, or approved equal. 2.2 LIGHTING CONTROLS A. Does not apply. PART 3 - EXECUTION 3.1 GENERAL A. Provide all the equipment installations and wiring installations, including connections as indicated, specified, and required. Assure proper fits for all equipment and materials in the spaces shown on the Drawings. 1. Lighting Fixtures. Install all the exterior lighting fixtures as shown on the Drawings. a. Ballasts shall be provided for high pressure sodium, fluorescent and metal halide fixtures b. Lamps shall be installed in the lighting fixtures as shown on the Drawings. 2. Wiring. Provide complete wiring installations for the interior and exterior lighting units, switches, convenience outlets, automatic controls and grounding as indicated and required. 3. Automatic Control. Install the photoelectric controls, time switches and contactors as shown on the Drawings, and as required. a. Adjust all the automatic controls so they operate satisfactorily. 09/15/08 LIGHTING POINSETTIA COMMUNITY PARK - PHASE 2B Contract No. 4504 16500-2 PARKING LOTS APPENDIX A GEOTECHNICAL REPORT 09/18/2008 APPENDIX A POINSETTIA COMMUNITY PARK - PHASE 2B Contract No. 4504 PARKING LOTS PRELIMINARY GEQTICHNICAL INVESTIGATION, PROPOSED TENNIS COMPLEX, POINSEH1A PARK, CARLSBAD, CALIFORNIA Prepared For: RBF Consulting 5050 Avenfda Enclnas Carlsbad, California 9200S Project No. 601554-001 October 25, 2006 ton Inc. LEIGH TOM GROUP COMPANY Leighton Consulting, Inc. A LEIGHTON GROUP COMPANY October 25,2006 Project No. 601554-001 To: RBF Consulting 5050 Avenida Encinas, Suite 260 Carlsbad, California 92008 Attention: Mr. Tim Thiele Subject: Preliminary Geotechnical Investigation, Proposed Tennis Complex, Poinsettia Park, Carlsbad, California In accordance with your request and authorization, we have conducted a geotechnical investigation of the proposed tennis complex consisting of eight new lighted tennis courts and a new warm wall at Poinsettia Park located in Carlsbad, California. Recommendations have also been included for the associated clubhouse and parking lots. Based on the findings of our study, it is our professional opinion that the proposed development is feasible from a geotechnical standpoint provided that the recommendations contained in this report are implemented during the design, grading, and construction of the proposed improvements. The accompanying report presents a summary of the geotechnical investigation of the site and provides geotechnical conclusions and recommendations relevant to the proposed site improvements. If you have any questions regarding our report, please do not hesitate to contact this office. We appreciate this opportunity to be of service. Respectfully submitted LEIGHTON CONSULTING, INC. William D. Olson, RCE 45283 Associate Engineer Distribution: (6) Addressee Michael R. Stewart, CEG 1349 Principal Geologist 3934 Murphy Canyon Road, Suite B205 • San Diego, CA92123-4425 858.292,8030 * Fax 858.292.0771 » www.leightonconsulting.cxjm 601554-001 TABLE OF CONTENTS SECTION PAGE 1.0 INTRODUCTION 1 1.1 PURPOSE AND SCOPE 1 1.2 SITE LOCATION AND DESCRIPTION 1 1.3 PROPOSED IMPROVEMENTS 2 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING 3 3.0 GEOLOGY 4 3.1 GEOLOGIC SETTING 4 3.2 SITE-SPECIFIC GEOLOGY 4 3.2.1 Artificial Rll (Map Symbol - Af) 4 3.2.2 Terrace Deposits (Map Symbol - Qt) 5 3.2.3 Santiago Formation (Map Symbol - Tsa) 5 3.3 SURFACE AND GROUND WATER 5 3.4 ENGINEERING CHARACTERISTICS OF ON-STTE SOILS 5 3.4.1 Expansion Potential 5 3.4.2 Soil Corrosivity 6 3.4.3 Excavation Characteristics 6 4.0 FAULTING AND SHSMICITY 7 4.1 FAULTING 7 4.2 SEBMIOTY 7 4.2.1 Lurching and Shallow Ground Rupture 8 4.2.2 Liquefaction and Dynamic Settlement 9 4.2.3 Tsunamis, and Seiches 9 4.2.4 Building Code Seismic Parameters 9 5.0 CONCLUSIONS 10 6.0 RECOMMENDATIONS 11 6.1 EARTHWORK 11 6.1.1 Site Preparation 11 6.1.2 Removal and Recompaction 11 6.1.3 Rll Placement and Compaction 12 6.1.4 Trench Excavation and Backfill 12 6.2 CONTROL OF GROUND WATER AND SURFACE WATER 13 6.3 FOUNDATION AND SLAB CONSIDERATIONS 13 6.3.1 Conventional Foundations and Slab-on-Grade Design 14 6.3.2 Post-Tensioned Slab-on-Grade Design 14 6.3.3 Setback from Slopes 16 6.3.4 Settlement 16 6.4 PRELIMINARY PAVEMENT DESIGN .^jfc 17 6.5 CONCRETE FLATWORK 4JBT 17 Leighton 601554-001 TABLE OF CONTENTS f Continued) SECTION PAGE 6.6 LATERAL EARTH PRESSURES AND RETAINING WALL DESIGN CONSIDERATIONS 18 6.7 CEMENT TYPE FOR CONSTRUCTION 19 6.8 PLAN REVIEW AND CONSTRUCTION OBSERVATION 20 7.0 LIMrTATlONS 21 TABLES TABLE 1 - SesMic PARAMETERS FOR ACTIVE FAULTS - PAGE 8 TABLE 2 - POST-TENSIONED DESIGN RECOMMENDATIONS - PAGE 15 TABLE 3 - MINIMUM FOUNDATION SETBACK FROM SLOPE FACES - PAGE 16 TABLE 4 - PRELIMINARY PAVEMENT SECTIONS - PAGE 17 TABLE 5 - LATERAL EARTH PRESSURES - PAGE 18 FIGURES FIGURE 1 - SITE LOCATION MAP - REAR OF TEXT FIGURE 2 - EXPLORATION LOCATION MAP - REAR OF TEXT APPENDICES APPENDIX A - REFERENCES APPENDIX B - TEST Prr LOGS APPENDIX C - LABORATORY TESTING PROCEDURES AND TEST RESULTS APPENDIX D - SEISMIC ANALYSIS APPENDIX E - GENERAL EARTHWORK AND GRADING SPECIFICATIONS Leighton 601554-001 1.0 INTRODUCTION 1.1 Purpose and Scope This report presents the results of our geotechnical investigation for the proposed tennis complex at Poinsettia Park, located in Carlsbad, California (Figure 1). The purpose of our investigation was to evaluate the geotechnical conditions at the site and provide conclusions and recommendations relevant to the proposed improvements. Our scope of services included: • Review of readily available pertinent, published, and unpublished geotechnical reports/literature and maps (Appendix A). • Field reconnaissance of the existing onsite geotechnical conditions. Subsurface exploration consisting of the excavation, logging and sampling of ten exploratory test pits. The test pit logs are presented in Appendix B. • Laboratory testing of representative soil samples obtained from the subsurface exploration program. Results of these tests are presented in Appendix C. • Compilation and analysis of the geotechnical data obtained from the current phase of field investigation and laboratory testing including a seismic analysis (Appendix D). • Preparation of this report presenting our findings, conclusions, and geotechnical recommendations (including General Earthwork and Grading Specifications presented as Appendix E) with respect to the proposed design site grading and general construction considerations. 1.2 Site Location and Description The Poinsettia Park is located at 6600 Hidden Valley Road in Carlsbad, California (Figure 1). The park is currently occupied by three tennis courts, baseball fields, tot lots, restroom, snack-bar and maintenance yard, parking lots, concrete walkways, underground utilities and associated landscaping. In general, the location of the new proposed tennis complex and associated improvements is in the northeast corner of the park in an area that was previously sheet graded (i.e., two sheet graded pads separated by a 2:1 cut slope) during the original site grading of the park (see Figure 2, Exploration Location Map). Currently, the sheet graded pads appear to be well maintained with regular weed abatement and clearing. The 2:1 (horizontal to vertical) cut slope is approximately 10 feet high and is covered with erosion control plants. The elevations of lower (western) pad -1- 4 Leighton 601554-001 and upper (eastern) pad range from 162 to 164 feet mean sea level (msl) to 174 to 178 feet msl, respectively. 1.3 Proposed Improvements It is our understanding that the proposed tennis complex and improvements will include eight new lighted tennis courts, a new warm up wall, a clubhouse and additional paved parking areas. Based on our review of the conceptual plans, the clubhouse, new warm up wall, and five of the new tennis courts will be located on the upper pad to the east. The remaining three of the new tennis courts will be located on the lower pad to the west immediately north of the existing tennis courts. The existing maintenance yard area, located in the northeast corner of the upper pad, will be demolished to construct the proposed improvements. Preliminary grading plans, tennis court plans and structural/building foundation loads were not available during preparation of this report. -2- Leighton 601554-001 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING Our subsurface investigation consisted often exploratory test pits or trenches (TP-1 through TP- 10) within selected areas of the subject site. The trenches were excavated to a maximum depth of 14 feet using a rubber-tired backhoe equipped with an 18-inch bucket. The approximate locations of the trenches are presented on the Exploration Location Map (Figure 2). The trench logs are presented in Appendix B. The trenches were excavated to evaluate the engineering characteristics of the existing surficial soils and the extent of the different geologic units and to provide representative samples for laboratory testing. After completion of our geological exploration and logging of the trench, the spoils from each of trenches (which were near optimum moisture) were placed in relatively thin lifts and compacted with a compaction wheel. During the backfill operation, our field engineer probed each lift and confirm that compacted soil was firm and unyielding backfill. Based on our observations, it is our opinion that the trenches were properly backfilled and will support additional fill or foundation loads. Laboratory testing was performed on representative samples to evaluate their pertinent engineering properties. Laboratory tests included expansion potential, corrosivity and R-value. A discussion of the laboratory tests performed and a summary of the laboratory test results are presented in Appendix C. O Leighton 601554-001 3.0 GEOLOGY 3.1 Geologic Setting The subject site is located within the coastal subprovince of the Peninsular Ranges Geomorphic Province, near the western edge of the southern California batholith. The topography at the edge of the batholith changes from the rugged landforms developed on the batholith to the more subdued landforms that typify the softer sedimentary formations of the coastal plain. Specifically, the site is underlain by sedimentary units of the Tertiary-aged Santiago Formation. Subsequent to the deposition of this unit, erosion and regional tectonic uplift created the valleys and ridges of the area. Recent weathering and erosional processes have produced the Quaternary surficial units including Terrace Deposits, topsoil and artificial fill that mantle the site. 3.2 Site-Specific Geoloav Surficial units consisting of artificial fill and Quaternary terrace deposits, were encountered during our subsurface investigations of the site. The areal distributions of the geologic units are presented on the Exploration Location Map (Figure 2). A brief description of the geologic units on the site (youngest to oldest) is presented below. 3.2.1 Artificial Fill (Map Symbol - Af) In general, shallow unmapped artificial fill (less than a foot) was found across the site and appears to be associated with minor fine grading of the pads. This shallow fill consisted of light brown to brown, dry to moist, loose to medium dense, fine grained silty sand with traces of organics. In the northwest corner of the site (i.e., the lower pad within test pits TP-1 and TP-2), an area of deeper artificial fill (i.e., mapped) was encountered and extends to approximately 9 feet below ground surface (bgs). The deeper mapped fill consisted of brown to dark brown, moist, dense, fine grained silty sands with some fine gravel and traces of organics (i.e., dried grass) and appears to be associated the original fill area of a cut/fill graded pad based our review of the City of Carlsbad As-Built plans for Poinsettia Park issued with the original Request for Proposal for the project, dated April 4, 2006. -4-_eighton 601554-001 3.2.2 Terrace Deposits (Map Symbol - Ot) Quaternary terrace deposits were encountered in all the test pits and were generally moderately to highly weathered near the surface. The deposits consisted of light brown to orangish brown with mottled gray in color at depth, moist, very dense, fine grained silty sands with trace of fine gravel in some test pits. 3.2.3 Santiago Formation (Map Symbol - Tsa) The Tertiary-aged Santiago Formation, which was not encountered during our investigation, underlies the entire site at depth. This unit typically consists of massively bedded sandstones, and to a lesser extent claystones and siltstones. 3.3 Surface and Ground water Surface water or shallow groundwater conditions were not encountered during our field investigation. It should also be noted that ground water seepage sometimes occurs in localized areas, especially in slopes, after the completion of grading and establishment of site irrigation and landscaping. If these conditions occur, recommendations to mitigate the seepage (by providing a subdrain system to collect ground water or other appropriate methods) can be made on a case-by-case basis. 3.4 Engineering Characteristics of On-site Soils Based on the results of our preliminary geotechnical investigation, laboratory testing of representative on-site soils, and our professional experience on adjacent sites with similar soils, the engineering characteristics of the on-site soils are discussed below. 3.4.1 Expansion Potential Based on laboratory testing, the on-site soils possess a very low expansion potential (per the Uniform Building Code [UBC] criteria). If during the site grading moderate to highly expansion potential soils are encountered, selective and/or remedial grading to mitigate highly expansive soils will be required. Geotechnical observations and/or laboratory testing upon completion of the graded tennis court and building pads are recommended to determine the actual expansion potential of the near-surface soils on the site. -s- Leighton 601554-001 3.4.2 Soil Corrosivltv The National Association of Corrosion Engineers (NACE) defines corrosion as "a deterioration of a surface or its properties because of a reaction with its environment." The "environment" is the surrounding soil and ground water, and the "substances" are reinforced concrete foundations or various types of steel substructures such as piles, pipes, etc., that are in contact with the soil. In general, soil environments that are detrimental to concrete have high concentrations of soluble sulfates and/or pH values of less than 5.5. Table 19A-A- 4 of the California Building Code (CBSC, 2001) provides specific guidelines for the concrete mix-design when the soluble sulfate content of the soil exceeds 0.1 percent by weight. Soluble sulfate test results performed on samples collected indicate soluble sulfate contents of 0.0017 to 0.0027 percent and a pH level of 7.06 to 7.71. Refer to Table 19A-A-4 of CBC, 2001 for mix design placement requirements. Chloride content in excess of 300 ppm may present a corrosion risk to buried improvements. Testing indicates chloride content ranges from 21 to 168 ppm. Electrical resistivities of less than 10,000 ohm-cm are generally considered corrosive to buried uncoated metal conduits. Testing indicates resistivity values range from 3,643 to 7,421 ohm-cm. A discussion on laboratory testing procedures and the geochemical laboratory test results are provided in Appendix C of this report. For appropriate evaluation and mitigation design a corrosion engineer should be consulted. 3.4.3 Excavation Characteristics It is anticipated that the onsite soils can be excavated with conventional heavy- duty construction equipment. If oversize material (typically over 8 inches in maximum dimension) is generated, it should be placed in accordance with Appendix E of this report, in nonstructural landscaped areas (as approved by the geotechnical consultant) or hauled off site. -6- Leighton 601554-001 4.0 FAULTING AND SEISMICITY 4.1 Faulting Our discussion of faults on the site is prefaced with a discussion of California legislation and state policies concerning the classification and land-use criteria associated with faults. By definition of the California Mining and Geology Board, an active fault is a fault which has had surface displacement within Holocene time (about the last 11,000 years). The State Geologist has defined a potentially active fault as any fault considered to have been active during Quaternary time (last 1,600,000 years). This definition is used in delineating Earthquake Fault Zones as mandated by the Alquist-Priolo Earthquake Faulting Zones Act of 1972 and as most recently revised in 1997 (Hart, 1997). The intent of this act is to assure that unwise urban development does not occur across the traces of active faults. Based on our review, the site is not located within an "Earthquake Fault Zone" as identified in this document. Our review of available geologic literature indicated that there are no known active, potentially active, or inactive faults that transect the subject site (Appendix A). The nearest known active regional faults are the Rose Canyon and the Newport Inglewood Fault Zone - Offshore Segment. The closest projected traces for these fault zones are located approximately 4.5 and 7.6 miles west of the site (Blake, 2000). 3 4.2 Seismicitv The principal seismic considerations for most structures in southern California are surface rupturing of fault traces and damage caused by ground shaking or seismically induced ground settlement. The effects of seismic shaking can be reduced by adhering to the most recent edition of the California Building Code and design parameters of the Structural Engineers Association of California. From a deterministic perspective, Table 1 indicates potential seismic events that could be produced by a maximum moment magnitude earthquake. A maximum moment magnitude earthquake is the maximum expectable earthquake given the known tectonic framework. Site-specific seismic parameters for the site included in Table 1 are the distances to the causative faults, earthquake magnitudes, and expected ground accelerations as generated by the deterministic fault modeling software EQFAULT (Blake, 2000). The ground acceleration was modeled using the attenuation equation of Abrahamson and Silva (1997). The distances and maximum magnitude events in Table 1 were determined using the digitized fault coordinates and summarized magnitudes used by State of California (CDMG, 1996).o -7- Leighton 601554-001 Table 1 Seismic Parameters for Active Faults Potential Causative Fault Rose Canyon Newport- Inglewood (offshore) Coronado Bank Elsinore- Julian Distance from Fault to Site (Miles) 4.5 7.6 20.3 24.9 Slip Rate(1) (mm/yr) 1.5 1.5 3.0 5.0 Maximum Credible Earthquake (Moment Magnitude) 7.2 7.1 7.6 7.1 Peak Horizontal Ground Acceleration*2* (g) 0.49 0.32 0.16 0.10 (1)CDMG, 1996 (2) Blake, 2000 As indicated in Table 1, the Rose Canyon Fault Zone is considered to have the most significant affect at the site from a design standpoint. The maximum moment magnitude earthquake event could produce a peak horizontal ground surface acceleration of 0.49g with a standard deviation of approximately 0.27g. The Rose Canyon is considered a Type B seismic source according to Table 16A-U of the 2001 California Building Code (CBCS, 2001). Summary printouts of the deterministic analyses are provided in Appendix D of this report. Secondary effects associated with severe ground shaking following a relatively large earthquake can include ground lurching and shallow ground rupture, soil liquefaction and dynamic settlement, lateral spreading, earthquake-induced settlement, and tsunamis/seiches. These secondary effects of seismic shaking are discussed in the following sections. 4.2.1 Lurching and Shallow Ground Rupture Soil lurching refers to the rolling motion on the ground surface by the passage of seismic surface waves. Effects of this nature are likely to be most severe where the thickness of soft sediments vary appreciably under structures. The potential for lurching can be mitigated if the potentially compressible soils present on the site are properly compacted in accordance with the recommendations of this report (Section 6.0), Leighton 601554-001 Breaking of the ground because of faulting is not likely to occur on site due to the absence of known faults on the site. Cracking due to shaking from distant seismic events is not considered a significant hazard, although it is a possibility at any site. 4.2.2 Liquefaction and Dynamic Settlement Liquefaction and dynamic settlement of soils can be caused by strong vibratory motion due to earthquakes. Both research and historical data indicate that loose, saturated, granular soils are susceptible to liquefaction and dynamic settlement. Liquefaction is typified by a loss of shear strength in the affected soil layer, thereby causing the soil to act as a viscous liquid. This effect may be manifested by excessive settlements and sand boils at the ground surface. The dense terrace deposits and formational bedrock materials underlying the site are not considered liquefiable due to their dense physical characteristics and unsaturated condition. 4.2.3 Tsunamis, and Seiches Based on the distance between the site and large, open bodies of water, barriers between the site and the open ocean, and the elevation of the site with respect to sea level, the possibility of seiches and/or tsunamis is not considered to be applicable. 4.2.4 Building Code Seismic Parameters The effect of seismic shaking may be mitigated by adhering to the California Building Code (CBC) or state-of-the-art seismic design parameters of the Structural Engineers Association of California. The seismic parameter settings for the site, per the 2001 CBC, are as follows: Soil Profile Type (Table 16A-J) = SD Seismic Zone 4 (Figure 16A-2) Z = 0.4 Slip Rate, SR, (Table 16A-U) = 1.5mm per year (CDMG, 1996), based on the Rose Canyon Fault Zone Seismic Source Type (Table 1 6A-U) = B Na= 1.0 (Table 16A-S) Ny= 1.1 (Table 16A-T) Ca = 0,44 Na (Table 16A-Q) Cv= 0.64 Nv (Table 16A-R) -9- Leighton 601554-001 5.0 CONCLUSIONS Based on the results of our preliminary geotechnical investigation of the site, it is our professional opinion that the proposed improvements are feasible from a geotechnical standpoint, provided the following conclusions and recommendations are incorporated into the project plans and specifications. The following is a summary of the geotechnical factors that may affect development of the site. • No active or potentially faults are known to exist on or in the immediate vicinity of the site. • Based on our subsurface exploration, the upper 1 to 2 feet of the artificial fill and weathered Terrace Deposits are considered unsuitable for supporting additional fill or structural loads and should be removed or reprocessed within the proposed improvement areas during site grading. Based on laboratory testing and visual classification, the on site soils possess a very low to low expansion potential and are suitable for reuse as compacted fill provided they are relatively free of organic material, and debris. Based on laboratory testing, the onsite soils are expected to have a negligible potential for sulfate attack on concrete. These soils are also considered to have a moderate potential for corrosion to buried uncoated metal conduits. Laboratory testing should be performed on the finish grade soils to verify the corrosivity characteristics. « Ground water was not encountered during our investigation and is not expected to be a significant factor during site excavation and construction. Localized seeps may occur in isolated areas in the future after period of heavy rainfall or irrigation and should be treated on an individual basis, if they occur. -10- Leighton 601554-001 6.0 RECOMMENDATIONS 6.1 Earthwork Earthwork should be performed in accordance with the City of Carlsbad grading requirements, the following recommendations and the General Earthwork and Grading Specifications for Rough Grading included in Appendix E. In case of conflict, the following recommendations shall supersede those in Appendix E. The contract documents for the contractor should be worded such that it is the responsibility of the contractor to place the fill properly and in accordance with the City's requirements, recommendations of this report and the specifications in Appendix E, notwithstanding the testing and observation of the geotechnical consultant. 6.1.1 Site Preparation Prior to grading, the proposed improvement areas of the site should be cleared of surface and subsurface obstructions, including any existing debris and loose soils, and stripped of vegetation. Removed vegetation and debris should be properly disposed off site. All areas to receive fill and/or other surface improvements should be scarified to a minimum depth of 6 inches, brought to near-optimum moisture conditions, and recompacted to at least 90 percent relative compaction (based on ASTM Test Method Dl557). 6.1.2 Removal and Recompaction The upper 1 to 2 feet of the artificial fill and weathered Terrace Deposits are considered unsuitable for supporting additional fill or structural loads and should be removed or reprocessed within the proposed improvement areas. Therefore, we recommend a general over-excavation or undercutting of the proposed improvement areas be performed to provide a relatively uniform blanket of fill and mitigate the potential settlement conditions. The recommended undercut beneath the proposed improvements should be at least 24 inches below the existing grade or finish subgrade elevation, whichever is lower, and should extend at least 5 feet beyond the proposed footprint of the improvement. The actual depth and extent of the required removals should be evaluated during grading operations by the geotechnical consultant. -11-Leighton 601554-001 6.1.3 Fill Placement and Compaction The onsite soils are generally suitable for use as compacted fill provided they are free of organic materials and debris. Areas to receive structural fill and/or other surface improvements should be scarified to a minimum depth of 6 inches, brought to at least optimum moisture content, and recompacted to at least 90 percent relative compaction (based on ASTM Test Method D1557). The optimum lift thickness to produce a uniformly compacted fill will depend on the type and size of compaction equipment used. In general, fill should be placed in uniform lifts not exceeding 8 inches in thickness. Fill soils should be placed at a minimum of 90 percent relative compaction (based on ASTM Test Method D1557) near or above optimum moisture content. Placement and compaction of fill should be performed in accordance with local grading ordinances under the observation and testing of the geotechnical consultant. Fills placed on slopes steeper than 5 to 1 (horizontal to vertical) should be keyed and benched into dense formational soils (see Appendix E for benching detail). Fills placed within 3 feet of finish pad grades should consist of granular soils of very low to low expansion potential and contain no materials over 8 inches in maximum dimension. In areas subjected to vehicular traffic, we recommend that the upper 12 inches of the subgrade soils be compacted to at least 95 percent (based on ASTM Test Method Dl 557). 6.1.4 Trench Excavation and Backfill Temporary excavations with vertical side slopes within the on site formational soils are expected to be generally stable to a maximum height of 5 feet provided they are free of adverse geologic conditions. Excavations deeper than 5 feet should be shored or sloped back to 1:1 or flatter, if construction workers are to enter such excavations. The onsite soils may generally be suitable as trench backfill provided they are screened of organic matter and rocks over 8 inches in diameter. Trench backfill should be compacted in uniform lifts (not exceeding 8 inches in compacted thickness) by mechanical means to at least 90 percent relative compaction (ASTM Test Method Dl 557). -12- Leighton 601554-001 6.2 Control of Ground Water and Surface Water Our experience indicates that surface or near-surface ground water conditions can develop in areas where ground water conditions did not exist prior to site development, especially in areas where a substantial increase in surface water infiltration results from landscape irrigation. This occurs frequently where relatively impermeable formational materials are overlain by granular fill soils such as on this site. In addition, during slope excavations, seepage in cut slopes may be encountered. We recommend that an engineering geologist be present during grading operations to evaluate any possible seepage areas. Drainage devices for reduction of water accumulation can be recommended if these conditions are observed. We recommend that measures be taken to properly finish grade for improvement area, such that drainage water from the building or improvement area is directed away from foundations (2 percent minimum grade for a distance of 5 feet), floor slabs, and tops of slopes. Ponding of water should not be permitted, and installation of roof gutters which outlet into a drainage system is considered prudent. Planting areas at grade should be provided with positive drainage directed away from the building. Drainage and subdrain design for these facilities should be provided by the design civil engineer. Localized seeps may also be encountered in cuts slopes. If encountered during grading, mitigative measures can be recommended by the geotechnical consultant. These recommendations will likely include additional subdrains and possible overexcavation of slope areas. It is possible that after site development is complete, some additional zones of seepage may occur due to site irrigation in areas with no previous history of seepage. Recommendations for the treatment of these areas can be provided on an individual basis. 6.3 Foundation and Slab Considerations We recommend that the proposed clubhouse structure or building be constructed with conventional foundations and slabs-on-grade floors. For the proposed tennis courts, we recommend using a post-tensioned slabs-on-grade. Foundation systems should be designed in accordance with structural considerations and the following recommendations. These recommendations assume that the soils encountered within 5 feet of finished pad grade have a very low to low potential for expansion. If medium to highly expansive soils are encountered and selective grading cannot be accomplished, additional foundation design may be necessary. o Leighton 601554-001 6.3.1 Conventional Foundations and Slab-on-Grade Design Clubhouse structure or building may be supported by conventional continuous or isolated spread footings. Footings should extend a minimum of 18 inches beneath the lowest adjacent soil grade. At these depths, footings may be designed for a maximum allowable bearing pressure of 2,000 pounds per square foot (psf) if founded in properly compacted fill soils or competent undisturbed terrace deposits. The allowable pressures may be increased by one-third when considering loads of short duration such as wind or seismic forces. The minimum recommended width of footings is 18 inches for continuous footings and 24 inches for square or round footings. Footings should be designed in accordance with the structural engineer's requirements and have a minimum reinforcement of four No. 5 reinforcing bars (two top and two bottom). The slab-on-grade floor should be at least 5 inches thick and be reinforced with No. 3 rebars 18 inches on center or No. 4 rebars at 24 inches on center, each way. All reinforcing should be placed at mid-height in the slab. Slabs should be underlain by 2 inches of sand (SE greater than 30), a 10-mil plastic sheering moisture barrier and an addition 2 inches of sand. We recommend control joints be provided across the slab at appropriate intervals as designed by the project architect. The potential for slab cracking may be reduced by careful control of water/cement ratios. The contractor should take appropriate curing precautions during the pouring of concrete in hot weather to minimize cracking of slabs. All slabs should be designed in accordance with structural considerations. If heavy or equipment loading is proposed for the slabs, greater thickness and increased reinforcing may be required as determined by the structural engineer. 6.3.2 Post-Tensioned Slab-on-Grade Design We recommend that a post-tensioned slabs-on-grade, at least 5 inches thick, with appropriate perimeter and stiffing grade beams, if needed as determined by the designers, be used for the proposed tennis courts. In addition, we recommend using a 4-inch (minimum) layer of compacted Class n aggregate base material beneath the post-tensioned slabs-on-grade as a capillary break, or an alternative barrier selected by the tennis courts designers. The post-tensioned slabs-on-grade and grade beams should be designed in accordance with the following design parameters presented in Table 2 and the criteria of the 2001 CBC. A post- tensioned slabs-on-grade and grade beams system designed and constructed in accordance with the recommendations provided in this report is expected to be structurally adequate for the proposed tennis courts at the subject site, provided our recommendations for slope maintenance, surface drainage, and landscaping -14-Leighton 601554-001 (presented later in this report), are carried out through the design life of the project. Adhering to the design and maintenance recommendations presented in this report will help ensure that expansive soil-related effects to the residences, if any, are limited to cosmetic distresses, with no adverse impact to the overall structural integrity of the residences. Table 2 Post-Tensioned Design Recommendations Design Criteria Edge Moisture Variation, em (feet) Differential Swell, ym (inches) Center Lift: Edge Lift: Center Lift: Edge Lift: Diffejential Settlement (Long-term) (inches) Angular Distortion Perimeter Footing Depth (inches) (if applicable) Allowable Bearing Capacity (psf) Very Low to Low Expansion Potential (El less than 50) 5.5 2.5 1.0 0.4 3/4 1/1200 12 2,000 * If El is greater than 130, special foundation recommendations will be required. Please note that the CBC Chapter 18 is based on certain climatological assumptions with regard to soil-moisture conditions around and beneath the post- tensioned slabs. Soil-moisture change below slabs is the major factor in expansive soil problems. The CBC design method does not contain specific provisions to account for the effects of irrigation, presaturation, or other non-climate-related influences on the moisture content of subgrade soils. We have, therefore, modified our geotechnical parameters to account for reasonable irrigation practices, and a reasonable degree of building owner maintenance and responsibility. We also recommend that soil-moisture around the immediate perimeter of the slab be maintained at above optimum-moisture content during construction. Future building owners should be informed and educated regarding the importance of maintaining a constant level of soil-moisture. The owners should be made aware of the potential negative consequences of both excessive watering, as well as allowing expansive soils to lose moisture (i.e., the soil will undergo shrinkage as o -15- r^^ Leighton O 601554-001 it dries up, followed by swelling during the winter, rainy season or when irrigation is resumed, resulting in distress to improvements and structures). 6.3.3 Setback from Slopes We recommend a minimum horizontal setback distance from the face of slopes for all structural foundations, footings, and other settlement-sensitive structures as indicated on the following table. This distance is measured from the outside bottom edge of the footing, horizontally to the slope face and is based on the slope height and type of soil. However, the foundation setback distance may be revised by the geotechnical consultant on a case-by-case basis if the geotechnical conditions are different than anticipated. Table 3 Minimum Foundation Setback from Slope Faces Slope Height less than 5 feet 5 to 20 feet greater than 20 feet Minimum Recommended Foundation Setback 7 feet 10 feet H/2, where H is slope height; not to exceed 1 5 feet (10 feet maximum along cut slopes) Please note that the soils within the structural setback area possess poor lateral stability, and improvements (such as retaining walls, sidewalks, fences, pavements, etc.) constructed within this setback area may be subject to lateral movement and/or differential settlement. Potential distress to such improvements may be mitigated by providing a deepened footing or a pier and grade beam foundation system to support the improvement. The deepened footing should meet the setback as described above. 6.3.4 Settlement The recommended allowable-bearing capacity is based on a maximum total and differential settlement of 3/4 inch and 1/2 inch, respectively. Since settlements are a function of footing size and contact bearing pressures, some differential settlement can be expected between adjacent columns or walls where a large differential loading condition exists. However for most cases, differential settlements are considered unlikely to exceed 1/2 inch and should generally be less than 1/4 inch. With increased footing depth/width ratios, differential settlement should be less. -16-Leighton 601554-001 6.4 Preliminary Pavement Design The appropriate pavement section depends primarily on the type of subgrade soil, shear strength, traffic load, and planned pavement life. Since an evaluation of the characteristics of the actual soils at pavement subgrade cannot be made at this time, we have provided the following range of pavement sections to be used for planning purposes only. The final subgrade shear strength will be highly dependent on the soils present at finish pavement subgrade. We have assumed an R-value of 20 for pavement subgrade soils. Final pavement design should be evaluated based on R-value tests performed upon completion of grading and on the traffic index assigned by the City of Carlsbad. Table 4 Preliminary Pavement Sections Pavement Loading Condition Parking Driveways Traffic Index (20-Year Life) TI = 4.5 TI = 5.0 Pavement Sections 4 inches of AC over 5 inches Class II Agg. Base 4 inches of AC over 6 inches Class II Agg. Base For areas subject to unusually heavy truck loading (i.e., trash enclosures, loading docks, etc.), we recommend a full depth of Portland Cement Concrete (PCC) section of 7.5 inches on 6 inches of Class 2 aggregate base with appropriate steel reinforcement and crack-control joints as designed by the project structural or civil engineer. We recommend that sections be as nearly square as possible. A mix that provides a 600 psi modulus of rupture should be utilized. The actual pavement design should also be in accordance with City of Carlsbad and ACI criteria. All pavement section materials should conform to and be placed in accordance with the latest revision of the Greenbook and American Concrete Institute (ACI) codes and guidelines. Prior to placing the AC or PCC pavement section, the upper 12 inches of subgrade soils and all aggregate base should have relative compaction of at least 95 percent (based on ASTM Test Method D1557). In accordance with City of Carlsbad Engineering Standards, the Class II aggregate base should be placed beneath the curb and gutter and extended at least 6 inches beyond the back of curb. o o 6.5 Concrete Flatwork We recommend that the concrete flatwork within the project site be a minimum of 4 inches thick and be underlain by a minimum of 12 inches of compacted fill. The engineered artificial fill should be moisture conditioned to at least 2 percent over -17-Leighton 601554-001 optimum moisture content and compacted to a minimum 90 percent relative compaction (based on ASTM Test Method Dl 557). 6.6 Lateral Earth Pressures and Retaining Wall Design Considerations Retaining walls are not anticipated; however, if proposed, the recommended lateral pressures for low expansive soil (expansion index less than 50 per CBC 18-I-B) and level or sloping backfill are presented on Table 5. Table 5 Lateral Earth Pressures Active At-Rest Passive Equivalent Fluid Weight (pcf) Level Backfill 35 55 350 (maximum of 3 kips) 2:1 Sloping Backfill 55 65 1 50 (sloping down) Embedded structural walls should be designed for lateral earth pressures exerted on them. The magnitude of these pressures depends on the amount of deformation that the wall can yield under load. If the wall can yield enough to mobilize the full shear strength of the soil, it can be designed for "active" pressure. If the wall cannot yield under the applied load, the shear strength of the soil cannot be mobilized and the earth pressure will be higher. Such walls should be designed for "at-rest" conditions. If a structure moves toward the soil, the resulting resistance developed by the soil is the "passive" resistance. The passive earth pressure values assumes sufficient slope setback. For design purposes, the recommended equivalent fluid pressure for each case for walls founded above the static ground water and backfilled with import soil of very low to low expansion potential or the onsite soil is provided in Table 5. The equivalent fluid pressure values assume free-draining conditions. If conditions other than those assumed above are anticipated, the equivalent fluid pressure values should be provided on an individual-case basis by the geotechnical engineer. Surcharge loading effects from the adjacent structures should be evaluated by the geotechnical and structural engineer. All retaining wall structures should be provided with appropriate drainage and appropriately waterproofed. The outlet pipe should be sloped to drain to a suitable outlet. Typical wall drainage design is illustrated in Appendix E. For sliding resistance, the friction coefficient of 0.35 may be used at the concrete and soil interface. In combining the total lateral resistance, the passive pressure or the frictional -18-Leighton 601554-001 resistance should be reduced by 50 percent. Wall footings should be designed in accordance with structural considerations. The passive resistance value may be increased by one-third when considering loads of short duration such as wind or seismic loads. The horizontal distance between foundation elements providing passive resistance should be a minimum of three times the depth of the elements to allow full development of these passive pressures. The total depth of retained earth for design of cantilever walls should be the vertical distance below the ground surface measured at the wall face for stem design or measured at the heel of the footing for overturning and sliding. Wall back-cut excavations should be made in accordance with the applicable OSHA requirements. The backfill soil (having an expansion index less than 50 per CBC 18-I-B) should be compacted to at least 90 percent relative compaction (based on ASTM Test Method D1557) at moisture content of at least 2 percent above optimum. The walls should be constructed and backfilled as soon as possible after back-cut excavation. Prolonged exposure of back-cut slopes may result in some localized slope instability. Foundations for retaining walls in competent formational soil or properly compacted fill should be embedded at least 18 inches below lowest adjacent grade. At this depth, an allowable bearing capacity of 2,000 psf may be assumed. 6.7 Cement Type for Construction ^. Concrete in direct contact with soil or water that contains a high concentration of soluble sulfates can be subject to chemical deterioration commonly known as "sulfate attack". Based on the laboratory test results of the representative samples, the onsite soil possesses a negligible potential to attack normal concrete. Accordingly, we recommend that the onsite concrete design mix be designed for a negligible potential of sulfate attack and follow the recommendations presented in Table 19A-A-4 of the 2001 edition of the CBC. Laboratory testing of the actual finish grade soil on the lot upon completion of the grading operations should be performed to confirm the sulfate attack potential. -19-Leighton 601554-001 6.8 Plan Review and Construction Observation Project grading and foundation drawings should be reviewed by Leighton Consulting before grading and construction to see that the recommendations in this report are incorporated in the project plans. The recommendations provided in this report are based on preliminary design information and subsurface conditions disclosed by widely spaced test pits. The interpolated subsurface conditions should be checked in the field during construction. Construction observation of onsite excavations and field density testing of compacted fill should be performed by a representative of this office so that construction is in accordance with the recommendations of this report. We recommend that excavations, removal bottoms, and cut slopes be geologically mapped by the geotechnical consultant during grading for the presence of potentially adverse geologic conditions. -20- Leighton 601554-001 7.0 LIMITATIONS The conclusions and recommendations in this report are based in part upon data that were obtained by us and others from a limited number of observations, site visits, excavations, samples, and tests. Such information is by necessity incomplete. The nature of many sites is such that differing geotechnical or geological conditions can occur within small distances and under varying climatic conditions. Changes in subsurface conditions can and do occur over time. Therefore, the findings, conclusions, and recommendations presented in this report can be relied upon only if Leighton has the opportunity to observe the subsurface conditions during grading and construction of the project, in order to confirm that our preliminary findings are representative for the site. -21- Leighton »ROJECT SITE BASE MAP: 2008 Digital Edition Thomas GuWe, San Diego County lit NORTH Proposed Tennis Courts Poinsettia Park Carlsbad, California SITE LOCATION MAP Project No. _601554-OP1 Dst6 October 2006 Figure No.1 601554-001 APPENDIX A REFERENCES Blake, 2000, EQFAULT, Version 3.0. CDMG, 1996, Probabilistic Seismic Hazard Assessment for the State of California, Open-File Report, 96-08. California Building Standards Commission (CBSC), 2001, California Building Code, Volume I - Administrative, Fire- and Life-Safety, and Field Inspection Provision, Volume II - Structural Engineering Design Provision, and Volume III - Material, Testing and Installation Provision, ICBO. California Division of Mines and Geology (CDMG), 1983, Guidelines for Evaluating the Hazard of Surface Faulting Rupture: California Division of Mines and Geology, Note 49,2p. City of Carlsbad, 2006, Request for Proposal: Tennis Court Design for Poinsettia Park, dated April 4,2006. Hart, 1997, Fault Rupture Hazard Zones in California, Alquist-Priolo Special Studies Zones Act of 1972 with Index to Special Study Zone Maps, Department of Conservation, Division of Mines and Geology, Special Publication 42, revised 1997. Hannan, D., 1975, Faulting in the Oceanside, Carlsbad and Vista Areas, Northern San Diego County, California in Ross, A. and Dowlens, R.J., eds., Studies on the Geology of Camp Pendleton and Western San Diego County, California: San Diego Association of Geologists, pp. 56-59. International Conference of Building Officials, 1997, Uniform Building Code. Leighton and Associates, Inc., 1992, City of Carlsbad, Geotechnical Hazards Analysis and Mapping Study, Carlsbad, California, dated November 1992. The Bike Partnership, 1997, Planting Plan, Poinsettia Community Park, Phase 1, Carlsbad, California, Project No. 3348, Reviewed 4-7-1997. A-l o Appendix B Test Pit Logs 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number Samples & Tests Depth and Description SAMPLES: TP-1 (9/13/06) (Sampled and Logged by: MPP) Depth (ft) 1.0-2.0 2.0-8.0 8.0-10.0 Sample B-l B-2 B-3 Type BULK BULK BULK ARTIFICIAL FILL (Aft: @ 0-2.0': Silty SAND: Light brown to tan, dry to damp, loose to medium dense, fine grained sand; crumbly, presence of rootlets, dried grass. TERRACE DEPOSIT (Ot): @ 2.0-10.0': Silty SAND with gravel: Orangish brown to olive, moist, very dense, fine grained sand, fine gravel; blocky, well cemented, probed hard (<0.2-inches) @8.0': changes color to orange brown Total Depth =10.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel B-l 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number TP-2 (9/13/06) (Sampled and Logged by: MPP) Samples & Tests SAMPLES: Depth (ft) San 1.0-3.0 B 3.0-9.0 B 9.0-13.0 B 13.0-14.0 B TESTS: Sample No. El Sulfate Content (%) Chloride Content (ppm) pH- Value Resistivity (ohm-cms) iple Type -1 BULK -2 BULK -3 BULK -4 BULK - B-l 0 0.027 168 7.44 3,643 Depth and Description ARTIFICIAL FELL f Af): @ 0-9.0': Silty fine SAND: Light brown to orangish brown, dry to damp, loose to dense, some fine gravel; blocky, presence of rootlets and traces of dried grass. @ 3.0': color changes to dark brown, increasing moisture content and gravel content with depth. TERRACE DEPOSIT (Ot): @ 9.0-14.0': Silty SAND: Olive to green gray with mottled orange, moist, very dense, fine grained sand; blocky, well cemented, traces of fine gravel @13.0': soil grades to orangish brown with a mottled gray, more gravel content Total Depth =14.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel u B-2 o o 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number TP-3 (9/13/06) (Sampled and Logged by: MPP) Samples & Tests SAMPLES: Depth (ft) 1.0-5.0 Sample Type B-l BULK TESTS: Sample No. El Sulfate Content (%) Chloride Content (ppm) pH - Value Resistivity (ohm- cms) B-l 0 0.017 105 7.71 4,992 Depth and Description ARTIFICIAL FILL (AfJ: @ 0-0.3': Silty SAND: Light brown to tan, dry to damp, loose, fine grained sand; crumbly, presence of rootlets TERRACE DEPOSIT (Ot): @ 0.3-5.0': Silty SAND with gravel: Orangish brown with mottled gray, moist, very dense, fine grained sand, fine gravel; blocky, well cemented, probed hard (<0.2-inches) Total Depth = 5.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel B-3 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number Samples & Tests Depth and Description TP-4 (9/13/06) (Sampled and Logged by: MPP) SAMPLES: Depth (ft) 1.0-5.0 Sample B-l Type BULK ARTIFICIAL FILL f Afl; @ 0-0.5': Silty SAND: Light brown to tan, dry to damp, loose, fine grained sand; crumbly, presence of rootlets TERRACE DEPOSIT TOt); @ 0.5-5.0': Silty SAND with gravel: Orangish brown with mottled gray, moist, very dense, fine grained sand, fine gravel; blocky, well cemented, probed hard (<0.2-inches) Total Depth = 5.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel u B-4 o o 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number TP-5 (9/13/06) (Sampled and Logged by: MPP) Samples & Tests SAMPLES: IE Depth (ft) 1.0-4.0 5.0-7.0 STS: Sample Type B-l BULK B-2 BULK Sample No. El Sulfate Content (%) Chloride Content (ppm) pH- Value Resistivity (ohm-cms) B-l 8 0.021 21 7.06 7,421 Depth and Description ARTIFICIAL FILL f AQ: @0-0.7': Silty SAND with gravel: Light brown to tan, dry to damp, loose, fine grained sand, fine gravel; rootlets abundant TERRACE DEPOSIT (Ot): @0.7-7.0': Silty SAND with gravel: Light brown, moist, very dense, fine grained sand, fine gravel; blocky, well cemented, probed hard (<0.2-inches) @5.0': soil grades to orange brown with mottled gray, gravel content reduces Total Depth = 7.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel B-5 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number Samples & Tests Depth and Description TP-6 (9/13/06) (Sampled and Logged by: MPP) SAMPLES: Depth (ft) 1.0-5.0 Sample B-l Type BULK ARTIFICIAL FELL (Afl: @0-1.0': Silty SAND: Brown to dark brown, damp to moist, loose to medium dense, fine grained sand; presence of organic materials like dried roots, wooden pieces etc. TERRACE DEPOSIT (Ot); @1.0-5.0': Silty SAND: Orangish brown with mottled gray, moist, very dense, fine grained sand, traces of fine gravel; blocky, well cemented, probed hard (<0.2-inches) Total Depth = 5.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel o B-6 Q Q 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number Samples & Tests Depth and Description TP-7 (9/13/06) (Sampled and Logged by: MPP) SAMPLES: Depth (ft) 2.0-4.0 4.0-6.0 Sample B-l B-2 Type BULK BULK ARTIFICIAL FILL (Af); @0-0.3': Silty SAND: Light brown, dry to damp, loose, fine grained sand; crumbly, traces of rootlets and dried grass TERRACE DEPOSIT @0.3-6.0': Silty SAND: Orangish brown with mottled gray, moist, very dense, fine grained sand; blocky, well cemented, probed hard (<0.2-inches) @2.0': soil grades to olive, traces of fine gravel @4.0": soil grades to orange brown Total Depth = 6.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel B-7 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number Samples & Tests Depth and Description TP-8 (9/13/06) (Sampled and Logged by: MPP) SAMPLES: Depth (ft) 1.0-3.0 Sample B-l Type BULK Sample No. El B-l ARTIFICIAL FILL (Af): @0-0.5': Silty SAND: Light brown, dry to damp, loose, fine grained sand; crumbly, traces of rootlets and dried grass TERRACE DEPOSIT (OtV. @0.5-3.0': Silty SAND: Orangish brown with mottled gray, moist, very dense, fine grained sand; traces of gravel, blocky, well cemented, probed hard (<0.2-inches) Total Depth = 3.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel o B-8 o o 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number Samples & Tests Depth and Description TP-9 (9/13/06) (Sampled and Logged by: MPP) SAMPLES: Depth (ft) 1.0-5.0 Sample B-l Type BULK TESTS: Sample No. R-Value B-l 21 ARTIFICIAL FILL f Afl: @0-0.5': Silty SAND: Light brown, dry to damp, loose, fine grained sand; traces of fine gravel, crumbly, traces of rootlets and dried grass TERRACE DEPOSIT (Ot); @0.5-5.0': Silty SAND: Orangish brown with mottled gray, moist, very dense, fine grained sand; traces of gravel, blocky, well cemented, probed hard (<0.2-inches) Total Depth =5.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel B-9 601554-001 POINSETTIA PARK TEST PIT LOGS Test Pit Number Samples & Tests Depth and Description SAMPLES: TP-10 (9/13/06) (Sampled and Logged by: MPP) Depth (ft) 1.0-4.0 Sample B-l Type BULK ARTIFICIAL FILL (Af); @0-0.5': Silty SAND with gravel: Light brown, dry to damp, loose, fine grained sand, fine gravel; crumbly, traces of rootlets and dried grass TERRACE DEPOSIT (Ot); @0.5-5.0': Silty SAND: Orangish brown with mottled gray, moist, very dense, fine grained sand; traces of gravel, blocky, well cemented, probed hard (<0.2-inches) Total Depth = 4.0 feet No Ground Water Encountered Trench was backfilled with soil cuttings and compacted with a compaction wheel u B-10 o o 601554-001 APPENDIX C Laboratory Testing Procedures and Test Results Expansion Index Tests: The expansion potential of selected representative materials was evaluated by the Expansion Index Test, U.B.C. Standard No. 18-2. The specimens were tested under general accordance with the guidelines outlined in ASTM D4829. Specimens are molded under a given compactive energy to approximately the optimum moisture content and approximately 50 percent saturation. The prepared 1-inch thick by 4-inch diameter specimens are loaded to an equivalent 144 psf surcharge and are inundated with tap water until volumetric equilibrium is reached. The results of these tests are presented in the table below: Sample Location TP-2 TP-3 TP-5 TP-8 Depth (feet) 1-3 1-5 1-4 1-3 Sample Description Silty SAND (SM), Orangish Brown Silty SAND (SM), Orangish Brown Silty SAND (SM), Light Brown Silty SAND (SM), Orangish Brown Expansion Index 0 0 8 4 Expansion Potential Very Low Very Low Very Low Very Low Minimum Resistivity and pH Tests: Minimum resistivity and pH tests were performed in general accordance with Caltrans Test Method CT643 for Steel or CT532 for concrete and standard geochemical methods. The results are presented in the table below: Sample Location TP-2 @ 1-3 Feet TP-3 @ 1-5 Feet TP-5 @ 1-4 Feet Sample Description Silty SAND (SM), Orangish Brown Silty SAND (SM), Orangish Brown Silty SAND (SM), Light Brown PH 7.44 7.71 7.06 Minimum Resistivity (ohms-cm) 3,643 4,992 7,421 C-l 601554-001 APPENDIX C (Continued) Soluble Sulfates: The soluble sulfate contents of selected samples were determined by standard geochemical methods (Caltrans Test Method CT417). The test results are presented in the table below: Sample Location TP-2 @ 1-3 Feet TP-3 @ 1-5 Feet TP-5@ 1-4 Feet Sample Description Silty SAND (SM), Orangish Brown Silty SAND (SM), Orangish Brown Silty SAND (SM), Light Brown Sulfate Content (%) 0.0270 0.0165 0.0210 Potential Degree of Sulfate Attack* Negligible Negligible Negligible * Based on the 1997 edition of the Uniform Building Code, Table No. 19-A-4, prepared by the International Conference of Building Officials (ICBO, 1997). 3 Chloride Content: Chloride content was tested in accordance with Caltrans Test Method CT422. The results are presented below: Sample Location TP-2 @ 1-3 Feet TP-3 @ 1-5 Feet TP-5 @ 1-4 Feet Chloride Content, ppm 168 105 21 "R"-Value: The resistance "R"-value was determined by the California Materials Method CT301 for base, subbase, and basement soils. The samples were prepared and exudation pressure and "R"- value determined. The graphically determined "R"-value at exudation pressure of 300 psi is reported. Sample Number TP-9 Depth (Feet) 1-4 Sample Description Sitly SAND (SM), Orangish brown R-Value 21 3 C-2 CALIFORNIA FAULT MAP RBF/ POINSETTIA PARK 300 250-- 200-- 150-- -100 100-- 50-- -50 -- 100 150 200 250 300 350 400 *********************** * * * EQFAULT * * * * Version 3.00 * * * *********************** DETERMINISTIC ESTIMATION OF PEAK ACCELERATION FROM DIGITIZED FAULTS JOB NUMBER: 601554-001 DATE: 09-18-2006 JOB NAME: RBF/ POINSETTIA PARK CALCULATION NAME: PPEQF FAULT-DATA-FILE NAME: C:\Program Files\EQFAULTl\CGSFLTE.DAT SITE COORDINATES: SITE LATITUDE: 33.1151 SITE LONGITUDE: 117.3072 SEARCH RADIUS: 100 mi ATTENUATION RELATION: 22) Abrahamson & Silva (1995b/1997) Horiz.- Rock UNCERTAINTY (M=Median, S=Sigma): M Number of Sigmas: 0.0 DISTANCE MEASURE: clodis SCOND: 1 Basement Depth: 5.00 tan Campbell SSR: Campbell SHR: COMPUTE PEAK HORIZONTAL ACCELERATION FAULT-DATA FILE USED: C:\Program Files\EQFAULTl\CGSFLTE.DAT MINIMUM DEPTH VALUE (km): 0.0 o EQFAULT SUMMARY DETERMINISTIC SITE PARAMETERS Page 1 ABBREVIATED FAULT NAME ROSE CANYON NEWPORT- INGLEWOOD (Offshore) CORONADO BANK ELSINORE (JULIAN) ELSINORE (TEMECULA) ELSINORE (GLEN IVY) PALOS VERDES SAN JOAQUIN HILLS EARTHQUAKE VALLEY SAN JACINTO-ANZA SAN JACINTO-SAN JACINTO VALLEY NEWPORT- INGLEWOOD (L. A. Basin) CHINO-CENTRAL AVE. (Elsinore) SAN JACINTO-COYOTE CREEK WHITTIER ELSINORE (COYOTE MOUNTAIN) SAN JACINTO-SAN BERNARDINO SAN JACINTO - BORREGO PUENTE HILLS BLIND THRUST SAN ANDREAS - San Bernardino M-l SAN ANDREAS - Whole M-l a SAN ANDREAS - SB-Coach. M-lb-2 SAN ANDREAS - SB-Coach. M-2b SAN JOSE PINTO MOUNTAIN CUCAMONGA SAN ANDREAS - Coachella M-lc-5 SIERRA MADRE NORTH FRONTAL FAULT ZONE (West) BURNT MTN. CLEGHORN UPPER ELYSIAN PARK BLIND THRUST APPROXIMATE DISTANCE mi (km) _ _ 4.5( 7.6( 20. 3( 24. 9( 24. 9( 36. 5( 38. 4( 38. 6( 42. 3( 47. 7( 48. 7( 49. 3( 51. 0( 51. 9 ( 54. 5 ( 55. 7( 62. 4( 64. 7( 64. 9( 67. 5 ( 67. 5 ( 67. 5 ( 67. 5 ( 71. 3( 73. 3( 73.3 ( 73. 9( 74. Of 77. 5( 77. 6 ( 80. 2 ( 80. 3( 7.2) 12.2) 32.7) 40.0) 40.0) 58.8) 61.8) 62.2) 68.0) 76.7) 78.4) 79.3) 82.1) 83.6) 87.7) 89.6) 100.5) 104.1) 104.4) 108.7) 108.7) 108.7) 108.7) 114.8) 117.9) 118.0) 118.9) 119.1) 124.7) 124.9) 129.0) 129.2) ESTIMATED MAX. EARTHQUAKE EVENT MAXIMUM EARTHQUAKE MAG. (Mw) 7.2 7.1 7.6 7.1 6.8 6.8 7.3 6.6 6.5 7.2 6.9 7.1 6.7 6.6 6.8 6.8 6.7 6.6 7.1 7.5 8.0 7.7 7.7 6.4 7.2 6.9 7.2 7.2 7.2 6.5 6.5 6.4 PEAK SITE ACCEL, g _ _ — 0.494 0.325 0.161 0.105 0.091 0.060 0.075 0.066 0.043 0.057 0.047 0.052 0.051 0.037 0.039 0.038 0.032 0.029 0.051 0.049 0.068 0.056 0.056 0.029 0.037 0.040 0.037 0.048 0.046 0.022 0.021 0.026 EST. SITE INTENSITY MOD. MERC. X IX VIII VII VII VI VII VI VI VI VI VI VI V V V V V VI VI VI VI VI V V V V VI VI IV IV V SUPERSTITION MTN. (San EUREKA PEAK SAN ANDREAS - SAN ANDREAS - SAN ANDREAS - NORTH FRONTAL RAYMOND Cho-Moj Jacinto) | 1 M-lb-1 j 1857 Rupture M-2a ] Mojave M-lc-3 j FAULT ZONE (East) j | CLAMSHELL- SAWPIT | 80 80 81 81 81 82 82 83 .6 .8 .9 .9 .9 .0 .5 .4 DETERMINISTIC Page 2 ( 129. { 130. ( 131. ( 131. ( 131. { 132. ( 132. ( 134. SITE 7) 1) 8) 8) 8) 0) 7) 3) 6 6 7 7 7 6 6 6 .6 .4 .8 .8 .4 .7 .5 .5 0. 0. 0. 0. 0. 0. 0. 0. 022 | 020 j 050 | 050 j 038 | 031 | 027 | 026 j IV IV VI VI V V V V PARAMETERS |ESTIMATED MAX. EARTHQUAKE EVENT ABBREVIATED FAULT NAME ELMORE RANCH SUPERSTITION HILLS (San Jacinto) VERDUGO LAGUNA SALADA HOLLYWOOD LANDERS HELENDALE - S. LOCKHARDT SANTA MONICA LENWOOD-LOCKHART-OLD WOMAN SPRGS BRAWLEY SEISMIC ZONE MALIBU COAST JOHNSON VALLEY (Northern) EMERSON So. - COPPER MTN. SIERRA MADRE (San Fernando) NORTHRIDGE (E. Oak Ridge) t\CCK\JJ^J DISTJ mi 84. 3 ( 85. 3( 85. 6 ( 86. 7( 87. 6 ( 88. 4( 90. 3( 91. 7 ( 94. 0( 94. 0( 95. 0( 96. 3( 96. 9 ( 98. 6 ( 99. 5( LKift.1 Ci UJCE (km) 135.6) 137.3) 137.8) 139.6) 140.9) 142.3) 145.4) 147.6) 151.3) 151.3) 152.9) 154.9) 156.0) 158.7) 160.1) MAXIMUM EARTHQUAKE MAG. (Mw)_ 6.6 6.6 6.9 7.0 6.4 7.3 7.3 6.6 7.5 6.4 6.7 6.7 7.0 6.7 7.0 PEAK SITE ACCEL, g 0.021 0.021 0.034 0.027 0.023 0.033 0.032 0.025 0.036 0.016 0.026 0.020 0.024 0.025 0.031 EST. SITE INTENSITY MOD. MERC. IV IV V V IV V V V V IV V IV V V V -END OF SEARCH- 55 FAULTS FOUND WITHIN THE SPECIFIED SEARCH RADIUS. THE ROSE CANYON FAULT IS CLOSEST TO THE SITE. IT IS ABOUT 4.5 MILES (7.2 km) AWAY. LARGEST MAXIMUM-EARTHQUAKE SITE ACCELERATION: 0.4938 g 3 *********************** * * * EQFAULT * * * * Version 3.00 ** * *********************** DETERMINISTIC ESTIMATION OF PEAK ACCELERATION FROM DIGITIZED FAULTS JOB NUMBER: 601554-001 DATE: 09-18-2006 JOB NAME: RBF/ POINSETTIA PARK CALCULATION NAME: PP1EQF FAULT-DATA-FILE NAME: C:\Program Files\EQFAULTl\CGSFLTE.DAT SITE COORDINATES: SITE LATITUDE: 33.1151 SITE LONGITUDE: 117.3072 SEARCH RADIUS: 100 mi ATTENUATION RELATION: 22) Abrahamson & Silva (1995b/1997) Horiz.- Rock UNCERTAINTY (M=Median, S=Sigma): S Number of Sigmas: 1.0 DISTANCE MEASURE: clodis SCOND: 1 Basement Depth: 5.00 km Campbell SSR: Campbell SHR: COMPUTE PEAK HORIZONTAL ACCELERATION FAULT-DATA FILE USED: C:\Program Files\EQFAULTl\CGSFLTE.DAT MINIMUM DEPTH VALUE (km): 0.0 EQFAULT SUMMARY DETERMINISTIC SITE PARAMETERS Page 1 ABBREVIATED FAULT NAME ROSE CANYON NEWPORT- INGLEWOOD (Offshore) CORONADO BANK ELSINORE (JULIAN) ELSINORE (TEMECULA) ELSINORE (GLEN IVY) PALOS VERDES SAN JOAQUIN HILLS EARTHQUAKE VALLEY SAN JACINTO-ANZA SAN JACINTO-SAN JACINTO VALLEY NEWPORT- INGLEWOOD ( L . A . Bas in ) CHINO-CENTRAL AVE. (Elsinore) SAN JACINTO-COYOTE CREEK WHITTIER ELSINORE (COYOTE MOUNTAIN) SAN JACINTO-SAN BERNARDINO SAN JACINTO - BORREGO PUENTE HILLS BLIND THRUST SAN ANDREAS - San Bernardino M-l SAN ANDREAS - Whole M-l a SAN ANDREAS - SB-Coach. M-lb-2 SAN ANDREAS - SB-Coach. M-2b SAN JOSE PINTO MOUNTAIN CUCAMONGA SAN ANDREAS - Coachella M-lc-5 SIERRA MADRE NORTH FRONTAL FAULT ZONE (West) BURNT MTN. CLEGHORN UPPER ELYSIAN PARK BLIND THRUST APPROXIMATE DISTANCE mi (km) 4.5( 7.6( 20. 3( 24. 9( 24. 9( 36. 5( 38. 4( 38. 6( 42. 3( 47.71 48. 7( 49. 3( 51. 0( 51. 9( 54. 5( 55. 7( 62. 4 ( 64. 7( 64. 9( 67. 5( 67. 5( 67. 5 ( 67. 5( 71. 3( 73. 3( 73.3 ( 73. 9( 74. 0( 77. 5 ( 77. 6 ( 80. 2( 80.3 ( 7.2) 12.2) 32.7) 40.0) 40.0) 58.8) 61.8) 62.2) 68.0) 76.7) 78.4) 79.3) 82.1) 83.6) 87.7) 89.6) 100.5) 104.1) 104.4) 108.7) 108.7) 108.7) 108.7) 114.8) 117.9) 118.0) 118.9) 119.1) 124.7) 124.9) 129.0) 129.2) ESTIMATED MAX. EARTHQUAKE EVENT - __, MAXIMUM EARTHQUAKE MAG. (Mw) 7.2 7.1 7.6 7.1 6.8 6.8 7.3 6.6 6.5 7.2 6.9 7.1 6.7 6.6 6.8 6.8 6.7 6.6 7.1 7.5 8.0 7.7 7.7 6.4 7.2 6.9 7.2 7.2 7.2 6.5 6.5 6.4 PEAK SITE ACCEL, g 0.759 0.499 0.247 0.161 0.143 0.095 0.116 0.107 0.071 0.088 0.073 0.080 0.082 0.059 0.062 0.061 0.051 0.047 0.079 0.076 0.105 0.086 0.086 0.049 0.057 0.062 0.057 0.074 0.070 0.036 0.035 0.043 EST. SITE INTENSITY MOD. MERC. XI X IX VIII VIII VII VII VII VI VII VII VII VII VI VI VI VI VI VII VII VII VII VII VI VI VI VI VII VI V V VI ""WiWS--"''' SUPERSTITION MTN. (San Jacinto} EUREKA PEAK SAN ANDREAS - Cho-Moj M-lb-1 SAN ANDREAS - 1857 Rupture M-2a SAN ANDREAS - Mojave M-lc-3 NORTH FRONTAL FAULT ZONE (East) RAYMOND CLAMSHELL-SAWPIT 80. 80. 81. 81. 81. 82. 82. | 83. 6( 8( 9( 9( 9( 0{ 5( 4( 129 130 131 131 131 132 132 134 .7) .1) .8) .8) -8) .0) .7) .3) 6.6 6.4 7.8 7.8 7.4 6.7 6.5 6.5 0.036 | 0.033 | 0.077 j 0.077 | 0.059 I 0.049 I 0.044 I 0.043 I V V VII VII VI VI VI VI DETERMINISTIC SITE PARAMETERS Page 2 I ESTIMATED MAX. EARTHQUAKE EVENT ABBREVIATED FAULT NAME ELMORE RANCH SUPERSTITION HILLS (San Jacinto) VERDUGO LAGUNA SALADA HOLLYWOOD LANDERS HELENDALE - S. LOCKHARDT SANTA MONICA LENWOOD-LOCKHART-OLD WOMAN SPRGS BRAWLEY SEISMIC ZONE MALIBU COAST JOHNSON VALLEY (Northern) EMERSON So. - COPPER MTN. SIERRA MADRE (San Fernando) NORTHRIDGE (E. Oak Ridge) *******************************^ t\ffK\J DIS mi 84.3 85.3 85.6 86.7 87.6 88.4 90.3 91.7 94.0 94.0 95.0 96.3 96.9 98.6 99.5 t ****** Aj.ruv.ini TANCE (km) ( 135.6) ( 137.3) ( 137.8) ( 139.6) ( 140.9) ( 142.3) ( 145.4) ( 147.6) ( 151.3) ( 151.3) ( 152.9) ( 154.9) ( 156.0) ( 158.7) ( 160.1) ********! MAXIMUM EARTHQUAKE MAG. (Mw) 6.6 6.6 6.9 7.0 6.4 7.3 7.3 6.6 7.5 6.4 6.7 6.7 7.0 6.7 7.0 t**********1 PEAK SITE ACCEL, g_ 0.035 0.034 0.052 0.042 0.039 0.051 0.050 0.041 0.055 0.027 0.042 0.032 0.037 0.040 0.047 f**********l EST. SITE INTENSITY MOD. MERC. V V VI VI V VI VI V VI V VI V V V VI t*** ****** -END OF SEARCH- 55 FAULTS FOUND WITHIN THE SPECIFIED SEARCH RADIUS. THE ROSE CANYON FAULT IS CLOSEST TO THE SITE. IT IS ABOUT 4.5 MILES (7.2 km) AWAY. LARGEST MAXIMUM-EARTHQUAKE SITE ACCELERATION: 0.7590 g Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 1 of 6 3LEIGHTON CONSULTING, INC. GENERAL EARTHWORK AND GRADING SPECIFICATIONS FOR ROUGH GRADING 1.0 General 1.1 Intent: These General Earthwork and Grading Specifications are for the grading and earthwork shown on the approved grading plan(s) and/or indicated in the geotechnical report(s). These Specifications are a part of the recommendations contained in the geotechnical report(s). In case of conflict, the specific recommendations in the geotechnical report shall supersede these more general Specifications. Observations of the earthwork by the project Geotechnical Consultant during the course of grading may result in new or revised recommendations that could supersede these specifications or the recommendations in the geotechnical report(s). 1.2 The Geotechnical Consultant of Record: Prior to commencement of work, the owner shall employ the Geotechnical Consultant of Record (Geotechnical Consultant). The Geotechnical Consultants shall be responsible for reviewing the approved geotechnical report(s) and accepting the adequacy of the preliminary geotechnical findings, conclusions, and recommendations prior to the commencement of the grading. Prior to commencement of grading, the Geotechnical Consultant shall review the "work s**^ plan" prepared by the Earthwork Contractor (Contractor) and schedule sufficient personnel .J to perform the appropriate level of observation, mapping, and compaction testing. During the grading and earthwork operations, the Geotechnical Consultant shall observe, map, and document the subsurface exposures to verify the geotechnical design assumptions. If the observed conditions are found to be significantly different than the interpreted assumptions during the design phase, the Geotechnical Consultant shall inform the owner, recommend appropriate changes in design to accommodate the observed conditions, and notify the review agency where required. Subsurface areas to be geotechnically observed, mapped, elevations recorded, and/or tested include natural ground after it has been cleared for receiving fill but before fill is placed, bottoms of all "remedial removal" areas, all key bottoms, and benches made on sloping ground to receive fill. The Geotechnical Consultant shall observe the moisture-conditioning and processing of the subgrade and fill materials and perform relative compaction testing of fill to determine the attained level of compaction. The Geotechnical Consultant shall provide the test results to the owner and the Contractor on a routine and frequent basis. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 2 of 6 1.3 The Earthwork Contractor: The Earthwork Contractor (Contractor) shall be qualified, experienced, and knowledgeable in earthwork logistics, preparation and processing of ground to receive fill, moisture-conditioning and processing of fill, and compacting fill. The Contractor shall review and accept the plans, geotechnical report(s), and these Specifications prior to commencement of grading. The Contractor shall be solely responsible for performing the grading in accordance with the plans and specifications. The Contractor shall prepare and submit to the owner and the Geotechnical Consultant a work plan that indicates the sequence of earthwork grading, the number of "spreads" of work and the estimated quantities of daily earthwork contemplated for the site prior to commencement of grading. The Contractor shall inform the owner and the Geotechnical Consultant of changes in work schedules and updates to the work plan at least 24 hours in advance of such changes so that appropriate observations and tests can be planned and accomplished. The Contractor shall not assume that the Geotechnical Consultant is aware of all grading operations. The Contractor shall have the sole responsibility to provide adequate equipment and methods to accomplish the earthwork in accordance with the applicable grading codes and agency ordinances, these Specifications, and the recommendations in the approved geotechnical report(s) and grading plan(s). If, in the opinion of the Geotechnical Consultant, unsatisfactory conditions, such as unsuitable soil, improper moisture condition, inadequate compaction, insufficient buttress key size, adverse weather, etc., are resulting in a quality of work less than required in these specifications, the Geotechnical Consultant shall reject the work and may recommend to the owner that construction be stopped until the conditions are rectified. 2.0 Preparation of Areas to be Filled 2.1 Clearing and Grubbing: Vegetation, such as brush, grass, roots, and other deleterious material shall be sufficiently removed and properly disposed of in a method acceptable to the owner, governing agencies, and the Geotechnical Consultant. The Geotechnical Consultant shall evaluate the extent of these removals depending on specific site conditions. Earth fill material shall not contain more than 1 percent of organic materials (by volume). No fill lift shall contain more than 5 percent of organic matter. Nesting of the organic materials shall not be allowed. If potentially hazardous materials are encountered, the Contractor shall stop work in the affected area, and a hazardous material specialist shall be informed immediately for proper evaluation and handling of these materials prior to continuing to work in that area. As presently defined by the State of California, most refined petroleum products (gasoline, diesel fuel, motor oil, grease, coolant, etc.) have chemical constituents that are considered to be hazardous waste. As such, the indiscriminate dumping or spillage of these fluids onto the ground may constitute a misdemeanor, punishable by fines and/or imprisonment, and shall not be allowed. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 3 of 6 32.2 Processing: Existing ground that has been declared satisfactory for support of fill by the Geotechnical Consultant shall be scarified to a minimum depth of 6 inches. Existing ground that is not satisfactory shall be overexcavated as specified in the following section. Scarification shall continue until soils are broken down and free of large clay lumps or clods and the working surface is reasonably uniform, flat, and free of uneven features that would inhibit uniform compaction. 2.3 Overexcavation: In addition to removals and overexcavations recommended in the approved geotechnical reports) and the grading plan, soft, loose, dry, saturated, spongy, organic-rich, highly fractured or otherwise unsuitable ground shall be overexcavated to competent ground as evaluated by the Geotechnical Consultant during grading. 2.4 Benching: Where fills are to be placed on ground with slopes steeper than 5:1 (horizontal to vertical units), the ground shall be stepped or benched. Please see the Standard Details for a graphic illustration. The lowest bench or key shall be a minimum of 15 feet wide and at least 2 feet deep, into competent material as evaluated by the Geotechnical Consultant. Other benches shall be excavated a minimum height of 4 feet into competent material or as otherwise recommended by the Geotechnical Consultant Fill placed on ground sloping flatter than 5:1 shall also be benched or otherwise overexcavated to provide a flat subgrade for the fill. 2.5 Evaluation/Acceptance of Fill Areas: All areas to receive fill, including removal and processed areas, key bottoms, and benches, shall be observed, mapped, elevations recorded, and/or tested prior to being accepted by the Geotechnical Consultant as suitable to receive fill. The Contractor shall obtain a written acceptance from the Geotechnical Consultant prior to fill placement. A licensed surveyor shall provide the survey control for determining elevations of processed areas, keys, and benches. 3.0 Fill Material 3.1 General: Material to be used as fill shall be essentially free of organic matter and other deleterious substances evaluated and accepted by the Geotechnical Consultant prior to placement. Soils of poor quality, such as those with unacceptable gradation, high expansion potential, or low strength shall be placed in areas acceptable to the Geotechnical Consultant or mixed with other soils to achieve satisfactory fill material. 3.2 Oversize: Oversize material defined as rock, or other irreducible material with a maximum dimension greater than 8 inches, shall not be buried or placed in fill unless location, materials, and placement methods are specifically accepted by the Geotechnical Consultant. Placement operations shall be such that nesting of oversized material does not occur and such that oversize material is completely surrounded by compacted or densified fill. Oversize material shall not be placed within 10 vertical feet of finish grade or within 2 feet of future utilities or underground construction. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 4 of 6 3.3 Import: If importing of fill material is required for grading, proposed import material shall meet the requirements of Section 3.1. The potential import source shall be given to the Geotechnical Consultant at least 48 hours (2 working days) before importing begins so that its suitability can be determined and appropriate tests performed. 4.0 Fill Placement and Compaction 4.1 Fill Layers: Approved fill material shall be placed in areas prepared to receive fill (per Section 3.0) in near-horizontal layers not exceeding 8 inches in loose thickness. The Geotechnical Consultant may accept thicker layers if testing indicates the grading procedures can adequately compact the thicker layers. Each layer shall be spread evenly and mixed thoroughly to attain relative uniformity of material and moisture throughout. 4.2 Fill Moisture Conditioning: Fill soils shall be watered, dried back, blended, and/or mixed, as necessary to attain a relatively uniform moisture content at or slightly over optimum. Maximum density and optimum soil moisture content tests shall be performed in accordance with the American Society of Testing and Materials (ASTM Test Method D1557-91). 4.3 Compaction of Fill: After each layer has been moisture-conditioned, mixed, and evenly spread, it shall be uniformly compacted to not less than 90 percent of maximum dry density (ASTM Test Method D1557-91). Compaction equipment shall be adequately sized and be either specifically designed for soil compaction or of proven reliability to efficiently achieve the specified level of compaction with uniformity. 4.4 Compaction of Fill Slopes: In addition to normal compaction procedures specified above, compaction of slopes shall be accomplished by backrolling of slopes with sheepsfoot rollers at increments of 3 to 4 feet in fill elevation, or by other methods producing satisfactory results acceptable to the Geotechnical Consultant. Upon completion of grading, relative compaction of the fill, out to the slope face, shall be at least 90 percent of maximum density per ASTM Test Method Dl 557-91. 4.5 Compaction Testing: Field tests for moisture content and relative compaction of the fill soils shall be performed by the Geotechnical Consultant Location and frequency of tests shall be at the Consultant's discretion based on field conditions encountered. Compaction test locations will not necessarily be selected on a random basis. Test locations shall be selected to verify adequacy of compaction levels in areas that are judged to be prone to inadequate compaction (such as close to slope faces and at the fill/bedrock benches). 4.6 Frequency of Compaction Testing: Tests shall be taken at intervals not exceeding 2 feet in vertical rise and/or 1,000 cubic yards of compacted fill soils embankment. In addition, as a guideline, at least one test shall be taken on slope faces for each 5,000 square feet of slope face and/or each 10 feet of vertical height of slope. The Contractor shall assure that fill construction is such that the testing schedule can be accomplished by the Geotechnical Consultant. The Contractor shall stop or slow down the earthwork construction if these minimum standards are not met. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 5 of 6 4.7 Compaction Test Locations: The Geotechnical Consultant shall document the approximate elevation and horizontal coordinates of each test location. The Contractor shall coordinate with the project surveyor to assure that sufficient grade stakes are established so that the Geotechnical Consultant can determine the test locations with sufficient accuracy. At a minimum, two grade stakes within a horizontal distance of 100 feet and vertically less than 5 feet apart from potential test locations shall be provided. 5.0 Subdrain Installation Subdrain systems shall be installed in accordance with the approved geotechnical reports), the grading plan, and the Standard Details. The Geotechnical Consultant may recommend additional subdrains and/or changes in subdrain extent, location, grade, or material depending on conditions encountered during grading. All subdrains shall be surveyed by a land surveyor/civil engineer for line and grade after installation and prior to burial. Sufficient time should be allowed by the Contractor for these surveys. 6.0 Excavation Excavations, as well as over-excavation for remedial purposes, shall be evaluated by the Geotechnical Consultant during grading. Remedial removal depths shown on geotechnical plans are estimates only. The actual extent of removal shall be determined by the Geotechnical Consultant based on the field evaluation of exposed conditions during grading. Where fill-over-cut slopes are to be graded, the cut portion of the slope shall be made, evaluated, and accepted by the Geotechnical Consultant prior to placement of materials for construction of the fill portion of the slope, unless otherwise recommended by the Geotechnical Consultant. 3030.1094 Leighton Consulting, Inc. GENERAL EARTHWORK AND GRADING SPECIFICATIONS Page 6 of 6 7.0 Trench Backfills 7.1 The Contractor shall follow all OHSA and Cal/OSHA requirements for safety of trench excavations. 7.2 All bedding and backfill of utility trenches shall be done in accordance with the applicable provisions of Standard Specifications of Public Works Construction. Bedding material shall have a Sand Equivalent greater than 30 (SE>30). The bedding shall be placed to 1 foot over the top of the conduit and densified by jetting. Backfill shall be placed and densified to a minimum of 90 percent of maximum from 1 foot above the top of the conduit to the surface. 7.3 The jetting of the bedding around the conduits shall be observed by the Geotechnical Consultant. 7.4 The Geotechnical Consultant shall test the trench backfill for relative compaction. At least one test should be made for every 300 feet of trench and 2 feet of fill. 7.5 Lift thickness of trench backfill shall not exceed those allowed in the Standard Specifications of Public Works Construction unless the Contractor can demonstrate to the Geotechnical Consultant that the fill lift can be compacted to the minimum relative compaction by his alternative equipment and method. 3030.1094 FILL SLOPE PROJECTED PLANE 1 TO 1 MAXIMUM FROM TOE OF SLOPE TO APPROVED GROUND o GROUND BENCH HEIGHT (4' TYPICAL) REMOVE UNSUITABLE MATERIAL 2' MIN.—I KEY DEPTH LOWEST BENCH (KEY) FILL-OVER-CUT SLOPE EXISTING GROUND SURFACE BENCH HEIGHT (4' TYPICAL) REMOVE UNSUITABLE MATERIAL CUT-OVER-F1LL SLOPE -CUT FACE SHALL BE CONSTRUCTED PRIOR TO FILL PLACEMENT TO ASSURE ADEQUATE GEOLOGIC CONDITIONS EXISTING GROUND SURFACE ^^xjgjvg OVERBUILD AND TRIM BACK PROJECTED PLANE 1 TO 1 MAXIMUM FROM TOE OF SLOPE TO APPROVED GROUND 2' MIN. KEY DEPTH UT FACE SHALL BE CONSTRUCTED PRIOR TO FILL PLACEMENT REMOVE UNSUITABLE MATERIAL BENCH HEIGHT (4' TYPICAL) FOR SUBDRAINS SEE STANDARD DETAIL C LOWEST BENCH (KEY) BENCHING SHALL BE DONE WHEN SLOPE'S ANGLE IS EQUAL TO OR GREATER THAN 5:1. MINIMUM BENCH HEIGHT SHALL BE 4 FEET AND MINIMUM FILL WIDTH SHALL BE 9 FEET. KEYING AND BENCHING GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS A INISH GRADE SLOPE FACE * OVERSIZE ROCK IS LARGER THAN 8 INCHES IN LARGEST DIMENSION. * EXCAVATE A TRENCH IN THE COMPACTED FILL DEEP ENOUGH TO BURY ALL THE ROCK. • BACKFILL WITH GRANULAR SOIL JETTED OR FLOODED IN PLACE TO FILL ALL THE , VOIDS. • DO NOT BURY ROCK WITHIN 10 FEET OF FINISH GRADE. « WINDROW OF BURIED ROCK SHALL BE PARALLEL TO THE FINISHED SLOPE. GRANULAR MATERIAL TO BE'DENSIFIED IN PLACE BYFLOODING OR JETTING. DETAIL — ^"JETTED OR FLOODED — — GRANULAR MATERIAL TYPICAL PROFILE ALONG WINDROW OVERSIZE ROCK DISPOSAL GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS B EXISTING GROUND SURFACE BENCHING REMOVE UNSUITABLE MATERIAL BDRAIN TRENCH SEE DETAIL BELOW CALTRANS CLASS 2 PERMEABLE ^. OR #2 ROCK (9FT~3/FT) WRAPPED IN FILTER FABRIC FILTER FABRIC (MIRAFI 140N OR APPROVED EQUIVALENT)' 6* MIN. COVER MIN. BEDDING T~ COLLECTOR PIPE SHALL BE MINIMUM 6" DIAMETER SCHEDULE 40 PVC PERFORATED PIPE. SEE STANDARD DETAIL D FOR PIPE SPECIFICATIONS SUBDRAIN DETAIL DESIGN FINISH GRADE NONPERFORATED 6"0 MIN. PERFORATED 6" 0MIN. PIPE LTER FABRIC (MIRAFI 140N OR APPROVED EQUIVALENT) CALTRANS CLASS 2 PERMEABLE OR |2 ROCK (9FT"3/FT) WRAPPED IN FILTER FABRIC DETAIL OF CANYON SUBDRAIN OUTLET CANYON SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS C 15' MINI. OUTLET PIPES 4" 0 NONPERFORATED PIPE. 100' MAX. O.C. HORIZONTALLY. 30' MAX O.C. VERTICALLY BACK CUT 1:1 OR FLATTER £ SUBDRAIN TRENCH DETAIL LOWEST SUBDRAIN SHOULD BE SITUATED AS LOW AS POSSIBLE TO ALLOW SUITABLE OUTLET -KEY DEPTH (2' MIN.) KEY WIDTH AS NOTED ON GRADING PLANS (15' MIN.)12" MIN. OVERLAP — FROM THE TOP HOG RING TIED EVERY 6 FEET CALTRANS CLASS PERMEABLE OR #2 ROCK (3 rT3/FT) WRAPPED IN FILTER FABRIC \~NO \ OU c: 4-0 NON-PERFORATED OUTLET PIPE PROVIDE POSITIVE SEAL AT THE JOINT T-CONNECTION FOR COLLECTOR PIPE TO OUTLET PIPE PERFORATED PIPE FILTER FABRIC ENVELOPE (MIRAFI 140 OR APPROVED EQUIVALENT) 4 MIN. BEDDING SUBDRAIN TRENCH DETAIL SUBDRAIN INSTALLATION - subdroin collector pipe shod be installed with perforation down or. unless otherwise designated by the geotechnical consultant. Outlet pipes shall be non—perforated pipe. The subdroin pipe shall have at least 8 perforations uniformly spaced per foot. Perforation shall be 1/4" to 1/2 if drill holes ore used. All subdroin pipes shall hove a gradient of at least 27, towards the outlet. SUBDRAIN PIPE - Subdrain pipe shall be ASTM D2751. SDR 23.5 or ASTM D1527. Schedule 40, or ASTM D3034, SDR 23.5. Schedule 40 Pol/vinyl Chloride Plastic (PVC) pipe. All outlet pipe shall be placed in a trench no wide than twice the subdrain pipe. Pipe sholl be in soil of SE >/=30 jetted or flooded in place except for the outside 5 feet which sholl be native soil backfill. BUTTRESS OR REPLACEMENT FILL SUBDRAINS GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS D SOIL BACKFILL, COMPACTED TO 90 PERCENT RELATIVE COMPACTION BASED ON ASTM D1557 RETAINING WALL WALL WATERPROOFING PER ARCHITECT'S SPECIFICATIONS WALL FOOTING FILTER FABRIC ENVELOPE MIRAFI 140N OR APPROVED QUIVALENT)" /4" TO 1-1/2" CLEAN GRAVEL 4" (MIN.) DIAMETER PERFORATED PVC PIPE (SCHEDULE 40 OR EQUIVALENT) WITH PERFORATIONS ORIENTED DOWN AS DEPICTED MINIMUM 1 PERCENT GRADIENT TO SUITABLE OUTLET " MIN. COMPETENT BEDROCK OR MATERIAL AS EVALUATED BY THE GEOTECHNICAL CONSULTANT NOTE: UPON REVIEW BY THE GEOTECHNICAL CONSULTANT. COMPOSITE DRAINAGE PRODUCTS SUCH AS MIRADRAIN OR J-DRAIN MAY BE USED AS AN ALTERNATIVE TO GRAVEL OR CLASS 2 PERMEABLE MATERIAL INSTALLATION SHOULD BE PERFORMED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. RETAINING WALL DRAINAGE DETAIL GENERAL EARTHWORK AND GRADING SPECIFICATIONS STANDARD DETAILS E