Loading...
HomeMy WebLinkAboutTelacu Construction Management; 2006-07-26; PWS06-22ENG Part 1 of 3RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DQC# 2009-0072864 FEB13, 2009 3:15 PM 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: 2051123700 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 October 24, 2008. 6. The name of the contractor for such work or improvement is Telacu Construction Management, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project Nos. 3771 & 4001, City Library Learning Center. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD Robert T. Johnson, Jr. City Engineer VfT-TTTJ 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 onV^P^&u^tt- id 2009 . accepted the above described work as completed and ordered that a Notice°of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed orcv-V*e^A^//g>txx//, 20^)9 . at Carlsbad, California. CITY OF CARLSBAD AB 19,715 RESO 2009-030 RR/)NE CityoWrk tO~ (I Ut/ Word\Masters\Forms\Notice of Completion (City)3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR CITY LIBRARY LEARNING CENTER CONTRACT NO. 3771 AND 4001 BID NO. PWS06-22ENG Revised 10/08/03 Contract No. 377land 4001 Page 1 of 99 Pages TABLE OF CONTENTS Item Notice Inviting Bids • 10 Contractor's Proposal 14 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 Financial Responsibility 24 Bidder's Statement Of Technical Ability And Experience 25 Bidder's Certificate Of Insurance For General Liability, Employers' Liability, Automotive Liability And Workers' Compensation 26 Bidder's Statement Of Re Debarment 27 Bidder's Disclosure Of Discipline Record 28 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid 30 Contract Public Works 31 Labor And Materials Bond 37 Faithful Performance/Warranty Bond 39 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention 41 Revised 10/08/03 Contract No. 3771 and 4001 Page 2 of 99 Pages SUPPLEMENTAL PROVISIONS Parti General Provisions Section 1 Terms, Definitions Abbreviations And Symbols 1-1 Terms 44 1-2 Definitions • 44 1-3 Abbreviations 45 Section 2 Scope And Control Of The Work 2-3 Subcontracts • 46 2-4 Contract Bonds 46 2-5 Plans And Specifications 47 2-9 Surveying 48 2-10 Authority of Board And Engineer 52 Section 3 Changes In Work 3-2 Changes Initiated by the Agency 53 3-3 Extra Work . 53 3-4 Changed Conditions 53 3-5 Disputed Work 54 Section 4 Control Of Materials 4-1 Materials And Workmanship 57 4-2 Materials Transportation, Handling and Storage 57 Section 5 Utilities 5-1 Location 58 5-4 Relocation 58 5-6 Cooperation 58 Section 6 Prosecution, Progress And Acceptance Of The Work 6-1 Construction Schedule And Commencement Of Work 59 6-2 Prosecution Of Work 64 6-6 Delays And Extensions Of Time 64 6-7 Time of Completion 65 6-8 Completion And Acceptance 65 6-9 Liquidated Damages 65 Section 7 Responsibilities Of The Contractor 7-3 Liability Insurance 66 7-4 Workers' Compensation Insurance 66 7-5 Permits 66 7-7 Cooperation and Collateral Work 66 7-8 Project Site Maintenance 67 7-10 Public Convenience And Safety 68 7-13 Laws To Be Observed 72 Section 9 Measurement and Payment 9-1 Measurement Of Quantities For Unit Price Work 72 9-3 Payment 72 Part 2 Construction Materials Revised 10/08/03 Contract No. 3771 and 4001 Page 3 of 99 Pages Section 203 Bituminous Materials 203-6 Asphalt Concrete • 75 203-11 Asphalt Pavement Crack Sealants 76 Section 204 Lumber And Treatment With Preservatives 204-1 Lumber And Plywood 78 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 78 206-8 Light Gage Steel Tubing And Connectors 80 Section 207 Pipe 207-25 Underground Utility Marking Tape 82 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing And Grubbing 84 300-3 Structure Excavation And Backfill 84 300-5 Borrow Excavation 85 300-9 Geotextiles For Erosion Control And Water Pollution Control 85 300-13 Stormwater Pollution Prevention Plan 86 Section 301 Treated Soil, Subgrade Preparation And Placement Of Base Materials 301-1 Subgrade Preparation 89 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement 89 302-11 Asphalt Pavement Repairs And Remediation 90 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 91 306-5 Abandonment Of Conduits And Structures 94 Section 310 Painting 310-5 Painting Various Surfaces 94 310-7 Permanent Signing 95 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers 96 313-2 Temporary Traffic Signing 97 313-3 Temporary Railing (Type K) And Crash Cushions 97 313-4 Measurement And Payment 98 TECHNICAL SPECIFICATIONS Division Section Title DIVISION 01 GENERAL REQUIREMENTS 01100 Summary 01510 Temporary Utilities 01575 Temporary Erosion and Sedimentation Control Revised 10/08/03 Contract No. 3771 and 4001 Page 4 of 99 Pages Division Section Title DIVISION 02 SITE CONSTRUCTION 02200 02225 02230 02310 02315 02316 02317 02510 02535 02540 02551 02620 02721 02741 02751 02810 02843 02930 DIVISION 03 CONCRETE 03100 03300 03540 DIVISION 04 MASONRY 04810 04812 DIVISION 05 METALS 05120 05500 05510 05511 05520 Site Preparation Demolition Site Clearing Grading EXCAVATION Fill and Backfill Trenching for Site Utilities Water Distribution Sanitary Sewer Piping Resilient Surfacing Site Gas Distribution Subdrainage Aggregate Base Course Bituminous Concrete Paving Portland Cement Concrete Paving Irrigation System Parking Bumpers Exterior Plants Concrete Forms and Accessories Cast-in-Place Concrete Precast Concrete Specialities Unit Masonry Assemblies Glass Unit Masonry Structural Steel Metal Fabrications Metal Stairs Aluminum Ladders Handrails and Railings Revised 10/08/03 Contract No. 3771 and 4001 Page 5 of 99 Pages Division Section Title DIVISION 06 WOOD AND PLASTICS 06100 Rough Carpentry 06150 Wood Decking 06162 Acoustical Flooring System 06171 Wood Chord Metal Joists 06176 Wood l-Joists 06200 Finish Carpentry 06410 Custom Cabinets 06605 Fiberglass Reinforced Plastic Panels DIVISION 07 THERMAL AND MOISTURE PROTECTION 07130 Sheet Waterproofing 07140 Fluid-Applied Waterproofing 07190 Water Repellents 07212 Batt Insulation 07261 Weather Resistant Membranes 07513 Cold Process Built-Up Asphalt Roofing 07540 Thermoplastic Membrane Roofing 07620 Sheet Metal Flashing and Trim 07900 Joint Sealers DIVISION 08 DOORS AND WINDOWS 08110 Steel Doors and Frames 08162 Aluminum Sliding Doors 08211 Flush Wood Doors 08305 Sliding Glass Doors 08305 Lift-Sliding and Sliding-Folding Glass Doors 08310 Access Doors and Panels 08410 Metal-Framed Storefronts 08520 Aluminum Windows 08710 Door Hardware 08800 Glazing 08830 Mirrors DIVISION 09 FINISHES 09260 Gypsum Board Assemblies Revised 10/08/03 Contract No. 3771 and 4001 Page 6 of 99 Pages Division Section Title 09300 Tile 09383 Slate Tile 09511 Suspended Acoustical Ceilings 09615 Water Vapor Control and Floor Sealer 09650 Resilient Flooring 09685 Carpet Tile 09900 Paints and Coatings DIVISION 10 SPECIALTIES 10100 Visual Display Boards 10121 Tackable Wall Systems 10160 Metal Toilet Compartments 10210 Wall Louvers 10440 Interior Signage 10500 Lockers 10523 Fire Extinguishers, Cabinets and Accessories 10800 Toilet, Bath, and Laundry Accessories DIVISION 11 - EQUIPMENT 11050 Library Bookstacks 11055 Library Book Security System 11131 Projection Screens DIVISION 12 - FURNISHINGS 12485 Foot Grilles, Mats, and Frames DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVEYING SYSTEMS 14201 Passenger Elevators 14282 Passenger Elevator Control Systems DIVISION 15 - MECHANICAL 15010 Basic Mechanical Requirements 15250 Insulation 5400 Plumbing 5492 Fuel Gas Piping 15890 Ductwork and Accessories 15990 Balancing Air and Water Systems DIVISION 16 - ELECTRICAL Revised 10/08/03 Contract No. 3771 and 4001 Page 7 of 99 Pages Division Section Title 16010 Electrical General Requirements 16100 Basic Electrical Materials and Methods 16110 Raceways 16120 Conductors 16400 Service and Distribution 16500 Lighting 16740 Telephone System 16821 Public Address and Music Equipment APPENDIX Appendix A - RESIDENT NOTIFICATION EXAMPLE Appendix B - LEARNING CENTER CONDITIONAL USE PERMIT Appendix C - PRELIMINARY GEOTECHNICAL EVALUATION UPDATE Appendix D - PARTIAL/PRELIMINARY ASBESTOS SURVEY (for house demolition) Appendix E- MISCELLANEOUS STANDARD DRAWINGS Carlsbad Engineering Standard Drawings Sewer Lateral S-7 2" Water Service Connection W4 Outlets on A.C. or P.V.C. Main W8 2 Inch and Under Backflow Installation W20 Zinc Anode and Connectors W25 San Diego County Regional Standard Drawings Masonry Retaining Wall C-1 Curb Outlet - Type A D-25 Curbs and Gutter - Separate G-1 END OF TABLE OF CONTENTS Revised 10/08/03 Contract No. 3771 and 4001 Page 8 of 99 Pages INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDER LIST: PHONE (760) 602-4677 B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS: William (Bill) Plummer PHONE (760) 602-2768 Revised 10/08/03 Contract No. 3771 and 4001 Page 9 of 99 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 2:00 PM on March 22, 2006, 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: Demolition of an existing house, remodeling an existing single story building, constructing a second story addition to the existing single story building, coordination to install a modular building, and related site work and utilities. CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction, 2003 Edition, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association, as amended by the supplemental provisions sections of this contract, and the Technical Specifications. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. Revised 10/08/03 Contract No. 3771 and 4001 Page 10 of 99 Pages The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder's Statement of Financial Responsibility 7. Bidder's Statement of Technical Ability and Experience 8. Acknowledgement of Addendum(a) 9. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 10. Bidder' s Statement Re Debarment 11.Bidder's Disclosure Of Discipline Record 12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $2,293,000. 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: Class A - General Engineering. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $90.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, Revised 10/08/03 Contract No. 3771and 4001 Page 11 of 99 Pages 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will be held at 10:00 AM on February 23, 2006, 3368 Eureka Place, Carlsbad. 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. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Revised 10/08/03 Contract No. 3771 and 4001 Page 12 of 99 Pages Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' 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. 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. 2006-032, adopted on the 7th day of February 2006. February 9. 2006 Date I^AR^N R. ^UJNQj/, As£$tant City Clerk Publish Date: February 14, 2006 Revised 10/08/03 Contract No. 377land 4001 Page 13 of 99 Pages \ CITY LIBRARY LEARNING CENTER 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, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3771 and 4001 in accordance with the Plans, Specifications, Supplemental Provisions, Technical Specifications, and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: CITY LIBRARY LEARNING CENTER CONSTRUCTION Item No. Description 1 Construction Schedule at a stipulated lump sum of Ten Thousand Dollars (Stipulated Amount: Do not change) City Library Learning Center guu-J Approximate Quantity and Unit LS Unit Price $10,000 Total $10,000 LS Dollars (Lump Sum) All other work required for completion of the project excluding those work items included in Bid Items 1 . Total amount of bid in words:#**v* Total amount of bid in numbers: S Price(s) given above are firm for 90 days after date of bid opening. ^ ctont* ft«rrcD3 Addendum(a) No(s). \ [2-^5 ? ^has/have been received and is/are included in this proposal. Addendum No. 2 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 _ classification £» _ which expires on \£>| 5l|^T| . 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 § 7028.1 5(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. 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 _ \ o% gaQfeoub _ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1 , Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Addendum No. 2 License Detail Page 1 of2 California Home Thursday, March 30 2006 License Detail Contractor License # 741851 CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: . CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. . Per B&P 7071.17. only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 03/30/2006 * * * Business Information * * * TELACU CONSTRUCTION MANAGEMENT INC 5400 EAST OLYMPIC BOULEVARD SUITE 300 LOS ANGELES, CA 90022 Business Phone Number: (323) 721-1655 Entity: Corporation Issue Date: 10/28/1997 Expire Date: 10/31/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * (Class IB Description * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 158799804 in the amount of $10,000 with the bonding company CONTINENTAL CASUALTY COMPANY. Effective Date: 01/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(I): This license filed Bond of Qualifying Individual number 158799818 for JOHN CARRELL CLEM in the amount of $7,500 with the bonding company CONTINENTAL CASUALTY COMPANY. Effective Date: 09/17/1997 * * * Workers Compensation Information * * * http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 03/30/2006 License Detail Page 2 of 2 This license has workers compensation insurance with the COMMERCE AND INDUSTRY INSURANCE COMPANY -1553-7 -~ Policy Number: WC3420814 Effective Date: 12/01/2005 Expire Date: 12/01/2006 Workers Compensation History * * * Miscellaneous Information * * * Date | Description Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses License Number Contractor Name Personnel Name Request Request Request Sa.esp«*,nR«,u«. """* © 2006 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 03/30/2006 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted K) / A, (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted JJ /> (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail Addendum No. 2 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted VE LA>g_o< C.OAJSTR.O£J1o4. (2) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business A\A- W . (Street and Number) City and State _ (5) Zip Code ^ZT1o\ Telephone No. 1|vv| (6) E-Mail ^^JleM f "TE.LA<iu NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Addendum No. 2 CITY OF CARLSBAD CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER 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, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3771 and 4001 in accordance with the Plans, Specifications, Supplemental Provisions, Technical Specifications, and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: CITY LIBRARY LEARNING CENTER CONSTRUCTION Approximate Item Quantity Unit No. Description and Unit Price Total 1 Mobilization, demobilization, LS $ $ and preparatory work Not to Exceed 3% of total bid amount Dollars (Lump Sum) Allowable costs shall be limited to bonds, insurance, temporary facilities and office at the site, relocation of personnel and equipment, and initial project management efforts, demobilization and site cleanup and further shall not exceed three (3) percent of the total amount of the bid. 2 Construction Schedule at a LS $10,000 $10,000 stipulated lump sum of Ten Thousand Dollars (Stipulated Amount: Do not change) Revised 10/08/03 Contract No. 3771 and 4001 Page 14 of 99 Pages Approximate Item Quantity Unit No. Description and Unit Price Total 3 City Library Learning Center LS $ $ Dollars (Lump Sum) All other work required for completion of the project excluding those work items included in Bid Items 1 and 2. Total amount of bid in words: Total amount of bid in numbers: $_ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number , classification which expires on , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered 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. Public Contract Code § 20104. 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 (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 Revised 10/08/03 Contract No. 3771 and 4001 Page 15 of 99 Pages employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail Revised 10/08/03 Contract No. 3771 and 4001 Page 16 of 99 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (2). (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State (5) Zip Code Telephone No. (6) E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Revised 10/08/03 Contract No. 3771 and 4001 Page 17 of 99 Pages BID SECURITY FORM (Check to Accompany Bid) CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER (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 10/08/03 Contract No. 3771 and 4001 Page 18 of 99 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER KNOW ALL PERSONS BY THESE PRESENTS: That We TELACU Construction Management ( 35 Principal, 8IKI Safeco Insurance Company of America as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount aft follows: (must be at least ten percent (10%) of the bid amount) Ten Percent of the Bid Amount for which paymant, well and truly made, we bind ourselves, our hairs, executors and administrators, successor* or assigns. Jointly and severally, firmly by thesa presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for. CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER in the City of Carlsbad, IB accepted by-the City Council, and if the Principal «hall duly vnter 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 CMy of Cartobed, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full farce and effect, and the amount specified herein shall be forfeited to the said City. Revised 10/08/03 Contract No. 377land 4001 Page 19 of 99 In the event Principal executed Into bond as an individual, it fa agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this. PRINCIPAL: TELACU Construction Management .day of._,20_ (print name rare) TIM (print name here) (title and organization of signatory) Executed by SURETY this 24th Of March 20 SURETY: Safeco Insurance Company of America (Title and Organization of Signatory! <ffen¥n*L V-J^Hwil^eu^ (printed name of Attamay-in-Fact) .day (name of Surety) 330 N. Brand Blvd., 10th Floor, Glendale, CA 91203 (address of Surety) 818 956-4258 (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 muat attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM; RONALD R. BALL City Attorney Deputy Cfty Attorney Revised 10/08/03 Contract No. 3771 and 4001 P»«ge 20 of 99 Pages CALIFORNIA ALt-HJRPOSE ACKNOWLEDGMENT State of California County of Los Angeles MAR 2 4 2006 On before me, Clarice Lee. Notary Public, personally appeared Lisa L. Thornton personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. r~~sCLARICE LEE COMM. #1489447 NOTARY :JUSLiC - CALIFORNIA yj -7 LOS ANGELES COUNTY -» 031106 1.61 My Comm. Expires June 11,2008 *jkj*ju*ji<pz?f&v*z>*y*3>L*»*j\^i*** SAFECO POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 9581 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint +*»t««**t*tt»»tt«***»*t****t****t«t*tn*«*ttt«**tt***t**»tt***»t*L|g/)l L THORNTON' Los Angeles California**************************************************** its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 1st day of February , 2000 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instalment making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, lhat the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this day of R.A. PIERSON, SECRETARY S-0974/SAEF 7/98 ® Registered trademark of SAFECO Corporation. 2/1/00 PDF Company Profile Page 1 of 2 Company Profile SAFECO INSURANCE COMPANY OF AMERICA SAFECO PLAZA SEATTLE, WA 98185-0001 800-332-3226 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 11-02-1953 Agent for Service of Process DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 24740 NAIC Group #: 0163 California Company ID #: 1442-3 Date authorized in California: October 07, 1953 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: WASHINGTON Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossa AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information http://cdinswww.insurance.ca.gov/pls/wu_co_lines/idb_co_prof_utl.get_co... 03/30/2006 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT xreeeoasgegiSgeeei^^ | ncn State of California County of ss. 7.On Date personally appeared before me Name and Titte of Officer (e.g., 'Jane Doe. Notary f . J4V CHHM. A. CONNOUY Notofy PubHc Orong* County My Comm. Exptt«t Nov 4. 2009 Name(s) of Signers) D personally known to me D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:.. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 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: ?II e 1999 Nation* Notary AnocMon • 8350 D* Sato Aw.. P.O. Box 2«2 -CtnOworti. CA81313-24O2 • www.nmaralnaMy.ai Prod. No. 5907 RESOLUTION TELACU Construction Management 5400 E Olympic Blvd • Suite 300 Los Angeles • CA 90022 T 323.721.1655 F 123.721.3560 www.TELACU.com RESOLVED, that this corporation TELACU Construction Management, Incorporated, authorize John Clem, President and Jay Bell, Senior Vice President to execute all contracts, agreements and any documents necessary to complete any and all transactions associated with the City of Carlsbad relating to the following project: City Library Learning Center, Bid No. PWS06-22ENG, Project No. 3771 &4001. ^- %-~ -v July 12, 2006 » "*' *"• • f - ^ ™ '-^^ ••> * ~ - Michaal D. Lizarraga ' Chief Financial Officer and Secretary GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC ("Greenbook") and in the Supplemental Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in section 1-2 of the Supplemental Provisions especially "Own Organization." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 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. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. Revised 10/08/03 Contract No. 3771 and 4001 Page 21 of 99 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 10/08/03 Contract No. 3771 and 4001 Page 22 of 99 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work* S iTE M :fet£ttfc£S39si: Subcontractor Name and Location of Business " CA Amount of Work by Subcontractor in Dollars* Subcontractor's License No.* I Page I of 2- 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 10/08/03 Contract No. 3771 and 4001 Page 23 of 99 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BIO ITEMS Portion of Work*Subcontractor Name and Location of Business Amount of Work by Subcontractor in Dollars* , PA CA ft, &=& Ul.ftoi) Subcontractor's License No.* Page "2- 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 10/08/03 Contract No. 3771 and 4001 Paae 23 of 99 Paaes BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. Revised 10/08/03 Contract No. 3771 and 4001 Page 24 of 99 Pages To whom it may concern, Re: TELACU Construction Management, Inc. Financial Statements Enclosed is a preliminary copy of the TELACU Construction Management, Inc. (TCM) balance sheet and income statement for the period ended December 31, 2004. Ernst & Young, TCM's independent accountants, is currently examining TCM's financial statements for the period ended December 31, 2004 and will issue the independent accountants' review report upon completion of their work. FINANCIAL INFORMATION COMPLETE THIS CERTIFICATE FOR A REVIEW OF FINANCIAL STATEMENT: STATE OF: We have examined the Financial Statement of as of 05- Our examination was made in accordance with generally accepted auditing standards, and accordingly included such test of the accounting records and such other auditing procedures as we considered necessary in the circumstances. In our opinion, the accompanying financial statement included on pages condition of~fe\ O.C.U. LfiVt^l^Ucni^ V\*>tK as of to inclusive, sets forth fairly the financial , in conformity with generally accepted accounting principles. Type Name of Accounting Firm Accountant's Signature Telephone No.License No. Special note to Accountant: Any individual who is in the regular employ of the individual, partnership or corporation submitting the statement shall not make the above Certificates of Accountant; nor by any individual who is a member of the firm with more than a ten percent financial interest. PreQual Form GC 2005 Page 17 of 21 TELACU Construction Management, Inc. Preliminary Balance Sheet (Unaudited) December 31,2004 Assets Current assets: Cash Contract receivables, net Earned revenues in excess of billings Total current assets Property and equipment, at cost Less: accumulated depreciation Investment in joint venture Other assets Total assets $ 821,266 1,520,819 332,891 2,674,976 205,299 (136,457) 68,842 62,963 3,480 $ 2,810,261 Liabilities and stockholders' equity (deficit) Current liabilities: Accounts payable Accrued liabilities Billings in excess of earned revenue Total current liabilities Note payable Payables to affiliated entities, net Total liabilities Stockholders' equity (deficit): Common stock, no par value, 10,000,000 shares authorized, 10,000 shares issued and outstanding Deficit Total liabilities and stockholders' equity (deficit) $ 1,202,441 570,735 410,167 2,183,343 30,721 1,286,116 3,500,180 10,000 (699,919) (689,919) $ 2,810,261 TELACU Construction Management, Inc. Preliminary Statement of Operations (Unaudited) For the period ended December 31, 2004 Revenues: Construction management services Construction services Income from joint venture Other revenues Total revenues Expenses: Contract costs Personnel Insurance Other general and administrative expenses Vehicle costs Professional fees Communications Office equipment and supplies Depreciation Office rent Total operating expenses Net Operating Income Other Expenses/(Income): Management fees from parent company Management fees to affiliated entities Net Income $ 5,134,270 4,061,561 70,538 1,140 $ 9,267,509 $ 6,975,865 1,497,115 172,249 261,860 58,111 56,958 57,764 46,669 14,867 27,701 $ 9,169,159 $ 98,350" $ $ 210,000 (349,908) $ 238,258 TELACU Construction Management, Inc. Statement of Stockholders' Equity (Deficit) (Unaudited) Year ended December 31, 2004 Retained Shares Amount Earnings (Deficit) Total Balance, beginning of year 10,000 $ 10,000 $ (938,177) $ (928,177) Net income - - 238,258 238,258 Balance, end of year 10.000 $ 10.000 $ (699.9191 $ (689.919) See independent accountants' review report and accompanying notes. BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount - of Contract OS.D 3,200,000 Revised 10/08/03 Contract No. 3771 and 4001 Page 25 of 99 Pages CONTRACTOR'S PREQUALIFICATION STATEMENT NEWPORT MESA UNIFIED SCHOOL DISTRICT MEASURE A MODERNIZATION PROGRAM LICENSE >Contractor: (as name appears on license) Check one: Mr** Corporation Q Partnership L) Sole Proprietorship L_l Joint Venture Address: Hi4" V4fcS City, State, Zip: 'SonVcx -/\V\(X , CK Phone Number: yJ^Hj^H \~ 9*3 ^ LI Fax License Number(s): \Mr\ o5" V License Class: d Expiration Date: Tax ID Number: Date Business Formed: Date Incorporated: -yi Corporate Officers - Partners - Proprietor - Owners - Key Personnel: Name DoVxr-v C-\€.nrvr!ctwB*4\i ^ Position P»~eWi dfc^vVV*^z_\;p Years with Firm |0 I %of Ownership ' Social Security Number 1. If a corporation, under the laws of what state was the corporation organized? PreQual Form GC 2005 Page 5 of 21 2. In what type of construction projects doyou specialize?doy te. 3. What construction work/trade categories do you propose to perform on the project with your own labor forces? 4. Has there been any recent change (last four years) in control of company? NO If yes, explain on separate signed page. 5. Has the firm's contractor license ever been suspended or revoked by the State of California Contractors State License Board? NO _ If yes, explain on separate signed page. 6. Have officers or principals of firm ever had their contractor's license suspended or revoked by the State of California while doing business under any other company name? f^Q If yes, explain on separate signed page. 7. What was the largest amount of work completed in one year (within the last seven-year period)? Dollar Amount Number of Jobs Year Largest Job 40 . CMC, 8. List annual gross income for last three years: Year QpO^ $ *? ,^^7, OOP Year 2OO3 S U. Sin ,000 Year 9. How many employees are currently employed full time by your company? 10. What was your company's Experience Modification Rating (EMR) for the following years: 2002: 101 '/• 2003: iZf*/* 2004: 11. What was your company's OSHA Incident Rate (Formula: Number of OSHA recordable injuries times 200,000 divided by the number of man-hours worked) for the following years: 2002: CX 2003: (SI 2004: PreQual Form GC 2005 Page 6 of 21 INSURANCE Do you currently have a minimum of $2,000,000 Combined Comprehensive Single Limit Liability Insurance? xJ(LS _ (Please provide a Certificate of Insurance as verification.) Amount of Insurance sl^OO.CQO^Z^Cp^, GOG Insurance Company 7\XlS Sp-eci O\-K{ ^XjfVSuina/Vlje. C a • Address City, State, Zip -fcxSO * *AT> Phone Contact Person How long have you been with this insurance company? _ (if under seven years, please list prior insurance company(s) in \(ie space below or on additional pages if needed.) Insurance Company 3?T(2.CLgyKA.^T\~ ._Qy>\<>un~Q-»"i£jg C<svwrxxy\>^v- Address City, State, Zip Phone Number Contact Person How long have you been with this insurance company?IP.£C Insurance Company 7\^J6 Address City, State, Zip Phone Number Contact Person How long have you been with this insurance company? Has your firm been cited for violations of OSHA Standards and Requirements within the past five years? fvQ _ If yes, explain on separate signed page. PreQual Form GC 2005 Page 7 of 21 SURETY INFORMATION Provide a statement listing names of all surety companies, not agencies, utilized by prospective bidder since January 1,1999. State whether the surety has been required or requested to complete any part of bidder's work since January 1,1999. Please provide an unqualified certification of bondabttity for this project from current surety company. SURETY COMPANY & CONTACT PERSON AbW ADDRESSAND PHONE NUMBER LARGEST BOND 3-5'«^". [ PERIOD COVERED 3v^ 1) Since January 1,1999, has your company, any owner, or affiliated company ever: (a) Been unable to obtain a bond or been denied a bond for a contract? ^ w (b) Defaulted on a contract forcing a Surety to suffer a loss? JN*£ (c) Failed to complete a contract? ^C Please explain on a separate page, with dates of occurrences, any affirmative answer to the above questions: 2) For how many projects is your company currently bonded? 1 3) For what total aggregate contract value is your company currently bonded? t?.G o ; PreQual Form GC 2005 Page 8 of21 PERFORMANCE A. What size projects can your company undertake? Single Job $3,000, OOP Annual Aggregate Volume: B. Has your company ever failed to complete a contract within the authorized contract time under the California contractor's license(s) indicated in this prequaliflcation application? rvQ C. Has your company been assessed liquidated or other damages for any project under the California contractor's license(s) indicated in this prequaliflcation application? N^D _ D. Has your company, an affiliated company, or any owner ever declared bankruptcy? Been in receivership? E. Have contracting firms (outside of the firm proposing to bid this project) which employed you or any of your principals (i.e., Company Officers or Equity Partners) been assessed liquidated or other damages for any project since January 1, 1999? NO F. Have there been any prevailing wage violations or allegations as determined by the State of California Department of Industrial Relations within the last five years? pJ£> If yes, explain on separate signed page. (See Section II for disqualification criteria) G. Has your firm been assessed any penalties for violation of Federal or State labor laws and/or regulations within the past five years? N£ If yes, explain on separate signed page, (See Section II for disqualification criteria) H. Are there any outstanding liens/stop notices for labor and/or material filed against your company on any contracts which have been completed or are being completed by your company? iMC> Ifves, list on separate signed page. I. Have there been any suits, liens, or surety claims against you or your company, since January 1, 1999, for non-payment of sums due subcontractors for work completed? f^O J. Have you or your organization, or any officer or partner thereof, failed to complete a contract for a public agency? N/Q _ If yes, list on separate signed page. K. Has your company ever been the subject of any inquiry by any public agency as to whether your company is a non-responsible bidder or non-responsible contractor? A/" _ If yes, list on separate signed page. On attached Form A, submit information regarding at least the last THREE California BUILDING construction projects, each with a construction contract amount over $2,000,000, by your firm since January 1, 1999. These shall include those intended to meet the minimum project experience requirements stated on page 2 & 3 of 21. Copy form as required; one project per form.. Projects consisting of Conversions, Re-openings, or construction of Modular Pre-fabricated and Relocatable Buildings shall not be submitted as applicable required experience. PreQual Form GC 2005 Page 9 of 21 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Revised 10/08/03 Contract No. 3771 and 4001 Page 26 of 99 Pages JUL.18.200S 10:42fiM N(~, no AGO** CERTIFICATE OF LIABILITY INSURANCE *&&f* PRODUCER Arthur j. Gallagher fi Co, Ins Brokers of CA Inc. 072629 15 Enterpriaa, Suite 200 Aliso Viejo CA 92656 Phone: 949-349-9800 Fax:949-349-9900 INSURED HOT.'BfiSfS'fiiS?, pt..3ooLos AngalaS CA 90022 P.l/2 - DATE(MMfDUYYYY) 07/1B/06 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* In tar state Fire & Casualty INSURER a: Murtrem Fin iniuvanpa cq. INSURER C" comam MA induitry Ini, Co. INSURER P: INSURER E- NAICtt COVERAGES THE POLICIES OF INSURANCE LISTER BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE power PERIOD INDICATED. NOTO/ITHSTANPING ANY REOUtREMEIUT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WflCH THIS CERTIFICATE MAY BE ISSUED OR fdAY PipTAIN, THE INSURANCE AFFORDED BY THE POLICIES PE9Cft|BED HEREIN |5 SUMECT TO AIL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IffSIRfLTR A B C N&C X TYPE OF INSURANCE GENERAL LIABILITY JT IT COMMERCIAL GENERAL LIABILITY ] CLAIMS MADf [?] OCCUR Ownar/Cont. Prot. SEN-L ABQREGATE UMlT ApPWES PER:n POLICY riffi* riwc AUTOMOBILE UAHLITY X X X -?Lx" ANY AUTO ALL OWNED AUTOS SCHEPUVEf) AUTOS HIRED AUTOS NON-OWNED AUTOS Comp/Coll Ded. 1,000 GARAtst LIABILITY ANY AUTO EXCESSnJMPRELLA LIABILITY ^] OCCUR Q CLAWS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIBTOFfPARTNEWEXECUTIVEOFFICER/MEMBER EXCLUDED? iryaa, dwrtw uoflwSPECIAL PROVISIONS Mow OTHER B^B^BVSISXM^lB^BHIriTiTJiA^.iT^^lt^^ SGL1000006 72UENIL7629 3420614 11/01/05 11/01/05 12/01/05 11/01/06 11/01/06 12/01/06 UIMITS EACH OCCURRENCE PREMISES (Ee POBuren») MEDEXPfAnyooapafion) PERSONAL &ADV INJURY BENERAL AGGREGATE PRODUCTS - CQMP/OP ACG Brop . Ban . COMBINEP SINGLE LIMIT(EAaccif^no BODILY INJURY (Pflfpafwn) 8esaar wiaaar^ AUTO ONLY -EA ACCIDENT SKZYf EAACC ACS EACH OCCURRENCE AGGREGATE X^Y^°EfT E.L. EACH ACCIDENT EL DISEASE • EA EMPLOYEE E.L. DISEASE • POLICY MMIT 11,000,000 s 50, 000 * 5,000 $1,000,000 (2,000,000 $2,000,000 1,000,000 ? 1,000, 000 I * s 9 ¥ S S ? *$ $ $ 1000000 S 1000000 » 1000000 DESCRIPTION OP OPERATIONS 1 VOCATIONS 1 VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: #06-504 City library Learning Center, fierce County is named as Additional Insured with respects to the policy. CERTIFICATE HOLDER CANCELLATION CITYCAL City of Carlsbad 1635 Farady Ave Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED pouosa BE CANCELLED BEFORE THE EXPIRATION DATETHEREOF. THE ISSU|Na INSURER WIU-END6AUOR TO MAIL 30 pAYSWRTTTEN NOTICE TO THE CfRTIpCATE HOLDER NAHEP TO THE LEFT, BUT FAILURE TO DO SO SHALU mrosE NO OBUIOATION OR LIABILITY OF ANY WHP "PON THE INSURER, ITS ABEMTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE -IS ~ ^^ . ACORD 26 (2001/08)© ACORD CORPORATION 1988 JUL.18.2006 10:42flM . NO. 113 P.2/2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). 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 insurers), 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) POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (Form B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY SCHEDULE Name of Person or Organization; CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work' for that insured by or for you CG 20 10 11 85 Copyright. Insurance Services Office, Inc., 1984 Certificate # 32956 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER 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: Tt M (name of Contractor) signvhere)V \ CL\£BM - (print name/title) Page of pages of this Re Debarment form Revised 10/08/03 Contract No. 3771 and 4001 Page 27 of 99 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? <(/ yes no 2) Has the suspension or revocation of your contractors 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?/ J 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 therefor. (If needed attach additional sheets to provide full disclosure.) Page of pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. 3771 and 4001 Page 28 of 99 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER 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: (name of Contractor) (print name/title) Page of pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. 3771 and 4001 Page 29 of 99 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER State of California ) _ >ss-County of _, being first duly sworn, deposes (Name of Bidder) and says that he or she is _ (Title) of ~~~~ (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 ^3 day of ftKf^K , 20 6k . Signature of Bidder [ Subscribed and sworn to before me on the +^-3 day of 'I nTt-d/H" , 20 0 b - (NOTARY SEAL! A jt /} ^ * CHERVI jTcoNNOuy I (JxAM//y>- ^t_ CyffiO ^MtixJL^ Commfcrton # 161SM& I I) Signature of Notary Q Notary PubNc - CaWomta | v Orange County f My Comm. bgMji Nov 4.200<f Revised 10/08/03 Contract No. 3771 and 4001 Page 30 of 99 Pages CONTRACT PUBLIC WORKS This agreement is made this (^AJy \ day of _ by and between the City of CarTsbad, California, a rrtCuhicipal corporation, (hereinafter called "City7'), and TELACU CONSTRUCTION MANAGEMENT whose principal place of business is 5400 EAST OLYMPIC BLVD. SUITE 300 LOS ANGELES CA 90022 (hereinafter called "Contractor). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any Revised 10/08/03 Contract No. 3771and 4001 Page 31 of 99 Pages information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, Revised 10/08/03 Contract No. 3771 and 4001 Page 32 of 99 Pages arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. Revised 10/08/03 Contract No. 3771 and 4001 Page 33 of 99 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 thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or serf-insured retention levels must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 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 10/08/03 Contract No. 3771 and 4001 Page 34 of 99 Paaes (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 attorneys fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above 12. Maintenance of Records. Contractor shall maintain and make available'at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE Revised 10/08/03 Contract No. 3771 and 4001 Page 35 of 99 Pages ATTACHED (CORPORATE SEAL) CONTRACTOR:a jTnurycipal corporation of (name of Contractor (print name and title) President or vice-president and fUNftary oiflftliialant sdcfStefy 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 Revised 10/08/03 Contract No. 3771 and 4001 Page 36 of 99 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT II State of California County of _ ss. On Date personally appeared ', before me, Name andTilteof Officer(eg.. 'Jane Doe, Notary CHBW. A. CONNOUY Commteton * 1618618 Notay PuMc - CoNomta Orong* County fe(s) of Signer(s) "TJpersonally known to me D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public O OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: _ D Individual D Corporate Officer — Title(s): _ D Partner — D Limited D General D Attorney in Fact Trustee Guardian or Conservator Other: _ RIGHT THUMBPRINT' OF SIGNER Top of thumb here D D D Signer Is Representing:. *5J ei999Nafen«INol«yAaacl>llon-B350IMSotoAn..P.O.Bm2«a>Cti«ls^^ Prod. No. 5807 fender Cd T<*fi»« 1-«OM7«tt7 TELdCU TELACU Construction Management 5400 E Olympic Blvd • Suite 300 Los Angeles • CA 90022 T 323.721.165S F 323.721.3560 RESOLUTION www.TELACu.com RESOLVED, that this corporation TELACU Construction Management, Incorporated, authorize John Clem, President and Jay Bell, Senior Vice President to execute all contracts, agreements and any documents necessary to complete any and all transactions associated with the City of Carlsbad relating to the following project: City Library Learning Center, Bid No. PWS06-22ENG, Project No. 3771 &4001. July 12, 2006 Michael D. Lizarraga Chief Financial Officer and Secretary Bond No. 6429611 Premium included with Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2006-154, adopted June 20, 2006 has awarded to TELACU CONSTRUCTION MANAGEMENT (hereinafter designated as the "Principal"), a Contract for: CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER 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. TELACU CONSTRUCTION MANAGEMENT , as Principal, (hereinafter designated as the "Contractor"), and Safeco Insurance Company of America as Surety, are held firmly bound unto the City of Carlsbad in the sum of FOUR MILLION FIFTEEN THOUSAND Dollars ($4,015,000), 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 thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Mn T771arv/H 4001 Dono 17 r>f DO O^nc In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this _ day of _ , 20_ Executed by SURETY this 6th July day of _, 20 06 . CONTRACTOR: TELACU Construction Management SURETY: Safeco Insurance Company of America (name of Surety) 330 N. Brand Blvd., Glendale, CA 91203 (address of Surety) 818956-4258 (telephone numbeujf Surety) (title and organization of signatory) By: (sign here) (print name here) (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney ^ By: Deputy City Attorney Revised 10/08/03 Contract No. 3771anr) 40O1 Pans 38 nf PP CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On before me, Clarice Lee. Notary Public. personally appeared Lisa L.Thornton personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. CLARICE LEE OOMM.# 1489447 NOTARY PUBLIC - CAUFQRWA 5f* Glance Uee SAFECO POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 9581 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *,*«****»***»».*»»,*»t»*,,*»***»*»».*»,*»***,»**t,»*.»**»»»,»*,*»L]SA L THORNTONL Los Angeles, California************************"***********'************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 1st day of February 2000 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this JU1062006'day of R.A. PIERSON, SECRETARY S-0974/SAEF 7/98 ® Registered trademark of SAFECO Corporation. 2/1/00 PDF Bond No. 6429611 Premium: $31,598.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2006-154, adopted June 20, 2006 has awarded to TELACU CONSTRUCTION MANAGEMENT (hereinafter designated as the "Principal"), a Contract for: CONTRACT NO. 3771 AND 4001 CITY LIBRARY LEARNING CENTER 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. TELACU CONSTRUCTION MANAGEMENT , as Principal, (hereinafter designated as the "Contractor"), and Safeco Insurance Company of America as Surety, are held firmly bound unto the City of Carlsbad in the sum of FOUR MILLION FIFTEEN THOUSAND Dollars ($4,015,000), 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 therefor, 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 thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. A•^ Revised 10/08/03 Cnntrart Mn 3771 anrl ADO! Pane 70 r.f QQ D^ In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this _ day of , 20. CONTRACTOR: TELACU Construction Management (name of Contractor) By: (print name here) .A H" Executed by SURETY this ^ June SURETY: Safeco Insurance Company of America (name of Surety) 330 N. Brand Blvd., Glendale, CA 91203 (address of Surety) 818956-4258 (telephone number of Surety) day of .,20 °6 (Title and Organization of Signatory) Lisa L. Thornton (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 By: Deputy City Attorney Revised 10/08/03 Contract No. 3771 and 4001 Paae 40 of 99 Panes CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On JUL10 6 2006' before me, Clarice Lee. Notary Public, personally appeared Lisa L.Thornton personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. CLARICE LEE£ COMM. »148944? 5 NOTARY PUBLIC - CALIFORNIA M LOS ANQElES COUNTY "MyComm.ExpinsJuMiniOOl ft CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT :y^e<x5<a5<^^^e»366ee^^^ j i State of California County of ss. dlO/7 1, I Data. On * Date personally appeared . before me, <J0 H^ CHHWl A. CONNOUy CommUHon * IdlMM Nuluiy PuMc - CcMomta Onmo* County My Comm. feipim Nov 4. MM Name are/Title of Officer (e.g., 'Jane Doe, Notary PutaKc") / •- -=£-^Narrfe(s) of Signerfs) ^personally known to me D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above 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. «A« uw« .Description of Attached Document Title or Type of Document: Document Date:.. Number of Pages:. Signer(s) Other Than Named Above:. Capacity(ies) Claimed by Signer Signer's Name: 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: «1999 Nation* NoCuy AnocMon • 8350 D» Sola A«., P.O. Bra 2402 • ChdMaAl. CA 91313-2402 • wnrwjwltanhotliy.org Prod. No. 5907 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 TELACU CONSTRUCTION MANAGEMENT hereinafter called -Contractor" and 414 West 4th. Street Santa Ana 92701 wnQse gddress |g 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 CONTRACT NO. 3771 AND 400, CITY LIBRARY LEARNING CENTER in the amount of ZERO 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. 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 Revised 10/08/03 Contract No. 3771 and 4001 Page 41 of 99 Pages Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City:Title FINANCE DIRECTOR Name For Contractor: Signature Address _ Title President Name Signature Address Jjphn C 414 W. 4th. Street For Escrow Agent:Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 10/08/03 Contract No. 3771 and 4001 Page 42 of 99 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Signature. Address For Contractor:Title PRESIDENT Name Signature Address For Escrow Agent:Title Name Signature Address Revised 10/08/03 Contract No. 3771 and 4001 Page 43 of 99 Pages City of Carlsbad Public Works February 27, 2006 ADDENDUM NO. 1 RE: CITY LIBRARY LEARNING CENTER BID NO. PWS06-22ENG, CONTRACT NO. 3771 & 4001 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 Buyer KD:rh Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 6O2-2730 • FAX (760) 6O2-8562 ADDENDUM NO. 1 CITY LIBRARY LEARNING CENTER, CONTRACT NO. 3771 AND 4001 GENERAL INFORMATION 1. Pre-bid Walkthrough A non-mandatory pre-bid walkthrough was held at the site on February 23, 2006 at 10:00 A.M. Enclosed is a copy of the sign-in sheet. Contractors bidding the Library Learning Center may also visit the site during the bidding period. The existing main building is occupied by Head Start. Prior to walking the site inform the responsible people in charge that you are a contractor bidding the Library Learning Center. They are located at the entrance to the main building. You may also contact Cheryl Mast at 760.602.2014 to pre arrange a site visit. 2. Building Permit The contractor is responsible for obtaining the building permit. The plans have already been reviewed and approved through the City's Building Department. There is no cost for the building permit; however, the Contractor will need a City of Carlsbad Business License, and provide proof of workers compensation insurance to obtain the building permit. SPECIFICATIONS 1. Page 11 "Notice Inviting Bids". Revise the last sentence of the third paragraph as follows: The following classifications are acceptable for this contract: Class A - General Engineering, and Class B - General Building Contractor. PLANS 1. Sheet C4.0 Maintain in place the existing 1-1/2" water service, meter, and copper pipe to main building. Delete reference to replacing existing water service to main building with new 2" pipe. Install a new 1" water service, backflow prevention, and copper pipe to modular building per Standard Drawing W3, W8 and W20. The alignment for the proposed sewer lateral to modular building shall be adjusted to provide 10-feet of clearance between sewer lateral and new 1" water service. Do not locate sewer lateral or new 1" water service in driveway. Refer to attached plan modification of Sheet C4.0. CARLSBAD CITY LIBRARY LEARNING CENTER PRE-BID WALKTHROUGH, FEBRUARY 23, 2006 SIGN-IN SHEET Name Company or Organization Telephone K 11 11 J3_ H J5. 16 11 11 19 20 21 22 11 24 25 16. 1Z. !§_ li 30 11 32 (wp) SIDEWALK CURB & GUTTER METER AND BALL VALVE BY DISTRICT CONNECT TO OUTLET ASSY. NOTES: 1. CONTRACTOR SHALL ADJUST ANGLE VALVE & METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED & APPROVED 2. DISTRICT WILL SET METER AND BALL VALVE 3. ALL COPPER JONTS SHALL BE SILVER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. 4. TAP TO MAIN TO BE MINIMUM OF 24" FROM NEAREST COUPLING, FITTING, VALVE, BELL OR OTHER TAPS. 5. POSITON ANODE MIDWAY BETWEEN RPELINE AND METER BOX. 6. INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO DEPTH OF 12" AND CORP STOP FULLY EXPOSED DETAIL NON-CONTIGUOUS SIDEWALK & CURB SPEC/DWGITEMDESCRIPTION COPPER. (TYPE K' . SOFT) OUTLET ON PVC PRESSURE PIPE 8 OUTLET ON AC PIPE 8 OUTLET ON CML&C STEEL PIPE OUTLET ON DUCTILE IRON PIPE 1" ANGLE METER STOP METERBOX AND COVER (TRAFFIC AREA) 8 METER BOX AND COVER (NON-TRAFFIC AREA) 50 LB. ZINC ANODE WITH ANODE LEAD WIRE 25 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT I" WATER SERVICE CONNECTION FOR 5/8', 3/4" & I' METERS CITY ENGINEER 6-04 DATE STANDARD DWG. NO.W3 A.C. MAIN P.V.C. MAIN FOR WATER SERVICE CONNECTION ( TYP. ITEM DESCRIPTION SPEC/DWG DOUBLE BAND BRASS SERVICE SADDLE. BRONZE DOUBLE STRAP SERVICE SADDLE. CORP. STOP 1" WATER SERVICE. CORP. STOP 2 WATER SERVICE. CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY. CORP. STOP 2 AIR VACUUM VALVE ASSEMBLY 1 MANUAL AIR RELEASE ASSEMBLY 8 2 BLOW-OFF MANUAL AIR RELEASE ASSEMBLY.5&6 2" MANUAL BLOW-OFF / AIR RELEASE ASSEMBLY.6&7 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT OUTLETS ON A.C. OR P.V.C. MAIN FOR I INCH THRU 2 INCH ASSEMBLIES CITY ENGINEER STANDARD DWG. NO.W8 City of Carlsbad Public Works March 9, 2006 ADDENDUM NO. 2 RE: CITY LIBRARY LEARNING CENTER BID NO. PWS06-22ENG, CONTRACT NO. 3771 & 4001 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 Buyer KD:rh Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 - (76O) 6O2-273O • FAX (76O) 6O2-8562 ADDENDUM NO. 2 CITY LIBRARY LEARNING CENTER, CONTRACT NO. 3771 AND 4001 SPECIFICATIONS 1. Page 14 "CONTRACTOR'S PROPOSAL". Bid Item No. 1 "Mobilization, demobilization, and preparatory work shall be deleted. Contractor shall incorporate the cost for this work in the lump sum bid item for the "City Library Learning Center". Attached is a revised "Contractor's Proposal" bid sheet which supercedes the original "Contractor's Proposal" and lists the City Library Learning Center as bid item number 2. The new "Contractor's Proposal" bid sheet shall be submitted by the Contractor by the date and time of the bid opening. 2. Page 21 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS FORM". Insert the following after the paragraph on CAUTIONS. SPECIALITY ITEMS For the purposes of this contract, the City of Carlsbad designates the following items as "specialty" items: grading, drainage, erosion control, utilities, landscaping, irrigation, concrete work of any kind, foundations, waterproofing, structural steel or wood manufacture and erection, masonry, roofing, mechanical/electrical/plumbing, signage, interior and exterior rough-in and finishes, windows, lighting, appliance manufacturer and installation, rough and finish carpentry, furnishing and installation of carpet and wall treatments. 3. Page 46 Section 2-3.1 General. Delete the first sentence starting with the words "Should the Contractor fail to adhere..." 4. Page 74 Section 9-3.4.1 Mobilization and Preparatory Work. Delete the paragraph beginning with the words " Payment for mobilization and preparatory Work ..." and substitute the following: Payment for mobilization and preparatory Work shall be included in the lump sum bid item for the "City Library Learning Center" and no other payment will be made. 5. Technical Specifications. Enclosed are copies of the following Technical Specifications, which shall be added and included as part of the project specifications: Section 00010 - Table of Contents (This replaces the original Table of Contents for the technical Specifications) Section 10416 - Modular Signage and Information Systems Section 12494 - Roller Shades Section 15300 - Fire Sprinkler System CONSTRUCTION PLANS 1. Sheet A5.0. Section A. Note 8 Enclosed are Detail 8 "Precast Concrete Stair" and Detail 8a "Exterior Stair Stringer, Typical". These details shall be included on Sheet A5.0 and are incorporated into the Contract Documents. 3. Sheet Ll.O Sheet Ll.O "Landscape Construction Plan" is missing from the printed set of plans. A print of Sheet Ll.O is enclosed and is sheet 122 of 144 sheets total and is incorporated into the Contract Documents. 4. Sheet E0.3 Site Plan Electrical. Enclosed is Drawing DB-28 "Developer Specifications" Sheet 1, 2, and 3 showing "SBC" requirements for construction of conduits and pedestals for telephone and cable TV. These drawing are incorporated into the Contact documents and the Contractor shall perform all work as indicated with reference to "Developer requirements". These requirements supercede those shown originally on Sheet E0.3 for this specific work. CITY LIBRARY LEARNING CENTER 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, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3771 and 4001 in accordance with the Plans, Specifications, Supplemental Provisions, Technical Specifications, and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: CITY LIBRARY LEARNING CENTER CONSTRUCTION Approximate Item Quantity Unit No. Description and Unit Price Total 1 Construction Schedule at a LS $10,000 $10,000 stipulated lump sum of Ten Thousand Dollars (Stipulated Amount: Do not change) 2 City Library Learning Center LS Dollars (Lump Sum) All other work required for completion of the project excluding those work items included in Bid Items 1. Total amount of bid in words: Total amount of bid in numbers: $_ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). has/have been received and is/are included in this proposal. Addendum No. 2 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 penally 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 , classification which expires on , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered 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. Public Contract Code § 20104. 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 (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Addendum No. 2 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail Addendum No. 2 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (2) (Signature) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State (5) Zip Code Telephone No. (6) E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Addendum No. 2 SECTION 00010 TABLE OF CONTENTS DOCUMENTS 0 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, AND CONTRACT REQUIREMENTS 00010 - TABLE OF CONTENTS DIVISION 1 -GENERAL REQUIREMENTS 01100-SUMMARY 01510 - TEMPORARY UTILITIES 01575 - TEMPORARY EROSION AND SEDIMENTATION CONTROL DIVISION 2 - SITE CONSTRUCTION 02200 - SITE PREPARATION 02225 - DEMOLITION 02230 - SITE CLEARING 02310-GRADING 02315-EXCAVATION 02316 - FILL AND BACKFILL 02317 - TRENCHING FOR SITE UTILITIES 02510 - WATER DISTRIBUTION 02535 - SANITARYSEWER PIPING 02540 - RESILIENT SURFACING 02551 - SITE GAS DISTRIBUTION 02620 - SUBDRAINAGE 02721 -AGGREGATE BASE COURSE 02741 - BITUMINOUS CONCRETE PAVING 02751 - PORTLAND CEMENT CONCRETE PAVING 02810 - IRRIGATION SYSTEM 02843 - PARKING BUMPERS 02930 - EXTERIOR PLANTS DIVISION 3 - CONCRETE 03100 - CONCRETE FORMS AND ACCESSORIES 03300 - CAST-IN-PLACE CONCRETE 03540 - PRECAST CONCRETE SPECIALTIES DIVISION 4 - MASONRY 04810 - UNIT MASONRY ASSEMBLIES 04812 - GLASS UNIT MASONRY Carlsbad City Library Learning Center TABLE OF CONTENTS 00010 -1 DIVISION 5 - METALS 05120 - STRUCTURALSTEEL 05500 - METAL FABRICATIONS 05510-METALSTAIRS 05511 -ALUMINUM LADDERS 05520 - HANDRAILS AND RAILINGS DIVISION 6 - WOOD AND PLASTICS 06067 - PLASTIC AND METAL SURFACING MATERIALS 06100 - ROUGH CARPENTRY 06150-WOOD DECKING 06162 - ACOUSTICAL FLOORING SYSTEM 06171 -WOOD CHORD METAL JOISTS 06176-WOODI-JOISTS 06200 - FINISH CARPENTRY 06410 - CUSTOM CABINETS 06605 - FIBERGLASS REINFORCED PLASTIC PANELS 06620 - CAST PLASTIC FABRICATIONS 06651 - SOLID POLYMER FABRICATIONS DIVISION 7 -THERMAL AND MOISTURE PROTECTION 07130 - SHEET WATERPROOFING 07140 - FLUID-APPLIED WATERPROOFING 07190 - WATER REPELLENTS 07212 - BATT INSULATION 07261 - WEATHER RESISTANT MEMBRANES 07513 - COLD PROCESS BUILT-UP ASPHALT ROOFING 07540 - THERMOPLASTIC MEMBRANE ROOFING 07620 - SHEET METAL FLASHING AND TRIM 07816 - INTUMESCENTFIREPROOFING 07900 - JOINT SEALERS DIVISION 8 - DOORS AND WINDOWS 08110 - STEEL DOORS AND FRAMES 08162 -ALUMINUM SLIDING DOORS 08211 - FLUSH WOOD DOORS 08305 - SLIDING GLASS DOORS Carlsbad City Library Learning Center TABLE OF CONTENTS 00010 -2 08305 - LIFT-SLIDING AND SLIDING-FOLDING GLASS DOORS 08310 - ACCESS DOORS AND PANELS 08410 - METAL-FRAMEDSTOREFRONTS 08520 - ALUMINUM WINDOWS 08710 - DOOR HARDWARE 08800 - GLAZING 08830 - MIRRORS DIVISION 9 - FINISHES 09260 - GYPSUM BOARD ASSEMBLIES 09300 - TILE 09383-SLATETILE 09511 - SUSPENDED ACOUSTICALCEILINGS 09615 - WATER VAPOR CONTROL AND FLOOR SEALER 09650 - RESILIENT FLOORING 09685-CARPETTILE 09900 - PAINTS AND COATINGS DIVISION 10 -SPECIALTIES 10100 - VISUAL DISPLAY BOARDS 10160 - METAL TOILET COMPARTMENTS 10210-WALLLOUVERS 10416 - MODULAR SIGNAGE AND INFORMATION SYSTEM 10440 - INTERIOR SIGN AGE 10500-LOCKERS 10523 - FIRE EXTINGUISHERS, CABINETS AND ACCESSORIES 10800 - TOILET, BATH, AND LAUNDRY ACCESSORIES DIVISION 11 - EQUIPMENT 11050 - LIBRARY BOOKSTACKS 11055 - LIBRARY BOOK SECURITY SYSTEM 11131 - PROJECTION SCREENS DIVISION 12 - FURNISHINGS 12485 - FOOT GRILLES, MATS, AND FRAMES 12494 - ROLLER SHADES DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVEYING SYSTEMS Carlsbad City Library Learning Center TABLE OF CONTENTS 00010 -3 14201 -PASSENGER ELEVATORS 14271 - CUSTOM ELEVATOR CABS AND HOISTWAY DOORS 14281 -ELEVATOR EQUIPMENT DIVISION 15 - MECHANICAL 15010 - BASIC MECHANICAL REQUIREMENTS 15065 - MOTORS FOR MECHANICAL EQUIPMENT 15250 - INSULATION 15300-FIRESPRINKLER 15400 - PLUMBING 15492 - FUEL GAS PIPING 15890 - DUCTWORK AND ACCESSORIES 15990 - BALANCING AIR AND WATER SYSTEMS DIVISION 16 - ELECTRICAL 16010 - ELECTRICAL GENERAL REQUIREMENTS 16100 - BASIC ELECTRICAL MATERIALS AND METHODS 16110-RACEWAYS 16120-CONDUCTORS 16400 - SERVICE AND DISTRIBUTION 16500-LIGHTING 16740 - TELEPHONE SYSTEM 16821 - PUBLIC ADDRESS AND MUSIC EQUIPMENT END OF TABLE OF CONTENTS Carlsbad City Library Learning Center TABLE OF CONTENTS 00010 -4 SECTION 10416 MODULAR SIGNAGE AND INFORMATION SYSTEMS PART1 GENERAL 1.01 SECTION INCLUDES A. Interior modular signage and information system: 1. Self-contained information display and workstation. 1.02 RELATED SECTIONS A. Section 06651 - Solid Surface Fabrications. Custom Table Top material. 1.03 SUBMITTALS A. See Supplemental Provisions, Section 2-5.3.3 - Submittals, for submittal procedures. B. Product Data: Manufacturer's descriptive literature. C. Shop Drawings: List and show locations and dimensions of each information system component, and details showing attachment methods 1.04 QUALITY ASSURANCE A. Regulatory Requirements: Complywith requirements of ANSI/ICC A117.1 and ADAAG. 1.05 DELIVERY, STORAGE, AND HANDLING A. Inspect products upon receipt. Store products in manufacturer's packaging until ready for installation. 1.06 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturer: Forms + Surfaces; 6395 Cindy Lane, Carpinteria, CA 93013. TEL: (800) 451-0410. FAX (805) 684-8620. Local Representative: Kelly McKeown Tel: 619-991-1838, Fax:619-276-1005 B. Substitutions: See Supplemental Provisions, Section 4-1.6 - Trade Names or Equals. 2.02 COMPONENTS A. Profile One InfoMast modular signage and information system: 1. Mast: Extruded aluminum mast is 3.5" in diameter and has clear anodized finish. Mast mounted floor-to-ceiling, verify dimension in field. 2. Fixed Foot Assembly: 9.5" diameter mounting plate. Cast stainless steel with bead-blasted finish; includes feed-through for power and data cabling if required. 3. Adjustable Foot Assembly: Cast stainless steel with bead-blasted finish. The adustable foot has large threaded stud and pivoting adjusting barrel that allow the foor to be raised, lowered, or tilted to accomodate variations in mounting surface height or angle. 4. Semicircular Table Top: Semicircular shape that can be used singly or in pairs to create either half-circle or full-circle tables around the mast. Circle diameter is 30 inches. a. Custom Material: Avonite, Inc. Avonite surfaces. See Section 06651 - Solid Surface Fabrications. b. Color: As selected by Manuel Oncina Architects, Inc. Carlsbad City Library Learning Center MODULAR SIGNAGE AND INFORMATION SYSTEMS 10416 -1 5. Semicircular Footrest: Cast stainless steel with bead-blasted finish, upper surface grooved for traction. Circle diameter is 18 inches. 6. Flat Panel Display: Displays up to 24" diagonal measure can be mounted on a single mast. Any display comforming to the VESA FDMI mounting standard may be used. Size of display and quantity as chosen by City of Carlsbad and Manuel Oncina Architects, Inc. 7. Computer Enclosure: Stainless steel with satin finish, doors in both ends have key locks. Depending on the application, displays can be driven by remotely-mounted computers or a standard PC can be attached directly to the ProfileOne mast using a special enclosure. Enclosure is 16.25" high x 20.25" wide x 7.50" deep overall. Enclosures include two security locks and are perforated for ventilation. Contact Forms + Surfaces representative before ordering. 8. Sign Panels: Clear acrylic "sandwich" panels for customer's own paper graphic inserts. Size and orientation as selected by City of Carlsbad and Manuel Oncina Architects, Inc. 9. Support Arms: Cast stainless steel with bead-blasted finish, available in 5", 10" and 15" sizes, the arms are used to support the table surfaces and footrests. PART 3 EXECUTION 3.01 EXAMINATION A. Examine installation areas to ensure that conditions are suitable for installation. B. Examine signage for defects prior to installation. Do not install damaged signage. 3.02 PREPARATION A. Verify mounting heights and locations for interior signage will comply with referenced standards. B. Clean mounting locations of dirt, dust, grease or similar conditions that would prevent proper installation. 3.03 INSTALLATION A. Install masts level, plumb, without distortion, and in proper relationship with adjacent surfaces using manufacturer's recommended standard mounting system. 1. Mounting: Mount with fasteners per manufacturer's written recommendations. B. Clean modular information system after installation as recommended by manufacturer. C. Replace damaged products before Substantial Completion. 3.04 MODULAR INFORMATION SYSTEM SCHEDULE A. OPAC Station - Room 112. 1. Fixed Foot Assembly (floor) and Adjustable Foot Assembly (ceiling) 2. Semicircular Footrest. (2) with appropriate support arms. 3. Computer Enclusure. As in dicated by the City of Carlsbad. 4. Semicircular Table Top. (2) custom material units with appropriate support arms. 5. Flat Panel Display. (2) As selected by City of Carlsbad. 6. Sign Panels. As indicated by the City of Carlsbad. END OF SECTION Carlsbad City Library Learning Center MODULAR SIGNAGE AND INFORMATION SYSTEMS 10416 -2 SEE SPECIFICATION SECTION 10416: LINE ITEM: 2.02, A, FOR INFORMATION ^..3. y. tfcr no 8 1 6 5 2 =V 41 >,l , '.fc! UNDERSIDE OF FLOOR-CEILING ASSEMBLY, BLOCKING PER STRUCTURAL FINISH FLOOR, PER PLAN MODULAR INFORMATION SYSTEM SCALE: FULL SECTION 12494 ROLLER SHADES PART1 GENERAL 1.01 SECTION INCLUDES A. Shade Type 1: Manual operating, chain drive, sunscreen roller shades in all exterior windows of rooms and spaces shown on Architect's drawings using MechoShade M5 bracket systems. 1.02 RELATED SECTIONS A. Section 06100 - Rough Carpentry: Concealed wood blocking and supports. B. Section 09260 - Gypsum Board Assemblies:. 1.03 SUBMITTALS A. See Supplemental Provisions Section 2-5.3.3. Submittals, for submittal procedures. B. Product Data: 1. For each type of product indicated per these specifications, provide manufacturers standard descriptive literature. Include styles, material descriptions, standard mounting details, dimensions of individual components and profiles, features, finishes, and operating instructions. 2. Window Treatment Schedule: Use same room/space designations as shown on drawings and include opening sizes and key to typical mounting details. C. Samples for Verification: 1. One complete set of all shade components, unassembled, demonstrating compliance with PART 2. 2. Standard aluminum finish color samples from manufacturer's range of standard colors. 3. Nominal 12" handset for manually operating shades. 4. Shade Material: Not less than 3 inches square, with specified treatments applied. Mark face of material. 0. Maintenance Data: For roller shades to include in maintenance manuals. Include the following: 1. Methods for maintaining all roller shade types and finishes as per these specifications. 2. Precautions about cleaning materials and methods that could be detrimental to fabrics, finishes, and performance. 3. Operating hardware. 4. Motorized shade operator. 1.04 QUALITY ASSURANCE A. Source Limitations: 1. Obtain roller shades through one source from a single manufacturer with a minimum of twenty years experience in manufacturing products comparable to those specified in this section. 2. Roller shades to be installed be a shade contractor trained and certified by the manufacturer with a minimum of ten years experience in installing products comparable to those specified in this section. B. Fire-Test-Response Characteristics: Provide shadecloth materials with the fire-test-response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction: 1. Flame-Resistance Ratings: Passes NFPA 701 small and large-scale vertical burn. Meet requirements of Federal Spec CCC-C521E for fire retardency. Carlsbad City Library Learning Center ROLLER SHADES 12494 -1 2. Toxicity: Provide shade fabrics tested in accordance with University of Pittsburgh Toxicity Protocol including LC50 analysis and toxicity characteristics as well as NY state Fire-Gas Toxicity Test LC50 22.5g ASTM E-84-90 Flame Spread 17, Smoke Density Index 118. C. Anit-Microbial Characteristics: 1. ASTM G-22-80 results for ATCC6538 (Staphylococcus aureus) and ATCC13388 (Pseudomonas aeruginosa) indicating minimum 5mm (0.197 inches) "No Growth Contact Area." 2. Indoor Air Quality: Test and rated "PASS". U.S. Environmental Protection Agency Greenguard protocol; ASTM D5116-97 and ASTM D6670-01. 3. ASTM D 5116-7 / ASTM D 6670-01 / World Health Organization / the State of Washington (SOW) / U.S. Occuptional Safety and Health Organization. 1.05 WARRANTY A. Manual and Motorized roller shade hardware and Shadecloth (exclusive of shade motors, motor control systems and components): Provide Manufacturer's standard published Warranty under Provisions of Division 1 - General Requirements. Lifetime Limited Warranty (25 years per published terms and conditions for the original Owner) from the Date of Substantial Completion and contain provisions that installation is to remain operational without fault for the warranty period and include all mounting brackets, and including manufacturer's standard shade cloth and stainless steel chain for manual shades. Manufacturer's who's, standard published warranty does not meet this minimum criteria shall not be acceptable. B. Installation: Provide roller shade installer's warranty under provisions of Division 1 - General Requirements that installation shall be free of defects for a period of not less than 1 year. Installation warranty shall not include cost for access including scaffolding or other means to reach inaccessible areas. C. In the event of a warranted product failure, the roller shade contractor will, at no cost to the Owner, facilitate acquisition and delivery of all necessary components to the Owner. Owner will provide roller shade dealer with direct access to the work during roller shade contractor's normal business hours. Responsibility for access by the Owner shall include but not be limited to lifts, hoists, scaffolding or any other means deemed necessary by the shade contractor. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver shades in factory packages, marked with manufacturer and product name, fire-test-response characteristics, and location of installation using same room designations indicated on Drawings and in a window treatment schedule. 1.07 PROJECT CONDITIONS A. Environmental Limitations: Do not install roller shades until construction and wet and dirty finish work in spaces, including painting, is complete and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. PART 2 PRODUCTS 2.01 MANUFACTURERS A. MechoShade Systems, Inc.; Long Island City, NY, USA, Tel: 718-729-2020, Fax: 718-729-2941; Local Contact: Carlos D. Herrera, MechoShade Systems, Tel: 626-369-7777, Fax: 626-369-1015 B. For substitutions, see Supplemental Provisions, Section 2-5.3.3 - Submittals. 2.02 SHADECLOTH A. Visually Transparent Single-Fabric Shadecloth: MechoShade Systems, Inc., EuroVeil "5300" Carlsbad City Library Learning Center ROLLER SHADES 12494 -2 .010 inch (0.254 mm) diameter non-raveling vinyl/polyester yarn, fabric thickness .025 inches (0.635 mm). 1. Dense Basket Weave "5300" series, 5% open. 2.03 SHADE BAND A. Shade bands: Construction of shade band includes the fabric, the hem weight, hem-pocket, shade roller tube, and the attachement of the shade band to the roller tube. 1. Hem Pockets and Hem Weights: Fabric hem pocket with RF-welded seams (including welded ends) and concealed hem weights. Hem weights must be of appropriate size and weight for shade band. Hem weight must be continuous inside a sealed hem pocket. Hem pocket construction and hem weights must be similar, for all shades within one room. 2. Shade band and Shade roller attachement: a. Use extruded aluminum shade roller tube of a diameter and wall thickness required to support shade fabric without excessive deflection. Roller tubes less than 1.55" in (39.37mm) diameter for manual shades, and less than 2.55 inches (64.77mm) for motorize shades are not acceptable. b. Provide for positive mechanical engagement with drive/brake mechanism. c. Provide for positive mechanical attachment of shade band to roller tube; shade band shall be removable / replaceable with a "snap-on / snap-off' spline mounting, without having to remove shade roller from shade brackets. d. Mounting spline shall not require use of adhesives, adhesive tapes, staples, and/or rivets. e. Any method of attaching shade band to roller tube that requires the use of: adhesive, adhesive tapes, staples, and/or rivets do not meet the intent of this specification. 2.04 SHADE FABRICATION A. Fabricate units to completely fill existing openings from head to sill and jamb-to-jamb, unless specifically indicated otherwise. B. Fabricate shadecloth to hang flat without buckling or distortion. Fabricate with heat-sealed trimmed edges to hang straight without curling or raveling. Fabricate unguided shadecloth to roll true and straight without shifting sideways more than 1/8 inch in either direction per 8 feet of shade height due to warp distortion or weave design. Fabricate with standard hem bar. C. Provide battens in standard shades as required to assure proper tracking and uniform rolling of the shadebands. Contractor shall be responsible for assuring the width-to-height ratios shall not exceed Manufacturer's standards or, in the abasence of such standards, shall be resposible for establishing appropriate standards to assure the proper tracking and rolling of the shadecloth with specified standards. Battens shall be roll-formed stainless steel, as required. D. For railroaded shadebands, provide seams in railroaded multi-width shadebands as required to meet size requirements and in accordance with seam alignment as specified by Architect. Contractor shall be responsible for assuring the seams will be properly located. The contractor shall be responsible for furnishing battens in place of plain seams when the width, height, or weight of the shade exceeds Manufacturer's specifications. In absence of such specifications, Contractor shall be responsible for assuring proper use of seams or battens as required to, assure the proper tracking of the railroaded multi-width shadebands. E. Contractor shall provide battens for railroaded shades when width-to-height ratios meet or exceed manufacturer's standards. In absence of manufacturer's standards, contractor shall be responsible for proper use and placement of battens to assure proper tracking and roll of shadebands. 2.05 COMPONENTS A. Access and Material Requirements: Carlsbad City Library Learning Center ROLLER SHADES 12494 -3 1. Provide shade hardware allowing for the removal of shade roller tube from brackets without removing hardware from opening or without requiring end, or center supports to be removed. 2. Provide shade hardware that allows for removal and re-mounting of the shade bands without have to remove the shade tube, drive or operating supports brackets. 3. Use only Delrin engineered plastics be DuPont for all plastic components of shade hardware. Styrene based plastics, and/or polyester, or reinforced polyester will not be acceptable. B. Manual Operated Chain Drive Hardware and Brackets: 1. Provide for universal, regular and offset drive capacity, allowing drive chain to fall at front, rear or non-offset for all shade drive end brackets. Universal offset shall be adjustable for future change. 2. Provide hardware capable for installation of a removable fascia, for both regular and/or reverse roll, which shall be installed without exposed fastening devices of any kind. 3. Provide shade hardware system that allows for a removable regular and/or reverse roll fascia(s) to be mounted continuously across two, or more shade bands without requiring exposed fasteners of any kind. 4. Provide shade hardware system that allows for operation of multiple shade bands (multi-banded shades) by a single chain operator, subject to manufacturer's design criteria. Connectors shall be offset to assure alignment from the first to the last shade band. 5. Provide shade hardware system that allow for multi-banded manually operated shades to be capable of smooth operation when the axis is offset a maximum of 6 degrees on each side of the plane perpendicular to the radial line of the curve, for a 12 degree total offset. 6. Provide positive mechanical engagement of drive mechanism to shade roller tube. Friction fit connectors for drive mechanism to shade roller tube do not meet the intent of this specification. 7. Provide shade hardware constructed of minimum 1/8" (3.18mm) thick plated steel or heavier as required to support 150% of the full weight of each shade. 8. Drive Bracket / Brake Assembly: a. MechoShade Drive Bracket model M5 shall be fully integrated with all MechoShade Accessories, including, but not limited to: SnapLoc fascia, room darkening side / sill channels, center supports and connectors for multi-banded shades. b. M5 drive sprocket and brake assembly shall rotate and be supported on a welded 3/8" (9.525mm) steel pin. c. The brake shall be an over running clutch design which disengages to 90% during the raising and lowering of a shade. The brake shall withstand a pull force of 50 Ibs. (22 kg) in the stopped position. d. The braking mechanism shall be applied to an oil-impregnated hub on to which the brake system is mounted. The oil-impregnated hub design includes an articulated brake assembly, which assures a smooth, non-jerky operation in raising and lowering the shades. The assembly shall be permanently lubricated. Products that require externally applied lubrication and or not permanently lubricated shall not be acceptable. The brake assembly warranted as per MechoShade Systems, Inc.'s published terms and conditions. e. The entire M5 assembly shall be fully mounted on the steel support bracket, and fully independant of the shade tube assembly, which may be removed and reinstalled without effecting the roller shade limit adjustments. f. Drive Chain #10, qualified stainless steel chain rated to 90 Ib. (41kg) mimimum breaking strength. Nickel plate chain will not be acceptable. 2.06 ACCESSORIES A. Fascia: 1. Continuous removable extruded aluminum fascia that attaches to shade mounting brackets without the use of adhesives, magnetic strips, or exposed fasteners. Carlsbad City Library Learning Center ROLLER SHADES 12494 -4 2. Fascia shall be able to be installed across two or more shade bands in one piece. 3. Fascia will fully conceal brackets, shade roller and fabric on the tube. 4. Provide bracket / fascia end caps where mounting conditions expose outside of roller shade brackets. a. Notching of Fascia for manual chain shall not be accepted. 2.07 COLORS AND FINISHES A. Color and finish to be selected by Architect from manufacturer's standard colors and finishes. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, operational clearances, accurate locations of connections to building electrical system, and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 ROLLER SHADE INSTALLATION A. Install roller shades level, plumb, square, and true according to manufacturer's written instructions, and located so shade band is not closer than 2 inches to interior face of glass. Allow clearances for window operation hardware. 3.03 ADJUSTING A. Adjust and balance roller shades to operate smoothy, easily, safely, and free from binding or malfunction thoughout entire operational range. 3.04 CLEANING AND PROTECTION A. Clean roller shade surfaces after installation, accordiong to manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer that ensure that roller shades are without damage or deterioration at time of Substantial Completion. C. Replace damaged roller shades that cannot be repaired, in a manner approved by Architect, before time of Substantial Completion. 3.05 DEMONSTRATION A. Engage roller shade dealer / Installer to train Owner's maintenance personnel to adjust, operate, and maintain shade system. END OF SECTION Carlsbad City Library Learning Center ROLLER SHADES 12494 -5 SECTION 15300 FIRE SPRINKLER SYSTEM PART1 GENERAL 1.01 DESCRIPTION A. The work under this Section of the Specifications includes all labor, materials, equipment, system design and services necessary for the complete installed and governing agency approved fire sprinkler system. B. Permits and Fees: Obtain and pay for all permits and fees required to perform work. 1.02 QUALITY ASSURANCE A. Codes and Standards: .1 Materials, workmanship and design to conform with Rules and Regulations of the National Fire Protection Association State Fire Marshal, and local Water Utility Department. .2 Size of fire service and design of system shall not cause any penalty in Owner's insurance rate. .3 Installation subject to inspection and acceptance by the Insurance Service Office, and the California State Fire Marshal. .4 Contractor shall be responsible for obtaining a certified certificate of inspection at completion, certified by Insurance Services Office (ISO) or one of their authorized agents. .5 Spacing and details of the support and bracing of fire sprinkler piping shall comply with the 1991 edition of NFPA 13. U-type hangers used as sway bracing must have legs bent out 10 degrees and must have a slendemess ratio not exceeding 200. Provide calculations and details for support and bracing members and connections not covered by NFPA-13, or, where applicable, refer to OSHPD pre-approved anchorage No. R-0010, the SMACNA "Guidelines for Seismic Restraints of Mechanical Systems and Plumbing Piping Systems" or No. R-0030, the "Superstrut Seismic Restraint System" or No. R-0071 the "Kin-Line Seismic Restraint System." 1.03 SUBMITTALS A. Within thirty days after the award of the Contract, and before submitting drawings to governing Fire Marshal for approval, submit shop drawings to the Architect for approval. This drawing shall include plans and sections showing the layout of the piping and the location of all heads. Show the location of all hangers supporting pipe sizes larger than 2-1/2" and show the weight of pipe, hanger, and water supported by each hanger. B. After making corrections as indicated by the Architect, submit complete shop drawings to the State Fire Marshal and the I.S.O. for approval. C. Upon receiving the above approvals and prior to fabricating, submit three copies of the approved drawings bearing the stamps of the above agencies to the Architect for final review. D. Upon completion of the work, submit two sets of reproducible shop drawings corrected to show the work as finally installed. Carlsbad City Library Learning Center FIRE SPRINKLER 15300-1 E. Upon completion of the work, submit three copies of the letter of final acceptance issued by the I.S.O. F. Contractor shall field verify exact location of street main prior to start of construction. G. Hydraulic calculations shall be based on a street pressure test taken within one year of date of preparation of the calculations and shall be made during maximum time of system consumption, i.e. mid-afternoon. H. Submittals shall state location of fire test, time of and date of test. I. Provide alarm by telephone modem to a local approved independent alarm agency as required by local code. 1.04 GUARANTEE A. The entire installation shall be guaranteed by the Contractor for a period of one year after final acceptance including repair of damage caused by leaks. 1.05 PRODUCT HANDLING AND STORAGE A. Use all means necessary to protect fire sprinkler system materials before, during, and after installation and to protect the installed work or other trades. In the event of damage, immediately make all repairs and replacements necessary to the approval of, and at no additional cost to the Owner. 1.06 EXTRA STOCK A. Furnish ten extra sprinklers packed in suitable container with two special sprinkler wrenches. B. Provide where directed by Owner, one approved metal cabinet with hinged door, lock, two keys for storing extra sprinklers, wrenches. PART 2 PRODUCTS 2.01 MATERIALS A. Pipe Fittings: .1 Exterior underground pipe shall be Class 150 cement lined cast iron pipe U.L. approved. If allowed or required by local codes and authorities and the Owner's insuring agent, plastic pipe and fittings may be used, provided that material, construction, and installation are in conformance with NFPA fire codes. .2 Sprinkler System Piping and Fittings: Black steel pipe in conformance to NFPA 13, Paragraphs 2-3, 2-4, 2-5, and local code requirements. B. Valves: .1 Control Valves for Sprinkler System: Solid wedge gate, rising stem, O.S. & Y. 175 psi wwp. .2 Check Valves: Iron body, bronze swing check, renewable bronze seat rings, bolted cover. C. Sprinklers: Carlsbad City Library Learning Center FIRE SPRINKLER 15300-2 . 1 Heads for office areas, staff toilets and lounges shall be 165°F heads which cover no more than 225 square feet. Heads shall be Grinnell Model F946 (white), GEM Model F946 Cleanline III (white), or Star Sprinkler Corp. Model H (white). .2 All areas used for storage of supplies or service areas shall have 165° pendent heads which cover no more than 130 square feet. Heads shall be Grinnell Model F950 pendent, GEM F950, or Star Sprinkler Corp. LD-2 pendent. .3 Equipment rooms including mechanical, electrical and telephone rooms without ceilings shall have 286°F upright sprinkler heads. Heads shall be Grinnell F950, GEM F950, or Star Sprinkler Corp. LD-2. D. Zoning: The sprinkler system shall be zoned in the same areas as the smoke compartments. Each zone shall contain flow switches and tamper switches which will relay their activation to each annunciator panel and the main fire alarm panel. E. Electric Flow Switch: Provide an electric flow switch at alarm check for connection to fire alarm system. Must be compatible with ADT type monitoring system. Install complete as per manufacturer's printed installation directions. Provide 10" electric bell on exterior of building. F. Drain and Test Connections: Install horizontal piping graded to low points and in manner to make it easily accessible to test and empty entire system; provide valves and piping of size as approved in accordance with NFPA 13. G. Valve Seals Tags, Charts: .1 Seals: Provide brass crosslink chain, all brass padlock, two keys, for each manually operated shutoff valve required to be sealed in open position. .2 Signs: Provide identification signs of standard design fastened securely at locations required. .3 Charts: Provide two copies of approved sprinkler system diagram and valve chart giving function and location of each valve, mount in painted glazed frames, hang where directed by Architect. .4 Tags: Provide brass tags with 2" diameter, stamp with designating numbers, secure with twelve gauge copper wire to spindle of all control valves. H. Provide fire extinguishers as required by code and as approved by N.F.P.A., Fire Department, and governing Fire Marshal. 2.02 FABRICATION A. All materials shall be new and as approved by the Architect. All piping shall be free from rust and all exposed piping shall be shop-primed with a minimum of one coat of rust-inhibitive paint. All fabrication shall be in strict accordance with the approved Shop Drawings. PART 3 EXECUTION 3.01 INSPECTION A. Surface Conditions: Prior to the commencement of each stage of the fire sprinkler system installation, carefully inspect the installed work of other trades and determine that all such work is sufficiently complete to allow this installation to begin and that the work of other trades has Carlsbad City Library Learning Center FIRE SPRINKLER 15300-3 been installed in such a manner as to permit this installation to be made in complete accordance with the approved design. 3.02 COORDINATION A. Coordinate the installation schedule for this portion of the work with the overall construction schedule for the work to ensure orderly progress of the work with an absolute minimum of delay. B. Coordinate interface of fire sprinkler system with the work of all other trades to ensure proper and adequate provision for the installation and connection of this system. 3.03 INSTALLATION A. Install the complete fire sprinkler system in strict accordance with the approved shop drawings. B. Piping shall be concealed in all finished areas. C. Risers shall be located where indicated and be equipped with variable pressure alarm valves. Valves shall be complete with all necessary items, fittings, identification tags or plates and accessories including electric flow switch with provision for suitable venting and drainage for same. A back flow preventor in conformance to the local Water Department criteria shall be installed. D. Cutting of structural members for passage of sprinkler pipes or hangers shall be avoided and when necessary shall be done only with the Architect's written approval. E. Where piping passes through walls, floors ceilings, or other building construction, sleeves must be used. Where piping passes through finished work, chrome plated plates or escutcheons shall be installed to fit snugly around piping. Where finish is not a problem, suitable plates shall be provided at each hole to assure effectiveness of construction as a fire stop. F. All openings for piping should be anticipated and indicated on the approved and accepted Shop Drawings. Any additional cutting of openings must have the written approval of the Architect. G. Mark all pipes with Seton Setmark pipe markers. H. Penetrations of rated assemblies shall be fire-stopped. Fire stopping shall be an approved material as prescribed in State Fire Marshal Standard 43-1. I. Installation of the sprinkler system shall not be until complete plans and specifications (including supply information and type of existing sprinkler if any) have been approved by the local Fire Marshal. J. At various stages and upon completion, the system tested in the presence of the enforcing agency. K. Provide remote alarm system by telephone as required by local code. 3.04 ACCEPTANCE AND INSTRUCTIONS A. The Insurance Service Office after satisfying itself that the installation is satisfactory in all respects will issue a letter of final acceptance. Letter shall be addressed to the sprinkler company responsible for the installation, prepared in triplicate and given to the Architect and Owner for distribution. Carlsbad City Library Learning Center FIRE SPRINKLER 15300-4 B. After completion of all installation, tests, etc., and prior to acceptance, the sprinkler contractor shall instruct the owners authorized representative in the operation of the sprinkler system. C. Provide a preventive maintenance schedule for all applicable equipment and systems. 3.05 CLEANING UP A. Upon completion of the work completely remove all debris and excess materials from the job site. END OF SECTION Carlsbad City Library Learning Center FIRE SPRINKLER 15300-5 TREAD DEPTH + 12", MIN 36" STUCCO WALL BEYOND 1-1/2" ANODIZED ALUMINUM HANDRAIL WITH MEDIUM BRONZE FINISH, TYP OF BOTH SIDES OF STAIR, SEE PLAN STAIR FOOTING, PER STRUCTURAL DETAIL 4/S4.2 PRECAST CONCRETE STAIR SCALE: 1"=1'-0" PRECAST CONCRETI TREAD/RISER UNIT- CONTINUOUS 2x PLATE, NOTCH FOR PIPE WHERE OCCURS, FASTEN THROUGH TOP PIPE RAIL 1 1/2" DIA GALV PIPE, WELD TO STRINGER, 4'-0" O.C. MAX 7/8" SMOOTH 'SANTA BARBARA1 FINISH STUCCO OVER EXPANDED METAL MESH OVER BUILDING PAPER METAL STUD, WELD TO STRINGER FLASHING METAL STUD, WELD TO STRINGER EXTERIOR STAIR STRINGER. TYP SCALE: 1-1/2"=1'-0" 2 g S2 . S=ss3Ssd --asii §i**UjitX-9 --*-aijJ ^Q^CKUJ*— >*UJiiJ D.U.REQUIG CALo°s£°(MJ°2ft;w ^SnJ*: (nLJ U —i•oOrM^sssiOp pa ^ ^rQ I aS 00flj1m au 1 Os CARLSB5 %a 8 u < vflOa 3_j _i_i*• otLJz1 GOCO1 fv.in 3 i a U 3 J U X Z U13 LJ LJ H- w a P u uLJa.M a;u -3O UJo >fe^ LJa. ^~a\58433'a. J S ° B "1 1 2 JM ^ euro LJXapq APPROVE!DDDR.D JUNCTI:< 5 CL U PD RLJQ_Q- tj •" ntII a 5LJ s, H 3 § «<L.; <L &• IJLJ *t s^^£ Pi 5 &i: om a a^gt? w*telgs -•"" m C 95 LJ QQ ct:< Q< CO 00 o DVi i V)l3iin3 5 s § du 1S 2 n < a j < .„ a 4_j_. S _ 3011 h-in S S ^ 25 ai u z S X IdC3 Ld LJ 1— at—2 U. LJ Q.(/) a K£GO agd" > fe^ S •*• R S a •» £ J JZ — S 3Of cq <r aIU H QiU I—_l a: I— Ld i>za <tirta a ->-o;u1-1- Q y (KU tu OQ_ a P<r OiLJ oza a:ai—u LJCL au_i LJH I(—t—i =)a a£L LJ _ILJzo 00oz_ILJLJQ; fe o:u. u e az<t V 501 Z _jLJ VI a h- 1=1z V 5(XJ Z City of Carlsbad Public Works March 20, 2006 ADDENDUM NO. 3 RE: CITY LIBRARY LEARNING CENTER, PROJECT NO.: 3771 & 4001 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid opening is: March 29, 2006 Time change: 4:00 p.m. This addendum-receipt acknowledged-must be included to your bid when your bid is submitted. KEVIN DAVIS Buyer KD:rh ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidders Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (76O) 6O2-273O • FAX (760) 6O2-8562 ADDENDUM NO. 3 CITY LIBRARY LEARNING CENTER, CONTRACT NO. 3771 AND 4001 SPECIFICATIONS 1. Page 87 Section 300-13.1.1 SWPPP Document. Add the following after number 14. Storm Water Pollution Prevention Drawings: "15. Notice of Intent; 16. Notice of Completion." 2. Section 01100. A. Refer to Part 1.03 Contractor Use of Site and Premises. Add the following Holidays to item El.d: 7) New Year's Day; 8) Martin Luther King Birthday; 9) Presidents Day; 10) Day After Thanksgiving. B. Refer to Part 1.04 Work Sequence. Add the following: A sound wall or visual blocking wall is not required for this project. The Sequence Plans does require the Contractor to construct a temporary fence around the perimeter and also to separate work areas to accommodate Head Start. The Contractor shall construct the temporary fence so that no tripping hazard is created for children, and the general public attending or visiting Head Start. The Sequence Plans show Head Start moving to the new modular building, which may require the Contractor to modify or adjust supports on the temporary fence to avoid a tripping hazard for Head Start children or the general public. C. Add the following: "The City will be moving the existing playground equipment including removal of the structure, and replacement of the structure at a later date. The City will place the removed play structure in storage. The Contractor shall not include the cost of removing the play equipment or replacing it. 3. Section 02741 Bituminous Concrete Paving. Delete the original specification and substitute the enclosed Section 02741 4. Section 03480 Precast Concrete Specialties. Delete the original specification and substitute the enclosed Section 03480. 5. Section 10440 Interior Signage. Add the enclosed Signage Schedule (2 sheets total) to Section 10440. Also add the enclosed Detail 28 "Ceiling-Hung Sign" to Section 10440. Detail 28 is for the sign above the three public counters in the Learning Center Main Building. These include the Information desk (ground level), Circulation desk (ground level), and the Reception desk (upper level). 6. Section 11055 Library Book Security System. The City of Carlsbad purchased the Radio Frequency Identification (RFID) Book Theft Detection System. Therefore, Section 11055 shall be deleted. 7. Section 15895 Ductwork and Ductwork Accessories. This Section is mislabeled. Contractor shall reference Section 15890 for Ductwork and Accessories 8. Technical Specifications. Enclosed are the following Technical Specifications, which shall be added and included as part of the project specifications: Section 08410 - Metal-Framed Storefronts (New line item Part 2,2.01, A, line 3: "Arcadia, Inc., MS362 Series, Medium Stile Entrance Door.) Section 09206 - Metal Lath Section 09220 - Portland Cement Plaster Section 10341 - Skeleton Clock Section 15850 - Air Handling Equipment CONSTRUCTION PLANS 1. Sheet TS1. Delete the original sheet TS1 "Title Sheet", and substitute the enclosed sheet TS1 "Title Sheet" dated 3-14-06. The sheet index was modified. 2. Sheet C4.0 Paving and Utility Plan. Delete the installation of the 6" FS and connection to existing FS, refer to attached sketch. 3. Sheet C5.0. Refer to EROSION CONTROL NOTES A. On Note 1 add the following after the word "contact": Tom Moore 760-434-2939. B. On Note 14, Delete the words " City of San Marcos" and substitute "The City of Carlsbad". C. On Note 15. Delete the following words "5 Acres" and substitute the words "1 Acre". 4. Sheet Dl. A. Add the following general note: "Contractor shall remove and dispose of existing rubber play equipment surfacing, all existing debris located between existing buildings, all miscellaneous debris and trash inside existing buildings, the existing wood shed and chain link fence between the existing buildings". These items are not shown on the "Site Demolition Site Plan". B. Revise Note 2 as follows: "Existing Building and Foundations To Be Removed". C. Delete Note 9, the Monument Sign has already been removed. 5. Sheet D6. Add the following to Note D regarding existing palms: "A large root ball size shall be taken in conformance with this note to insure success with the transplant of the palms; however, there will be no warranty required for the transplanted palms. No replacement palms shall be included in the Contractor's bid, but the Contractor shall water the transplanted palms weekly with the existing trees in accordance with Note A on Sheet L3.0." 6. The following sheet plans are enclosed and shall be added to the contract set of plans. A. Sheet F4.0, titled "Ground Level Window Covering Plan", dated 3-14-06. B. Sheet F4.1 titled "Upper Level Window Covering Plan", dated 3-14-06. 7. Add the following sheet to the set of plans: Sheet Tl "Public Onsite Reclaimed Water System." This sheet is for information only to the Contractor. 8. Sheet AO.O. Add the following to Note 4 "New Modular Building, Installed After Demolition and Sitework Completed": "The modular building supplier, Williams- Scotsman, is supplying the City with a set of drawings for the modular building. The foundation drawings and dimensions are included in the set of plans prepared by Williams Scotsman. The modular building supplier is responsible for forming and pouring the concrete foundation for the modular building. Contractor shall coordinate with Williams Scotsman to provide for installation of the foundation work, and installation of the modular building." 9. Sheet AO.l A. Reference is made to Note 4 "New Modular Building, Installed After Demolition and Sitework Completed". The modular building supplier, Williams-Scotsman, is supplying the City with a set of drawings for the modular building. The foundation drawings and dimensions are included in the set of plans prepared by Williams Scotsman. The modular building supplier is responsible for forming and pouring the concrete foundation for the modular building. B. Enclosed is a revision to Sheet AO.l showing additional callouts for Notes 13,15, 19,26, and 31. C. Revise Note 19 as follows: "HANDICAPPED PARKING SIGN MOUNTED ON CONCRETE BOLLARD, PER DETAIL 2/A10.0, TYP" 10. Sheet A0.2 Enclosed is an Enlarged Plan E, which is updated to show revised clearance requirements of 24" between the SDG&E transformer pad and trash enclosure. 11. Sheet Al.2. With reference to Note 27 on Sheet Al.2 delete the words " Built-in Book Storage Shelves" and substitute the Words "Lockers, Per Specification". There are lockers in Room 215. The locker bank for Room 215 is described in the Schedule portion of Specification Section 10500: Part 3.04 Schedules, line C. 12. Sheet A4.Q Reference is made to Note 6, which states "Kynar" Coated Aluminum Guardrail per Detail 9/A12.0. In Note 6, delete the words "Kynar" Coated Aluminum Guardrail and substitute the words "Galvanized and Painted Tube Steel Guardrail." 13. Sheet A9.0. DOOR SCHEDULE. Reference is made to the hardware for gates 001 through 006 Type H, which is called out as Hardware #31. A small elevation is provided on Sheet A9.0, see Type H (Gate). The gates are shown on Sheet A15.1 Details 18,19 and 20. The hardware requirements for each gate shall be as a minimum: A. 4 pairs of 4" high galvanized hinges welded to the post with at least one of the hinges being spring actuated (self-closing) B. 1 panic hardware device with key override (KEYED TO BLDG SYSTEM) where shown on schedule C. Gates shall open 90 degrees minimum 14. Sheet Al 0.0. Add the following note to Detail 4"Concrete Wheel Stop": The dowels shall be recessed and grouted. 15. Sheet Al2.0. Refer to Detail 12 CORTEN SUNSHADE AT ENTRY. For the contractors' information regarding the 2x8x1/4" COR-TEN Steel product called out for the sunshade, there are at least 3 suppliers of Corten steel. Their contact information: A. Paragon Steel; Gary Johnson, 800/388.8998, X: 237 B. Jorgensen Steel, 562/699.9461 D. Blue Steel, 800/377.2109 16. Sheet Al 8.1. Add the following symbol to the list of callouts shown in the "Schedules Legend": CPT = CARPET TILE; and SL = 24" x 24" California, Daltile s700' Slate Tile 17. Sheet Al6.0 A. Reference is made to Detail 11. The Armstrong Optima Open Plan #3257, 24"x48"xl", square tegular edge profile is acceptable for mis project in lieu of "Access-Kerf Beveled Tegular Edge". B. Reference is made to Detail 12. The Armstrong Prelude 7/8", 10" Hemmed Angle Molding, #SS7801 (120" x 7/8" x 7/8") is acceptable for the Metalworks Vector ceiling panels. The Suprafine suspension system offers only a 9/16", 12' Hemmed Angle Molding, # 7804 (144" x 9/16" x 7/8") which is acceptable for this project. C. Reference is made to Detail 13. The Armstrong Metalworks 4" Axiom-Vector Ceiling Trim is acceptable for this project. 18. Sheet E0.3 Site Plan Electrical. A. SBC REQUIREMENTS: Enclosed are Drawing DB-28 "Developer Specifications" Sheet 1, 2, and 3 showing "SBC" requirements for construction of conduits and pedestals for telephone and cable TV. These drawing are incorporated into the Contact documents and the Contractor shall perform all work as indicated with reference to "Developer requirements". These requirements supercede those shown originally on Sheet E0.3 for this specific work. B. SDG&E REQUIREMENTS: The new 3-phase electrical service shall be routed from Pole P2 almost directly across the street from the existing transformer. The location of the new 3-phase transformer shall be placed 24" south of the trash enclosure, refer to the enclosed revision to Detail E from Sheet A0.2. The collector and under sidewalk drain shown on the Civil Sheets C3.0 and in Detail 6/C8.0 shall be shifted to the north by about 3-feet to provide clearance for the trenching of the new 3-phase conduit to the new transformer. SDG&E will remove the existing transformer and cabling. They will abandon the existing conduit in place. The existing concrete transformer pad belongs to the City of Carlsbad, and it shall be removed so that the sidewalk underdrain and collector can be installed. 19. Sheet Ll.l. Revise Note 5 on the Grading and Drainage Notes as follows: Delete the words "Rubberized Surfacing" and substitute the words "fibar wood fiber". 20. Sheet L3.0. Refer to Key Notes. On Note B delete "E/L4.2" and substitute "H/L3.2". SECTION 02741 BITUMINOUS CONCRETE PAVING PART1 GENERAL 1.01 SECTION INCLUDES A. Single course bituminous concrete paving. B. Double course bituminous concrete paving. 1.02 RELATED SECTIONS A. Section 02310 - Grading: Preparation of site for paving and base. B. Section 02316 - Fill and Backfill: Compacted sub grade for paving. C. Section 09900 - Paints and Coatings: Pavement markings. 1.03 REFERENCES A. Al MS-2 - Mix Design Methods for Asphalt Concrete and Other Hot-Mix Types; The Asphalt Institute; 1994, Sixth Edition. B. ASTM D 946 - Standard Specification for Penetration-Graded Asphalt Cement for Use in Pavement Construction; 1982 (Reapproved 1999). 1.04 QUALITY ASSURANCE A. Perform Work in accordance with State of California Highways standard. B. Mixing Plant: Conform to State of California Highways standard. C. Obtain materials from same source throughout. PART 2 PRODUCTS 2.01 MATERIALS A. Asphalt Cement: ASTM D 946. B. Aggregate for Binder Course: In accordance with State of California Highways standards. 2.02 ASPHALT PAVING MIXES AND MIX DESIGN A. Binder Course: 4.5 to 6 percent of asphalt cement by weight in mixture in accordance with Al MS-2. B. Wearing Course: 5 to 7 percent of asphalt cement by weight in mixture in accordance with Al MS-2. PARTS EXECUTION 3.01 PLACING ASPHALT PAVEMENT - SINGLE COURSE A. Install Work in accordance with State of California Highways standards. B. Place asphalt within 24 hours of applying primer or tack coat. C. Compact pavement by rolling to specified density. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. D. Perform rolling with consecutive passes to achieve even and smooth finish without roller marks. 3.02 PLACING ASPHALT PAVEMENT - DOUBLE COURSE A. Place asphalt binder course within 24 hours of applying primer or tack coat. Carlsbad City Library Learning Center BITUMINOUS CONCRETE PAVING 02741 -1 B. Place wearing course within two hours of placing and compacting binder course. C. Compact pavement by rolling to specified density. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. D. Perform rolling with consecutive passes to achieve even and smooth finish, without roller marks. END OF SECTION Carlsbad City Library Learning Center BITUMINOUS CONCRETE PAVING 02741 - 2 SECTION 03480 PRECAST CONCRETE SPECIALTIES PART1 GENERAL 1.01 SECTION INCLUDES A. Pavers for pedestrian traffic, on adjustable pedestals, over roofing or waterproofing protection. B. Truncated dome pavers for pedestrian traffic, used as detectable warning between pedestrian and vehicular areas. C. Closed riser steptreads for exterior stair application. 1.02 RELATED SECTIONS A. Section 05510: Metal Stairs. B. Section 07513: Cold Process Built-Up Asphalt Roofing. 1.03 REFERENCES A. ASTM C33 - Standard Specification for Concrete Aggregates. B. ASTM C150 - Standard Specification for Portland Cement. 1.04 SUBMITTALS A. See Supplemental Provisions, Section 2-5.3.3 - Submittals, for submittal procedures. B. Shop Drawings: Indicate areas in which precast product will be used including plans and details of installation where applicable. Show pattern of layout and indicate where partial pavers will be installed. C. Samples: Submit two precast samples of each product, 3 1/2" x 3 1/2" inch in size, illustrating color, texture, thickness and finish. D. Manufacturer's Instructions: Indicate physical and chemical properties of product, and manufacturer's written instructions including preparatory work, methods, and precautions of installation. E. Warranty: Submit manufacturer warranty and ensure that forms have been completed in Carlsbad City Library's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. B. Installer Qualifications: Company specializing in performing the work of this section with minimum three years of experience. 1.06 PRE-INSTALLATION MEETING A. Convene one week before starting work of this section. 1.07 DELIVERY, STORAGE, AND PROTECTION A. Store products in manufacturer's unopened packaging, with labels intact, until ready for installation. B. Store products under cover and elevated above grade. 1.08 WARRANTY Carlsbad City Library Learning Center PRECAST CONCRETE SPECIALTIES 03480 -1 A. See Supplemental Provisions, Section 6-8 - Completion and Acceptance, for additional warranty requirements. B. Correct defective Work within a five year period after Date of Substantial Completion. C. Provide five year manufacturer warranty for all pavers and steptreads. 1.09 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Stepstone, Inc. 17025 South Main Street, Gardena, CA 90248; Tel: 310-327-7474 or 1-800-527-9029; Fax: 310-217-1424 B. Substitutions: See Supplemental Provisions, Section 4-1.6 - Trade Names or Equals. 2.02 PRODUCT NAME: STEPSTONE CLASSIC PEDESTAL PAVERS A. Composition and Materials: Pavers are made with 4000 psi (27,560 kPa) hardrock concrete using Type III cement. B. Size: 24"x24", 2" thickness C. Color: Coordinate color choice with Manuel Oncina Architects, Inc. D. Finish: Coordinate finish choice with Manuel Oncina Architects, Inc. E. Physical/Chemical Properties: 1. Paver weight per square foot is 22 Ibs for each unit. 2. Average water absorption is not greater than 10% in samples, with no individual unit greater than 12%. 3. Unit height is not more than +/- 3/16" from standard dim 4. No unit will differ more than +/- 3/16" from the approved samples. F. Fire rating: Concrete is non-combustible. Supplemental fire protection of other structural members may be required by code. 2.03 PRODUCT NAME: STEPSTONE TRUNCATED DOME PAVERS A. Composition and Materials: Pavers are made with 4000 psi (27,560 kPa) hardrock concrete using Type III cement. B. Size: 24"x24", 1-3/4" thickness C. Color: Coordinate color choice with Manuel Oncina Architects, Inc. D. Finish: Coordinate finish choice with Manuel Oncina Architects, Inc. E. Physical/Chemical Properties: 1. Paver weight per square foot is 20 Ibs for 1-3/4" thick units and 22 Ibs for 2" thick units. 2. Dome dimension is 0.2" high, 0.9" at base, 0.45" at top. Spacing between domes is 2.35" on center. 3. Average water absorption is not greater than 10% in samples, with no individual unit greater than 12%. 4. Unit height is not more than +/- 3/16" from standard dim 5. No unit will differ more than +/- 3/16" from the approved samples. F. Fire rating: Concrete is non-combustible. Supplemental fire protection of other structural members may be required by code. Carlsbad City Library Learning Center PRECAST CONCRETE SPECIALTIES 03480 -2 2.04 PRODUCT NAME: STEPSTONE STEPTREADS A. Composition and Materials: Pavers are made with 4000 psi (27,560 kPa) hardrock concrete using Type III cement. Pavers reinforced with zinc-plated welded wire fabric. Reinforcing includes six bars of reinforcing steel in the longitudinal direction and reinforcing steel bars every 6" in the transverse direction. B. Type: Closed riser Steptreads will be used-Modern profile. C. Size: 2-1/2"x12" standard size, length 36"-48" per plan. D. Color: Coordinate color choice with Manuel Oncina Architects, Inc. E. Finish: Coordinate finish choice with Manuel Oncina Architects, Inc. F. Limitations: Steptreads should be used only with a stringer system engineered to carry required loads and meet code requirements. G. Physical/Chemical Properties: 1. Steptread Closed-Riser weight per lineal foot is 36 Ibs. 2. Average water absorption is not greater than 10% in samples, with no individual unit greater than 12%. 3. Unit height is not more than +/- 3/16" from the approved samples. H. Fire rating: Concrete is non-combustible. Supplemental fire protection of other structural members may be required by code. PART 3 EXECUTION 3.01 INSTALLATION A. PRODUCT NAME: STEPSTONE CLASSIC PEDESTAL PAVERS 1. Install in accordance with manufacturer's written instructions. 2. Classic Pedestal Pavers can be elevated with pedestal supports. 3. Sides shall be parallel, with courses straight. 4. Spaces between the pavers shall not be more than 1/4". 5. Pedestal Pavers are to be supported equally. B. PRODUCT NAME: STEPSTONE TRUNCATED DOME PAVERS 1. Install in accordance with manufacturer's written instructions and standard masonry practices. 2. Truncated Dome Pavers shall be mortared in. 3. Sides shall be parallel, with courses straight and level to each other. 4. Spaces between the pavers shall not be more than 1/4". 5. Pedestal Pavers are to be laid out with equal bearing and supported equally. C. PRODUCT NAME: STEPSTONE STEPTREADS 1. Install in accordance with manufacturer's written instructions and standard masonry practices. 2. Do not rest Closed-Riser Steptreads on the riser section. 3. Steptreads are welded to a structural steel stringer system. Stringer system to be designed, fabricated and installed by others to meet applicable building codes for stairways with precast concrete Steptreads. 3.02 INTERFACE WITH OTHER WORK A. If modified bituminous cap sheet roofing membrane is damaged or punctured in any way, stop work and notify Manuel Oncina Architects, Inc and City of Carlsbad immediately.. 3.03 CLEANING Carlsbad City Library Learning Center PRECAST CONCRETE SPECIALTIES 03480 -3 A. Clean pavers and steptreads of dirt, stains and mildew before Substantial Completion. B. Replace pavers and steptreads visibly damaged or cracked as the result of subsequent construction operations. C. Protect installed pavers and steptreads from subsequent construction operations. END OF SECTION Carlsbad City Library Learning Center PRECAST CONCRETE SPECIALTIES 03480 -4 SECTION 08410 METAL-FRAMEDSTOREFRONTS PART1 GENERAL 1.01 SECTION INCLUDES A. Entrance and storefront systems, complete with reinforcing, fasteners, anchors and attachment devices. B. Aluminum-framed storefront, with vision glass. C. Aluminum doors and frames. D. Weatherstripping. E. Accessories necessary to complete work. 1.02 RELATED SECTIONS A. Section 05120-Structural Steel: Steel attachment members. B. Section 05500 - Metal Fabrications: Steel attachment devices. C. Section 07840 - Firestopping: Firestop at system junction with structure. D. Section 07900 - Joint Sealers: Perimeter sealant and back-up materials. E. Section 08710 - Door Hardware: Hardware items other than specified in this section. F. Section 08800 - Glazing: Glass and glazing accessories. 1.03 REFERENCES A. AA DAF-45 - Designation System for Aluminum Finishes; The Aluminum Association, Inc.; 2003. B. AAMA CW-10 - Care and Handling of Architectural Aluminum From Shop to Site; American Architectural Manufacturers Association; 2004. C. AAMA 501.2 - Field Check of Metal Storefronts, Curtain Walls, and Sloped Glazing Systems for Water Leakage; American Architectural Manufacturers Association; 2003 (part of AAMA 501). D. AAMA 503.1 - Test Method for Condensation Resistance of Windows, Doors and Glazed Wall Systems. E. AAMA 608.1 - Specification and Inspection Methods for Electrolytically Deposited Color Anodic Finishes for Architectural Aluminum. F. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 1998. G. AAMA Manual #10 - Care and Handling of Architectural Aluminum From Shop to Site. H. AAMA SFM 1 - Aluminum Storefront and Entrance Manual. I. ANSI A117.1 - Safety Standards for the Handicapped. J. ASCE 7 - Minimum Design Loads for Buildings and Other Structures; American Society of Civil Engineers; 2002. K. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel; 2005. L. ASTM A 123/A 123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2002. Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -1 M. ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2004. N. ASTM B 221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2004a. 0. ASTM B 308 - Aluminum-Alloy 6061-T6 Standard Structural Shapes, Rolled or Extruded. P. ASTM C 509 - Cellular Elastomeric Pre-formed Gasket and Sealing Material. Q. ASTM C 864 - Dense Elastomeric Compression Seal Gaskets, Setting Blocks and Spacers. R. ASTM E 283 - Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen; 2004. S. ASTM E 330 - Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference; 2002. T. ASTM E 331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference; 2000. U. Federal Specifications TT-P-645A - Primer, Paint, Zinc Chromate, Alkyd Type. V. SSPC-Paint 20 - Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic"); Society for Protective Coatings; 2002. 1.04 DESIGN REQUIREMENTS A. Drawings are diagrammatic and do not purport to identify nor solve problems of thermal or structural movement, glazing, anchorage or moisture disposal. B. Requirements shown by details are intended to establish basic dimension of units, sight lines and profiles of members. C. Provide concealed fastening. D. Provide entrance and storefront systems, including necessary modifications, to meet specified requirements and maintaining visual design concepts. E. Attachment considerations are to take into account site peculiarities and expansion and contraction movements so there is no possibility of loosening, weakening or fracturing connection between units and building structure or between units themselves. F. Anchors, fasteners and braces shall be structurally stressed not more than 50% of allowable stress when maximum loads are applied. G. Provide for expansion and contraction without detriment to appearance or performance. H. Assemblies shall be free from rattles, wind whistles and noise due to thermal and structural movement and wind pressure. 1. Not Permitted: Vibration harmonics, wind whistles, noises caused by thermal movement, thermal movement transmitted to other building elements, loosening, weakening, or fracturing of attachments or components of system. J. 1.05 PERFORMANCE REQUIREMENTS A. Design and size components to withstand the following load requirements without damage or permanent set, when tested in accordance with ASTM E 330, using loads 1.5 times the design wind loads and 10 second duration of maximum load. 1. Design Wind Loads: Comply with requirements of ASTM E 330 code. Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -2 2. Member Deflection: Limit member deflection to 1/175 in any direction, with full recovery of glazing materials. B. System shall not deflect more than 1/8" at the centerpoint, or 1/16" at the centerpoint of a horizontal member, once deadload point have been established. C. Movement: Accommodate movement between storefront and perimeter framing and deflection of lintel, without damage to components or deterioration of seals. D. Air Infiltration: Limit air infiltration through assembly to 0.06 cu ft/min/sq ft of wall area, measured at a reference differential pressure across assembly of 6.24 psf as measured in accordance with ASTM E 283. E. Water Resistance: No water leakage, when measured in accordance with ASTM E 331 with a static test pressure of 15 Ibf/sq ft. F. Dynamic Water Resistance: No water leakage, when measured in accordance with AAMA 501.1-94 with a dynamic test pressure of 15 Ibf/sq ft. G. Condensation Resistance Factor (CRF) in accordance with AAMA 1503.1-88 shall not be less than 55. H. System Internal Drainage: Drain to the exterior by means of a weep drainage network any water entering joints, condensation occurring in glazing channel, and migrating moisture occurring within system. I. Expansion/Contraction: Provide for expansion and contraction within system components caused by cycling temperature range of 180 degrees F over a 12 hour period without causing detrimental effect to system components, anchorages, and other building elements. J. Thermal Transmittance: (U-value) in accordance with AAMA 1503.1-88 shall not be more than .65 BTU, hr/degree F/SF. K. Seismic testing shall conform to AAMA recommended static test method for evaluating performance of curtain walls and storefront wall systems due to horizontal displacements associated with seismic movements and building sway. L. Sound transmission in accordance with ASTM E 90. M. Testing Requirements: Provide components that have been previously tested by an independent testing laboratory. 1.06 SUBMITTALS A. See Supplemental Provisions Section 2-5.3.3 Submittals, for submittal procedures. B. Product Data: Provide component dimensions, describe components within assembly, anchorage and fasteners, glass and infill, internal drainage details. C. Shop Drawings: Indicate system dimensions, framed opening requirements and tolerances, affected related Work, expansion and contraction joint location and details, and field welding required. D. Design Data: Provide framing member structural and physical characteristics, engineering calculations, dimensional limitations. E. Hardware Schedule: Complete itemization of each item of hardware to be provided for each door, cross-referenced to door identification numbers in Contract Documents. F. Samples: Submit two samples 6x6 inches in size illustrating finished aluminum surface, glass, glazing materials. Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -3 G. Manufacturer's Certificate: Certify that the products supplied meet or exceed the specified requirements. H. Report of field testing for water leakage. I. Warranty: Submit manufacturer warranty and ensure forms have been completed in Carlsbad City Library's name and registered with manufacturer. 1.07 QUALITY ASSURANCE A. Design structural support framing components under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed in California. B. Manufacturer and Installer: Company specializing in manufacturing aluminum glazing systems with minimum five years of documented experience. 1.08 PRE-INSTALLATION MEETING A. Convene one week before starting work of this section. 1.09 DELIVERY, STORAGE, AND PROTECTION A. Handle products of this section in accordance with AAMA CW-10. B. Protect finished aluminum surfaces with wrapping. Do not use adhesive papers or sprayed coatings which bond to aluminum when exposed to sunlight or weather. 1.10 PROJECT CONDITIONS A. Coordinate the work with installation of other building components or materials. 1.11 ENVIRONMENTAL REQUIREMENTS A. Do not install sealants when ambient temperature is less than 40 degrees F. Maintain this minimum temperature during and 48 hours after installation. 1.12 WARRANTY A. See Supplemental Provisions Section 6-8 - Completion and Acceptance, for additional warranty requirements. B. Correct defective Work within a five year period after Date of Substantial Completion. C. Provide five year manufacturer warranty against failure of glass seal on insulating glass units, including interpane dusting or misting. Include provision for replacement of failed units. D. Provide five year manufacturer warranty against excessive degradation of exterior finish. Include provision for replacement of units with excessive fading, chalking, or flaking. E. Warranty shall cover following: 1. Complete watertight and airtight system installation within specified tolerances. 2. Completed installation will remain free from rattles, wind whistles and noise due to thermal and structural movement and wind pressure. 3. System is structurally sound and free from distortion. 4. Glass and glazing gaskets will not break or "pop" from frames due to design wind, expansion or contraction movement. 5. Glazing sealants and gaskets will remain free from abnormal deterioration or dislocation due to sunlight, weather or oxidation. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Arcadia, Inc., 3225 East Washington Blvd. Vernon, CA ; Tel: (323) 269-7300 Fax: (323) Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -4 269-7390. 1. Arcadia, Inc., T500 Series (OPG-6000), 2-1/4" x 6" pressure plate glazed system for 1" insulated glazing. 2. Arcadia, Inc., AR450 Series, 2" x 4-1/2" center glazed system for 1/4" glass (screw spline/ shear block system). 3. Arcadia, Inc., MS362 Series, Medium Stile Entrance Door. B. Other Acceptable Manufacturers: 1. Substitutions: See Supplemental Provisions Section 4-1.6 - Trade Names or Equals. 2.02 COMPONENTS A. Aluminum-Framed Storefront: Factory fabricated, factory finished aluminum framing members with infill, and related flashings, anchorage and attachment devices. 1. Finish: Class I color anodized. 2. Color: Medium bronze. B. Aluminum Framing Members: Tubular aluminum sections, thermally broken with interior section insulated from exterior, drainage holes and internal weep drainage system. 1. Framing members for interior applications need not be thermally broken. 2. Glazing stops: Flush. 3. Cross-Section: 6x2 inch nominal dimension. 4. Structurally Reinforced Members: Extruded aluminum with internal reinforcement of structural steel member. C. Doors: Glazed aluminum. 1. Thickness: 1-3/4 inches. 2. Wall Thickness: 0.125 inch. 3. Top Rail: 3-3/16" inches wide. 4. Vertical Stiles: 3-1/2" inches wide. 5. Bottom Rail: 9-1/2" inches wide. 6. Glazing Stops: Square. 7. Finish: Same as storefront. 2.03 MATERIALS A. Framing members, transition members, mullions, adaptors, and mounting: Extruded 6063-T5 aluminum alloy (ASTM B221 - Alloy G.S. 10a T5). B. Structural Steel Sections: ASTM A 36/A 36M; galvanized in accordance with requirements of ASTMA123/A123M. C. Screws, fastening devices, and internal components: Stainless steel in accordance with ASTM.A-164. Perimeter anchors shall be aluminum or steel, providing the steel is properly isolated from aluminum. 1. Do not use exposed fasteners, except where unavoidable for application of hardware. 2. For exposed locations, provide countersunk Phillips head screws with finish matching items fastened. 3. Provide nuts or washers of design having means to prevent disengagement; deforming of fastener threads is unacceptable. D. Exposed Flashings: 0.032 inch thick aluminum sheet; finish to match framing members. E. Concealed Flashings: 0.018 inch thick aluminum. F. Perimeter Sealant: As specified in Section 07900 G. Glass: As specified in Section 08800. H. Glazing Gaskets: Type to suit application to achieve weather, moisture, and air infiltration Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -5 requirements. 1. Compression type design, replaceable, molded or extruded, of santoprene, polyvinyl chloride (PVC) or ethylene propylene diene monomer (EPDM). 2. Conform to ASTM C509 or C864 3. Profile and hardness as required to maintain uniform pressure for watertight seal. 4. Provide in manufacturer's standard black color. I. Glazing Accessories: As specified in Section 08800. J. Weatherstripping: 1. Wool pile conforming to AAMA 701.2; or extruded EPDM elastomeric conforming to ASTM C509 or C864. 2. Provide EPDM or vinyl blade gasket Weatherstripping in bottom door rail, adjustable for contact with threshold. K. "Anti-Walk" Edge Blocking: "W" shaped EPDM blocks for use in keeping glazing material stationary under vibration or seismic loading. L. Baffles (at weep holes): Type as recommended by system manufacturer and shown in published installation instructions. M. Screens: Tubular aluminum frames; screen cloth securely held in place by means of reusable vinyl splines; 18 by 16 aluminum screen cloth. N. Touch-Up Primer for Galvanized Steel Surfaces: SSPC-Paint 20, zinc rich. 2.04 FINISHES A. An Architectural Class I Color Anodic Finish: Conforming with AA-M12C22A34/AA-M12C22A44. Integrally colored anodic coating not less than 0.7 mils thick. B. Touch-Up Materials: As recommended by coating manufacturer for field application. 2.05 HARDWARE A. Door Hardware: As specified in Section 08710. B. Weatherstripping: Wool pile, continuous and replaceable; provide on all doors. C. Sill Sweep Strips: Resilient seal type, retracting, of neoprene; provide on all doors. 2.06 FABRICATION A. Fabricate components with minimum clearances and shim spacing around perimeter of assembly, yet enabling installation and dynamic movement of perimeter seal. B. Accurately fit and secure joints and corners. Make joints flush, hairline, and weatherproof. C. Prepare components to receive anchor devices. Fabricate anchors. D. Coat concealed metal surfaces that will be in contact with cementitious materials or dissimilar metals with bituminous paint. E. Arrange fasteners and attachments to conceal from view. F. Reinforce components internally for door hardware. G. Reinforce framing members for imposed loads. H. Finishing: Apply factory finish to all surfaces that will be exposed in completed assemblies. 1. Touch-up surfaces cut during fabrication so that no natural aluminum is visible in completed assemblies, including joint edges. I. Continuous sub-sill shall be provided under sill members to collect water infiltration and divert Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -6 from the interior of the system. J. Fasteners shall be so located as to ensure concealment from view in the final assembly. K. Framing members shall be internally reinforced and secured at head and sill as necessary for structural performance requirements, for hardware attachment, and as indicated. PART 3 EXECUTION 3.01 EXAMINATION A. Verify dimensions, tolerances, and method of attachment with other work. B. Verify that wall openings and adjoining air and vapor seal materials are ready to receive work of this section. C. Fabricate units to withstand loads which will be applied when system is in place. 3.02 INSTALLATION A. Provide members of size, shape and profile indicated, designed to provide for glazing from exterior. B. Install wall system in accordance with manufacturer's written instructions. C. Attach to structure to permit sufficient adjustment to accommodate construction tolerances and other irregularities. D. Provide alignment attachments and shims to permanently fasten system to building structure. E. Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional tolerances, aligning with adjacent work. F. Fabricate frame assemblies with joints straight and tight fitting. G. Provide thermal isolation where components penetrate or disrupt building insulation. H. Reinforce internally with structural members as necessary to support design loads. I. Maintain accurate relation of planes and angles, with hairline fit of contacting members. J. Coordinate attachment and seal of perimeter air and vapor barrier materials. K. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. L. Seal horizontals and direct moisture accumulation to exterior. M. Provide flashings and other materials used internally or externally that are corrosive resistant, non-staining, non-bleeding and compatible with adjoining materials. N. Provide manufacturer's extrusions and accessories to accommodate expansion and contraction due to temperature changes without being detrimental to appearance or performance. O. Make provisions in framing for minimum edge clearance, nominal edge cover and nominal pocket width for thickness and type of glazing or infill used in accordance with recommendations of manufacturer and FGMA Glazing Manual. P. Provide tight fitting, injection molded, plastic water deflectors at all intermediate horizontals Q. Set thresholds in bed of mastic and secure. R. Install hardware using templates provided. 1. See Section 08710 for hardware installation requirements. 2. Refer to Section 08710 for installation requirements. Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -7 S. Install glass in accordance with Section 08800, using glazing method required to achieve performance criteria. T. Install perimeter sealant in accordance with Section 07900. U. Entrance Doors: 1. Fabricate with mechanical joints using internal reinforcing plates and shear blocks attached with fasteners and by welding. 2. Provide extruded aluminum glazing stops of square design, permanently anchored on security side and removable on opposite side. 3.03 ERECTION TOLERANCES A. Limit variations from plumb and level: 1. 1/8 inch in 10 feet vertically 2. 1/8 inch in 20 feet horizontally B. Maximum Variation from Plumb: 0.06 inches every 3 ft non-cumulative or 1/16 inches per 10 ft, whichever is less. C. Limit variations from theoretical locations: 1/4 inch (6 mm) for any member at any location. D. Maximum Misalignment of Two Adjoining Members Abutting in Plane: 1/32 inch. 3.04 FIELD QUALITY CONTROL A. See Supplemental.Provisions Section 4-1.4 - Test of Materials, for independent testing and inspection requirements. Inspection will monitor quality of installation and glazing. 3.05 ADJUSTING A. Adjust operating hardware for smooth operation. 3.06 CLEANING AND PROTECTION A. Remove protective material from pre-finished aluminum surfaces. B. Wash down surfaces with a solution of mild detergent in warm water, applied with soft, clean wiping cloths. Take care to remove dirt from corners. Wipe surfaces clean. C. Remove excess sealant by method acceptable to sealant manufacturer. D. Touch-up minor damage to factory applied finish; replace components that cannot be satisfactorily repaired. E. Protect finished work from damage. 3.07 SCHEDULE A. T500 Series (OPG-6000). 1. Window: 1A a. Cross Section: 2-1/4 x 6 inches. B. AR450 Series 1. Window: 2V a. Cross Section: 2 x 4-1/2 inches. END OF SECTION Carlsbad City Library Learning Center METAL-FRAMED STOREFRONTS 08410 -8 SECTION 09206 METAL LATH PART1 GENERAL 1.01 SECTION INCLUDES A. Metal lath for Portland cement plaster. B. Furring for metal lath. 1.02 RELATED SECTIONS A. Section 07260 - Vapor Retarders. B. Section 09220 - Portland Cement Plaster. 1.03 REFERENCES A. ASTM C 841 - Standard Specification for Installation of Interior Lathing and Furring; 2003. B. ASTM C 847 - Standard Specification for Metal Lath; 2004. C. ASTM C 1002 - Standard Specification for Steel Self-Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2004. D. ASTM C 1063 - Standard Specification for Installation of Lathing and Furring to Receive Interior and Exterior Portland Cement-Based Plaster; 2003. E. GA-600 - Fire Resistance Design Manual; Gypsum Association; 2003. F. NAAMM ML/SFA 920 - Guide Specifications For Metal Lathing and Furring; The National Association of Architectural Metal Manufacturers; 1991. 1.04 PERFORMANCE REQUIREMENTS A. Design and install framing and lath to limit deflection to the following: 1. Maximum Deflection of Vertical Assemblies: 1:360 under lateral point load of 100 Ibs. 2. Maximum Deflection of Horizontal Assemblies: 1:240 deflection under dead loads and wind uplift. 1.05 SUBMITTALS A. See Supplimentary Provisions, Section 2-5.3.3 - Submittals, for submittal procedures. B. Product Data: Provide data on furring and lathing components, structural characteristics, material limitations, and finish. C. Samples: 1. Submit two samples, 4x4 inch in size illustrating lath material and finish. 2. Submit two samples, 4x4 inch in size illustrating linear materials and finish. 3. Submit two samples, 4x4 inch in size illustrating control joint materials and finish. 1.06 QUALITY ASSURANCE A. Maintain one copy of each installation standard referenced in PART 3 on site throughout the duration of lathing and plastering work. B. Fire Rated Assemblies: Provide components complying with requirements for fire rated assemblies specified in Section 09220. C. Installer Qualifications: Company specializing in performing the work of this section with Carlsbad City Library Learning Center METAL LATH 09206 -1 minimum 5 years experience. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Metal Lath: 1. Alabama Metal Industries Corporation: www.amico-online.com. 2. Clark Steel: www.clarksteel.com. 3. Dale/lncor: www.daleincor.com. 4. Western Metal Lath, Inc: www.wmlinc.com. 5. Substitutions: See Supplemental Provisions, Section 4-1.6 Trade Names or Equals. 2.02 FRAMING MATERIALS A. Furring Channels: Formed steel, minimum 0.020 inch thick, 3/8 inch deep x 7/8 inch high, splicing permitted; galvanized. 2.03 LATH A. Diamond Mesh Metal Lath: ASTM C 847, galvanized; self-furring. 1. Weight: To suit application, comply with deflection criteria, and as specified in ASTM C 841 for framing spacing. 2. Galvanized. B. Corner Mesh: Formed sheet steel, minimum 0.018 inch thick, perforated flanges shaped to permit complete embedding in plaster, minimum 2 inch size; same finish as lath. C. Strip Mesh: Expanded metal lath, same weight as lath, 2 inch wide x 24 inch long; same finish as lath. D. Beads, Screeds, Joint Accessories, and Other Trim: Depth governed by plaster thickness, maximum possible lengths. 1. Material: Formed galvanized sheet steel, expanded metal flanges. 2. Casing Beads: Square edges. 3. Expansion Joints: Accordion profile with factory-installed protective tape, 2 inch wide flanges. 4. Control Joints: Accordion profile with protective tape, 2 inch flanges. 2.04 ACCESSORIES A. Anchorage: Tie wire, nails, and other metal supports, of type and size to suit application; to rigidly secure materials in place, galvanized. B. Tie Wire: Annealed galvanized steel. PARTS EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that substrates are ready to receive work and conditions are suitable for application. 3.02 INSTALLATION-GENERAL A. Install lath and furring for plaster work in accordance with ASTM C 841 and GA-600. 3.03 WALL FURRING A. Install wall furring by directly attaching to masonry walls. B. Install furring channels horizontally; secure with fasteners on alternate channel flanges at Carlsbad City Library Learning Center METAL LATH 09206 -2 maximum 24 inches on center. 3.04 CONTROL AND EXPANSION JOINTS A. Locate joints as indicated on drawings. B. Install control and expansion joints. 3.05 LATH INSTALLATION A. Apply metal lath taut, with long dimension perpendicular to supports. B. Lap ends minimum 1 inch. Secure end laps with tie wire where they occur between supports. C. Lap sides of diamond mesh lath minimum 1-1/2 inches. D. Continuously reinforce internal angles with corner mesh, except where the metal lath returns 3 inches from corner to form the angle reinforcement; fasten at perimeter edges only. E. Place corner bead at external wall comers; fasten at outer edges of lath only. F. Place base screeds at termination of plaster areas; secure rigidly in place. G. Place 4 inch wide strips of metal lath centered over junctions of dissimilar backing materials. Secure rigidly in place. H. Place lath vertically above each top corner and each side of door frames to 6 inches above ceiling line. I. Place casing beads at terminations of plaster finish. Butt and align ends. Secure rigidly in place. J. Place additional strip mesh diagonally at corners of lathed openings. Secure rigidly in place. 3.06 ERECTION TOLERANCES A. Maximum Variation from True Lines and Levels: 1/8 inch in 10 feet. B. Maximum Variation from True Position: 1/8 inch. END OF SECTION Carlsbad City Library Learning Center METAL LATH 09206 -3 SECTION 09220 PORTLAND CEMENT PLASTER PART1 GENERAL 1.01 SECTION INCLUDES A. Portland cement plaster for installation over metal lath, masonry, concrete, and solid surfaces. 1.02 RELATED SECTIONS A. Section 09206 - Metal Lath: Metal furring and lathing for plaster. 1.03 REFERENCES A. ASTM C 150 - Standard Specification for Portland Cement; 2004a. B. ASTM C 206 - Standard Specification for Finishing Hydrated Lime; 2003. C. ASTM C 926 - Standard Specification for Application of Portland Cement-Based Plaster; 1998a. D. ASTM C 932 - Standard Specification for Surface-Applied Bonding Compounds for Exterior Plastering; 2003. E. PCA EB049M - Portland Cement Plaster (Stucco) Manual; Portland Cement Association; 2003. 1.04 SUBMITTALS A. See Supplementary Provisions, Section 2-5.3.3 - Submittals, for submittal procedures. B. Product Data: Provide data on plaster materials, characteristics and limitations of products specified. C. Samples: Submit two samples, 6x12 inch in size illustrating finish color and texture. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with ASTM C 926. 1. Maintain one copy on site. B. Conform to applicable code for fire rated assemblies as indicated on drawings. 1. Coordinate components of fire rated assemblies with materials specified for support of plaster in other sections. C. Installer Qualifications: Company specializing in performing the work of this section with minimum 5 years of experience. 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not apply plaster when substrate or ambient air temperature is under 50 degrees F or over 80 degrees F. B. Maintain minimum ambient temperature of 50 degrees F during installation of plaster and until cured. PART 2 PRODUCTS 2.01 PLASTER MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. For finish coat: No. 283 color. B. Lime: ASTM C 206, Type S. Carlsbad City Library Learning Center PORTLAND CEMENT PLASTER 09220 -1 C. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster. D. Color Pigment: Integrally mixed pigment or available as Expo Quality Color system as base and box color. Color as selected by Manuel Oncina Architects, Inc. E. Shelf Life: Three (3) months if kept in dry condition. 2.02 METAL LATH A. Metal Lath and Accessories: As specified in Section 09206. B. Beads, Screeds, and Joint Accessories: As specified in Section 09206. 2.03 PLASTER MIXES A. Over Metal Lath: Three-coat application, mixed and proportioned in accordance with ASTM C 926. B. First Coat: 1. Mix per manufacturer's written instructions. C. Second Coat: Same as first coat, except minimum 3 parts and maximum 5 parts aggregate. D. Finish Coat: 1. One part Portland cement. 2. Minimum 3/4 and maximum 1-1/2 parts lime. 3. 3 parts sand, per sum of cementitious materials. E. Stucco shall conform to the following standards: 1. Standards established by the Stucco Manufacturer's Association. 2. Hydrated Lime: Federal Specification SS-L-351B, Type F and M, ASTM C206-84 (Type S), ASTM C207-79 (Type S), UBC Standard No. 24-18-82. 3. Portland Cement: Type 1 ASTM C150-56, Federal Specification SS-C-192B. F. Mix only as much plaster as can be used prior to initial set. G. Add color pigments to finish coat in accordance with manufacturer's instructions. H. Mix materials dry, to uniform color and consistency, before adding water. I. Mix with clean water for at least 20 minutes and use within one hour after mixing. J. Protect mixtures from freezing, frost, contamination, and excessive evaporation. K. Do not retemper mixes after initial set has occurred. PARTS EXECUTION 3.01 EXAMINATION A. Verify the suitability of existing conditions before starting work. B. Masonry: Verify joints are cut flush and surface is ready to receive work of this section. Verify no bituminous or water repellent coatings exist on masonry surface. C. Metal Lath and Accessories: Verify lath is flat, secured to substrate, and joint and surface perimeter accessories are in place. 3.02 PREPARATION A. Dampen masonry surfaces to reduce excessive suction. 3.03 PLASTERING A. Apply premixed plaster in accordance with manufacturer's instructions. Carlsbad City Library Learning Center PORTLAND CEMENT PLASTER 09220 -2 B. Three-Coat Application Over Metal Lath: 1. Apply first coat to a nominal thickness of 3/8 inch. 2. Apply second coat to a nominal thickness of 3/8 inch. 3. Apply finish coat to a nominal thickness of 1/8 inch. C. In exterior work, scribe contraction joints through entire plaster application at locations shown on exterior building elevation drawings. D. Moist cure base coats. E. Apply second coat immediately following initial set of first coat. F. After curing, dampen previous coat prior to applying finish coat. G. Finish Texture: Smooth trowel to a consistent and smooth finish. One coat should be laid on fairly tight, then double back and trowel out existing trowel marks. Use as little water as possible when troweling smooth. H. Avoid excessive working of surface. Delay troweling as long as possible to avoid drawing excess fines to surface. I. Curing: Under moderate weather conditions the color coat will cure itself. If conditions are hot, dry, or windy, moisture must be prevented from evaporating too quickly. Under these conditions, apply a fine, even spray of water over the area eight hours after application of the stucco. It is best to permit the stucco to cure itself, when possible, to avoid discoloration in the finish. Expo Stucco will normally set and dry on the same day. Final hardness is reached in 28 days. 3.04 ERECTION TOLERANCES A. Maximum Variation from True Flatness: 1/8 inch in 10 feet. END OF SECTION Carlsbad City Library Learning Center PORTLAND CEMENT PLASTER 09220 -3 SECTION 10341 SKELETON CLOCK PART1 GENERAL 1.01 SUMMARY A. Provide clock system consisting of one (1) clock, 72 inches in diameter, as shown in drawings, as specified, and as needed for a complete and proper installation. B. Coordinate clock system of this section with General Conditions and Supplementary Conditions. 1.02 SUBMITTALS A. See Supplemental Provisions Section 2-5.3.3. Submittals, for submittal procedures. B. Submit shop drawings and wiring diagrams. Upon approval, General Contractor shall send to field or jobsite superintendent copy of final approved shop drawings and wiring diagrams. C. Submit dial sample. D. Submit color sample - for exposed surfaces. 1.03 QUALITY ASSURANCE A. Use adequate number of skilled workmen who are thoroughly trained and experienced in the necessary crafts, and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. B. Use materials which shall be free from defects impairing strength, durability, and appearance; shall be of best commercial quality for purpose required; and shall comply with the approved drawings. C. Use manufacturer who has had ten (10) years of experience in the manufacture of the specified product. 1.04 WARRANTY A. Warrant the clock system for one year after the date of delivery of product installed by others. Warranty is not in effect as a result of lightning damages, vandalism, improper wiring, or improper servicing. Copy of Warranty to be provided upon request. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Use the Skeleton style clock as manufactured by Elderhorst Bells, Inc.; 875 Gravel Pike, Palm, PA 18070, USA, Tel: 800-810-7892, Fax: 215-679-3692 B. For substitutions, see Supplemental Provisions, Section 2-5.3.3 - Submittals. 2.02 MATERIALS A. One EB-Series Clock Movement for each clock is to be provided. The EB-Series, impulse type clock drive movements feature all brass square cut spur gears, stainless steel shafts, and bronze bearings. The EB-Series clock movements are built on a heavy aluminum frame in a maintenance free design. The movements are driven by a 120 volt, 60 hz, high-torque motor which is activated by the impulse type clock controller at one minute intervals. The EB-Series clock movements are Listed to applicable U.S. and Canadian safety standards by Underwriters Laboratories. B. Clock dial markings cut from 1/4" min. (0.25") thick aluminum and will be provided with Carlsbad City Library Learning Center SKELETON CLOCK 10341 -1 B. Clean up all debris caused by work of this section, keeping the premises clean and neat at all times. END OF SECTION Carlsbad City Library Learning Center SKELETON CLOCK 10341 -3 SIGNAGE SCHEDULE SIGN# 1.0 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 1.23 1.24 1.25 1.26 1.27 1.28 1.29 LOCATION ON ROOM 101 SIDE OF DOOR 101 ON HALLWAY SIDE OF DOOR 110 ON HALLWAY SIDE OF DOOR 109 ON HALLWAY SIDE OF DOOR 112 ON HALLWAY SIDE OF DOOR 113 ON HALLWAY SIDE OF DOOR 114 ON HALLWAY SIDE OF DOOR 115 ON ROOM 120 SIDE OF DOOR 116 ON ROOM 116 SIDE OF DOOR 119 ON ROOM 1 16 SIDE OF DOOR 122 ON ROOM 1 16 SIDE OF DOOR 123 ON HALLWAY SIDE OF DOOR 111 ON ROOM 207 SIDE OF DOOR 204 ON ROOM 207 SIDE OF DOOR 209 ON ROOM 207 SIDE OF DOOR 210 ON ROOM 207 SIDE OF DOOR 206 ON ROOM 209 SIDE OF DOOR 217 ON ROOM 206 SIDE OF DOOR 213 ON ROOM 209 SIDE OF DOOR 212 ON ROOM 213 SIDE OF DOOR 218 ON ROOM 221 SIDE OF DOOR 219 ON ROOM 221 SIDE OF DOOR 221 ON ROOM 221 SIDE OF DOOR 222 ON ROOM 221 SIDE OF DOOR 223 ON ROOM 221 SIDE OF DOOR 224 ON ROOM 221 SIDE OF DOOR 225 ON ROOM 221 SIDE OF DOOR 227 ON ROOM 221 SIDE OF DOOR 228 ON ROOM 221 SIDE OF DOOR 229 ON ROOM 221 SIDE OF DOOR 230 SIGN TYPE ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D QTY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TEXT JANITOR CLOSET STORAGE STAFF LOUNGE HOMEWORK CENTER HOMEWORK CENTER HOMEWORK CENTER HOMEWORK CENTER COORDINATOR OFFICE KITCHEN STORAGE STORAGE STAFF WORKROOM COMPUTER TRAINING ROOM GROUP ROOM GROUP ROOM GROUP ROOM STORAGE STORAGE STAFF WORKROOM SERVER ROOM GROUP ROOM TUTORING ROOM TUTORING ROOM TUTORING ROOM TUTORING ROOM TUTORING ROOM TUTORING ROOM TUTORING ROOM TUTORING ROOM TUTORING ROOM ROOM# 102 105 106 107 108 109 110 111 115 117 118 122 202 205 206 208 210 211 212 214 215 216 217 218 219 220 222 223 224 225 DETAIL 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 SHEET GENERAL NOTES 1. CONTRACTOR TO SUBMIT SHOP DRAWINGS FOR REVIEW AND APPROVAL BEFORE FABRICATION. 2. OVERHEAD SIGNAGE TO BE FABRICATED WITHOUT BRAILE. 3. SIGNAGE MANUFACTURED BY BEST SIGNS SYSTEMS INC., HC300 ADA SYSTEM OR APPROVED EQUAL, PER SPECIFICATIONS. 4. TEXT AND BACKGROUND COLORS TO BE CONTRASTING AND CHOSEN BY ARCHITECT FROM MANUFACTURER'S STANDARD COLORS. MANUEL ONONA ARCHITECTS INC.ARCHITECTUREPLANNING INTERIORSen i LO Jam •*« CITY OF CARLSBAD ENGINEERING DEPARTMENT SIGNAGE SCHEDULE CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WIUJAM E. PLUMMER DEPUTY CITY ENGINEER PE*2»178 EXPlOWI-M OWN BY: CHKO B1RVWO B1• PROJECT NO. 4001 DATE DRAWING NO. 434-5 SECTION 10440 SIGNAGE SCHEDULE SIGN# 1.30 1.31 1.32 1.33 1.34 2.0 2.1 2.2 2.3 2.4 3.0 3.1 3.2 3.3 4.0 4.1 4.2 LOCATION ON ROOM 221 SIDE OF DOOR 231 ON ROOM 212 SIDE OF DOOR 215 ON ROOM 221 SIDE OF DOOR 232 ON ROOM 221 SIDE OF DOOR 233 ON ROOM 207 SIDE OF DOOR 208 ON HALLWAY SIDE OF DOOR 102 ON HALLWAY SIDE OF DOOR 103 ON ROOM 116 SIDE OF DOOR 120 ON ROOM 207 SIDE OF DOOR 205 ON ROOM 207 SIDE OF DOOR 207 ON ROOM 101 SIDE OF DOOR 100 ON ROOM 116 SIDE OF DOOR 124 ON ROOM 1 1 3 SIDE OF DOOR 1 1 7 ON ROOM 221 SIDE OF DOOR 226 ON CEILING ABOVE DESK IN ROOM 121 ON CEILING ABOVE DESK IN ROOM 120 ON CEILING ABOVE DESK IN ROOM 209 SIGN TYPE ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D ADA/CBC REQ'D RESTROOM RESTROOM RESTROOM RESTROOM RESTROOM DOOR I.D. DOOR I.D. DOOR I.D. DOOR I.D. OVERHEAD OVERHEAD OVERHEAD QTY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TEXT TUTORING ROOM COORDINATOR OFFICE COORDINATOR OFFICE GROUP ROOM JANITOR CLOSET WOMEN MEN RESTROOM MEN WOMEN THIS DOOR IS TO REMAIN UNLOCKED DURING BUSINESS HOURS THIS DOOR IS TO REMAIN UNLOCKED DURING BUSINESS HOURS EMERGENCY EXIT ONLY ALARM WILL SOUND EMERGENCY EXIT ONLY ALARM WILL SOUND INFORMATION CIRCULATION RECEPTION ROOM* 226 228 228 229 231 103 104 114 203 204 *• ™ 110 ™ 121 120 209 DETAIL 12/A18.0 12/A18.0 12/A18.0 12/A18.0 12/A18.0 3/A18.0 3/A18.0 3/A18.0 3/A18.0 3/A18.0 - - - - 28/A15.1 28/A15.1 28/A15.1 MANUEL ONONA ARCHIECISMC.ARCH1ECIUREPIANMN6 INTB9ORS CITY OF CARLSBAD ENGINEERING DEPARTMENT SIGNAGE SCHEDULE CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WIUJAM E PLUMMER DEPUTY OTY ENGINEER PE». 28176 EXP-.OMWW OWN BY: CHKD BY RVWD Bt . . DATE PROJECT NO. II DRAWING NO. 4001 || 434-5 SECTION 10440 CO \\ >0(XXXXXXXXX\ \\ SECTION VIEW SCALE: 1/2" =1'-0" CEILING-HUNG SIGN • ACOUSTICAL PANEL OR GYP BOARD CEILING, PER SHEETS A2.0 AND A2.1 STAINLESS STEEL CABLE SYSTEM WITH 1.5mm CABLE, 5/8" DIAMETER CEILING FIXING AND 7/8" LONG PANEL CLAMP 3'-On WIDE x 6" HIGH x 1/8" THICK MP PLASTIC MATERIAL WITH CONTRASTING COLOR 3" LETTERS CENTERED VERTICALLY AND HORIZONTALLY •STAINLESS STEEL SCREW-TYPE PANEL CLAMP SCALE: 1"=1'-0" ADDENDUM 3 SECTION 10440 SECTION 15850 AIR HANDLING EQUIPMENT PART1 GENERAL 1.01 SUMMARY Unit is an outdoor rooftop mounted, electrically controlled heating and cooling unit utilizing scroll hermetic compressors with crankcase heaters for cooling duty and induced draft gas combustion for heating duty. Supply air shall be discharged downward, as shown on contract drawings. Units shall be of ultra high cooling efficiency and utilize environmentally friendly Puron (R-410A) refrigerant. Alternate units must equal or exceed EER's/SEER's and sound rating numbers of the specified models. See Equipment schedules shown on drawings for further details. 1.02 RELATED DOCUMENTS A. All work shall comply with the requirements of codes, ordinances and regulations of the government having jurisdiction at the location of work, including the regulations of serving utilities. B. The following Division 15 Sections shall form a part of this specification. Section 15010 Basic Mechanical Requirements 1.03 SUBMITTALS C. Unit shall well exceed ASHRAE 90.1-2001 Energy Efficiency Standards. All units are ENERGY STAR qualified. D. Unit shall be rated in accordance with ARI Standards 210 (03-12) and 360 on all others. All units shall be designed in accordance with UL Standard 1995. Unit shall be rated in accordance with ARI sound standards 270 and 370. E. Unit shall be designed to conform to ASHRAE 15. F. Unit shall be UL and UL, Canada, tested and certified in accordance with ANSI Z21.47 Standards as a total package. G. Roof curb shall be designed to conform to NRCA Standards. H. Insulation and adhesive shall meet NFPA 90A requirements for flame spread and smoke generation. I. Unit casing shall be capable of withstanding 500-hour salt spray exposure per ASTM B117 (scribed specimen). J. Unit shall be manufactured in a facility registered to ISO 9001:2000. K. Each unit shall be subjected to a completely automated run testing on the assembly line. Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-1 1.04 DELIVERY, STORAGE, AND HANDLING A. Unit shall be stored and handled per manufacturer's recommendations. PART 2 - PRODUCTS 2.01 EQUIPMENT A General: 1 The 48PG unit shall be a factory assembled, single-piece heating and cooling unit. Contained within the unit enclosure shall be all factory wiring, piping, controls, Puron refrigerant charge (R-41OA), and special features required prior to field start-up. B Unit Cabinet: 1 Constructed of galvanized steel, bonderized and coated with a pre-painted baked enamel finish on all externally exposed surfaces. 2 All air stream interior surfaces shall be insulated with a minimum V2-in. thick, 11b density foil-faced cleanable insulation. Insulation shall be bonded with a thermosetting resin (8 to 12% by weight nominal, phenol formaldehyde typical), and coated with an acrylic or other material that meets the NFPA 90 flame retardant requirements and has an "R" Value of 3.70. 3 Cabinet panels shall be hinged with rust resistant brass hinges (48PG03-16). Separate permanently-mounted hinged access panels for the filter, compressors, evaporator fan, control box and heat section areas. Each panel shall use multiple quarter-turn latches and handles. Each major external hinged access panel shall be double-wall construction and shall also include tiebacks. 4 Return air filters shall be accessible through a hinged access panel and be on a slide-out track using standard size filters. 5 Holes shall be provided in the base rails (minimum 16 gage) for rigging shackles and level travel and movement during overhead rigging operations. 6 Fork lift slots shall be available from three sides of the unit (end and 2 sides). 7 Unit shall have a factory-installed internally sloped condensate drain pan, providing a minimum %-in. NPT connection to prevent standing water from accumulating. Pan shall be fabricated of high impact polycarbonate material and shall slide out for cleaning and or maintenance. An alternate vertical drain (3/4-in. NPT) connection is also available. All drain pans conform to ASHRAE 62 self- draining provisions. 8 Unit shall have standard thru-the-bottom power and control wiring connection Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-2 capability. C Fans: 1 Indoor blower (evaporator fan): a Centrifugal supply air blower shall have rubber-isolated, cartridge type ball bearings. b Fan wheel shall be made from steel with a corrosion resistant finish. It shall be a dynamically balanced, double-inlet type with forward-curved blades. c The indoor fan system (blower wheels, motors, belts, and both bearings) shall slide out for easy access. d Evaporator-fan motors shall be continuous operation, open drip-proof. Bearings shall be sealed, permanently lubricated ball-bearing type for longer life and lower maintenance. 2 Condenser fans shall be of the direct-driven propeller type, with corrosion- resistant aluminum blades riveted to corrosion-resistant steel supports. They shall be dynamically balanced and discharge air upwards. Condenser fan motors shall be totally enclosed, thermally protected, and be of a shaft down design. 3 Induced-draft blower shall be of the direct-driven, single inlet, forward-curved, centrifugal type. It shall be made from aluminized steel with a corrosion- resistant finish and shall be dynamically balanced. D Compressor(s): 1 Fully hermetic, scroll type with crankcase heaters, internal high-pressure and temperature protection. 2 Factory mounted on rubber grommets and internally spring mounted for vibration isolation. 3 Shall have dual electrically and mechanically independent refrigerant circuits. E Coils: 1 Coils shall be the copper-fin type and shall be constructed of copper fins mechanically bonded to copper tubes and copper tube sheets. Galvanized steel tube sheets shall not be acceptable. A polymer strip shall prevent coil assembly from contacting the sheet metal coil pan to minimize potential for galvanic corrosion between coil and pan. All copper construction shall provide protection in moderate coastal environments. 2 Dual circuit models (08-28) shall have face-split type evaporator coil. 3 Condenser coils shall be continuous slab design to facilitate easy coil cleaning. Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-3 4 Coils shall be leak tested at 170 psig and pressure tested at 1875 psig. F Heating Section: 1 Induced-draft combustion type with energy saving direct-spark ignition system and redundant main gas valve with 2-stage capability. 2 Heat Exchanger: a The standard heat exchanger shall be of the tubular-section type constructed of a minimum of 20-gage steel coated with a nominal 1.2 mil aluminum-silicone alloy for corrosion resistance. b The optional stainless steel heat exchanger shall be of the tubular-section type, constructed of a minimum of 20-gage type 409 stainless steel, including stainless steel tubes, vestibule plate, and collector box. 3 Burners shall be of the in-shot type constructed of aluminum-coated steel. 4 All gas piping shall enter the unit at a single location. 5 All factory-installed orifices are for operation up to 2,000 feet of altitude. 6 The integrated gas controller (IGC) board shall include gas heat operation fault notification using an LED (light-emitting diode). 7 Unit shall be equipped with anti-cycle protection with one short cycle on unit flame rollout switch or 4 continuous short cycles on the high-temperature limit switch. Fault indication shall be made using an LED. 8 The IGC board shall contain algorithms that modify evaporator-fan operation to prevent future cycling on high-temperature limit switch. 9 The LED shall be visible without removal of control box access panel. 10 Gas burner tray, when disconnected, shall easily slide out for maintenance. G Refrigerant Components: Each refrigerant circuit shall include: 1 Thermostatic expansion valve (TXV) with removable power element. 2 Solid core refrigerant filter driers. 3 Gage port and connections on suction, discharge, and liquid lines. H Filter Section: Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-4 1 Standard filter section shall consist of factory-installed 2-in. thick throwaway fiberglass filters and shall be on a dedicated slide out track to easily facilitate access and replacement. 2 Filter section shall use standard size filters and be of common sizes within cabinet sizes. 3 Optional MERV-8 pleated filters of commercially available sizes shall be available. 4 Standard 2-in. filter rack shall be field convertible to 4-in. by removing a spacer rack. I Controls and Safeties: 1 Unit Co/nforfLink™ Controls: a Scrolling Marquee display. b CCN (Carrier Comfort Network) capable. c Unit control with standard suction pressure transducers and condensing temperature thermistors. d Shall provide a 5° F temperature difference between cooling and heating set points to meet ASHRAE 90.1 Energy Standard. e Shall provide and display a current alarm list and an alarm history list. f Automatic compressor redundancy. g Service run test capability. h Shall accept input from a CO2 sensor (both indoor and outdoor). i Configurable alarm light shall be provided which activates when certain types of alarms occur. j Compressor minimum run time (3 minutes) and minimum off time (5 minutes) are provided. k Service diagnostic mode. I Economizer control (optional). m Multiple capacity stages (on size 08-28 units). n Unit shall be complete with self-contained low-voltage control circuit. o Unit shall have 0° F low ambient cooling operation. Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-5 p Shall be linkage compatible for use in a 3V™ control system. The 3V™ control system shall consist of programmable, multiple communicating Zone Controllers; and a Bypass Controller. The system shall also include a complete array of input and output devices. The system shall provide full control of HVAC heating and cooling equipment in a multiple zone application. The 3V system shall be capable of operating as a stand- alone system or networked with multiple systems connected on a communications bus to communicating air source controllers. 2 Safeties: a Unit shall incorporate a solid-state compressor lockout, should any of the following safety devices trip and shut off compressor: 1. Compressor lockout protection provided for either internal or external overload. 2. Low-pressure protection. 3. Freeze protection (evaporator coil). 4. High-pressure protection (high pressure switch or internal). 5. Compressor reverse rotation protection. 6. Loss of charge protection. 7. Start assist on singe-phase units. b Induced draft heating section shall be provided with the following minimum protections: 1. High-temperature limit switch. 2. Induced-draft motor speed sensor. 3. Flame rollout switch. 4. Flame proving controls. 5. Redundant gas valve. J Operating Characteristics: 1 Unit shall be capable of starting and running at 125 F ambient outdoor temperature per maximum load criteria of ARI Standard 210 (03-12 sizes) and 360 (14-28 sizes). 2 Unit with Com/brtLink™ controls will operate in cooling down to an outdoor ambient temperature of 0" F. Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-6 K Electrical Requirements: 1 All unit power wiring shall enter unit cabinet at a single location - side and/or bottom. L Motors: 1 Compressor motors shall be cooled by refrigerant gas passing through motor windings and shall have line break thermal and current overload protection. 2 Evaporator-fan motor shall have permanently lubricated, sealed bearings and inherent automatic-reset thermal overload protection or manual reset calibrated circuit breakers. Evaporator motors are designed specifically for Carrier and do not have conventional horsepower (hp) ratings listed on the motor nameplate. Motors are designed and qualified in the "air-over" location downstream of the cooling coil and carry a maximum continuous bhp rating that is the maximum application bhp rating for the motor; no "safety factors" above that rating may be applied. 3 All evaporator fan motors 5 hp and larger shall meet the minimum efficiency requirements as established by the Energy Policy Act of 1992 (EPACT), effective October 24, 1997. 4 Totally enclosed condenser-fan motor shall have permanently lubricated, sealed bearings, and inherent automatic-reset thermal overload protection. 5 Induced-draft motor shall have permanently lubricated sealed bearings and inherent automatic-reset thermal overload protection. M Special Features: 1 Full Perimeter Roof Curbs a Formed of 14-gage galvanized steel with wood nailer strip and shall be capable of supporting entire unit weight. b Permits installing and securing ductwork to curb prior to mounting unit on the curb. Field assembles required. c Shall be available in both 14-in. and 24-in. height. 2 Integrated Economizer: a Tilt-out economizer (03-16) shall be furnished and installed complete with outside air dampers and controls. b Low-leakage, opposing, gear-driven dampers with UL approved gears. Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-7 c Capable of introducing up to 100% outdoor air for minimum ventilation as well as free cooling. d Damper actuator shall be electronic 4 to 20 mA/2 to 10 vdc fully modulating design, e Economizer outdoor hood shall be pre-painted and fully assembled on 3- 16 size. Economizer outdoor hood requires field assemble on other sizes. f Economizer shall be available for both field or factory installation. Fully Modulating Power Exhaust using a centrifugal fan a The power exhaust fan shall be centrifugal; propeller fans shall not be accepted. The power exhaust system must have a method to accurately sense the space pressure and adjust the amount of exhaust air accordingly. The exhaust volume adjustment is accomplished using a variable frequency drive with a built-in PID control in response to the field room adjustable pressure set point. The power exhaust shall be self- supporting, have hinged blower access panel and have the blower rotated 90 degrees from the supply air intake. Power exhaust shall fit on both vertical and horizontal configured unit. Thermostat: Carrier 3V System Pilot for single constant unit control or for WT control, able to access, monitor and/or change unit parameter; 3V allows web access or remote access when supplied with the necessary hardware. END OF SECTION Carlsbad City Library Learning Center AIR HANDLING EQUIPMENT 15850-8 '•-. X XL / '" X~~ —VT* —V'-^—Kr-»— A ——.X— AO. / PAVING LU z*? 5- LLIP a: _iz LLI ADDENDUM 3 omoo V)LJ Qy iQ £ M E siaa> i a"i».°8* 0£ I , . IE U , Qtsg 5)1S*Ouj 00 Is 5t</>^ LU.XS5SS £| Iff 3p O LU Q 'T°l g-fen O iDr15 Qa 3 h ^N S ^fc I ^ ,^ o^z b £xi z iOU,IUIwo: Itnuj IK9 J-g ?5 a ^m^(J I o crco ct: Q <QQ 00 ct:<o ~rfT-|^ i -S--r — ~r=s-i 1—fe»l 33VMV: -| : -'IK- Z</>« ^ LJ«uj<3LJ09-5 SI*tH >-Q- -oMM zi— *" OMLd(- OJ wz^ H *"<°y il a |SdbS=:35E "gSi !Z B sSJ-gSi-SS Slulji I !§^|Ki8Lplf <LJH-(KM< HM LJ_IQ.<I-_IM 5 "2 h S W*S w uz-Ai "S^a g<U§°HSy < .t^Ld i'J ly agfi'33 ^t !*•• rt ]&j<3g jmfeys di|yi|iiii3sifl[jQO™ Jl^5 fc-r<-iy B><-)XZj«^2g z£z^Sdy£^°y""diWh-^lol- ii-Sugf^Sse*P3f PPSo-^ag" xxuj^,. -<U2 z^ujL.1- " y,0: ,Q;U.>BS^i^ygLd..!! Ldjdsso35!zl^ag>^ii^^5g^x & nn3 §° P UJa I S<d<=> 55OitluJ >U OL < > < d _l>- C£ LJ y (X Ld1- 1- C5 0 a K EPORMDUILd_J1=1Q_ M ._LJ \^UT•U <x bLJ ~ (=1Z LdOTH FROMONZa OL<ru §•3 ^§1 ^^^Ot;? u §^ggaa. ^a|ya^Sm S-j^^<t<DQ.LaH°y a:LJa. "jC <->s b sB|<i § e:;i 3^-^§s§< a ZOLJu =1 a. 5y sI « UJz > < Ld iPUITL.POat—o SPCOTEPOLE QUADRANT-4 ru n cu z if£o;U. LD •«-aj e: <n ^i LJ a uiJ^ U u ^^"n I E sg?Seii^g.asis'Ss ^epi! i—i.iaSU«_J., uP H ix<aSaul^:5SP § as S5 S PCV. at o LJ 1 i U | d d n:1-3806ID sf £§ a u 3 JUl X Z UID LJ Ul h- 1 J PECir3Cto OCu 0 > b » LJ0_ I-5843394P5O4,-1 ib N Ja >Q£ Q « cu pi V iri vi5 fcss l^i?-co 5 oof- — •*p to uUl _!</>a: LJ vh-U_i a__ <C(-PO M?e>ugig-.iEa-lBi^uA^s&jgixui2^«..z^D?kJy.:r§9rs°d^9 ALLICLOCKHEDMATERIAL TD BETRACTDR.»5i?u §± I £(j< fl ft SSc ? d g S^CIjj ^ i LJ S 0zoo. i4fia City of Carlsbad Public Works March 21,2006 ADDENDUM NO. 4 RE: CITY LIBRARY LEARNING CENTER, PROJECT NO.: 3771 & 4001 BID NO.: PWS06-22ENG 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 Buyer KD:rh Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 Biddeivs Signature 1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 • (76O) 6O2-2730 • FAX (76O) 6O2-8562 ADDENDUM NO. 4 CITY LIBRARY LEARNING CENTER, CONTRACT NO. 3771 AND 4001 SPECIFICATIONS 1. Section 11050 - Library Book Stacks. Enclosed is specification Section 11050 which shall supercede and replace the original specification Section 11050. The revised Section 11050 includes three Detail Sheets titled: "Shelving Finishes, 60" Stack, and 42" Stack." The following information applies: A. Canopy tops are required only for the 42" stacks, see detail included with specification Addendum 4. B. Include an allowance for 30% of total shelving shown to be specialty shelving, pending final design by Carlsbad City Library. C. Color to be a standard Montel color, as selected by Manuel Oncina Architects, Inc. CONSTRUCTION PLANS 1. Sheet C8.0 - Detail Sheet. Area Detail 6 has been revised as shown on enclosed sketch. The revision primarily moves the location of the drainage swale and sidewalk underdrain /curb outlet to allow clearance as requested by SDG&E. 2. Sheet D4 - Site Plan Electrical Demolition. Reference is made to "Demolition Notes". Note 11 has been revised regarding temporary power as shown on the enclosed sketch. 3. Sheet Al .0 - Ground Level Floor Plan. Enclosed is a print of a portion of this sheet showing revisions to bookshelves. Revisions are shown in a cloud and marked as Revision 4. The three (3) double-face shelves shall be 42" in height. 4. Sheet 8A.I - Interior Elevations. The following information applies: A. The three (3) units shown furthest to the left on Sheet A8.1, Room #112, East elevation shall be 42" height shelving. Sheet A 1.0 has been updated accordingly, see Item 3 above. B. Room #112, West - Stack units shall be 42" as indicated in legend. C. Room #113, East - Stack units shall be 42" as indicated in legend. D. Room #113, South - Stack units shall be 60" as indicated in legend. E. Room #113, North - Stack units shall be 60" as indicated in legend. F. Room #113, West - Stack units shall be 60" as indicated in legend. 5. Sheet A8.6 - Interior Elevations. Room #227, North and East - Stack units shall be 60" as indicated in legend. 6. Sheet E0.3 - Site Plan Electrical. SDG&E REQUIREMENTS: The new 3-phase electrical service shall be routed from Pole PI as shown on enclosed Sketch. This revision shall supercede the location described in Addendum 3. 7. Sheet E4.0 - Power Single Line Diagram and Schedules. The Power Single Line Diagram has been revised as shown on the enclosed sketch. 8. Sheet E0.5 - Lighting Fixture Schedule. Reference is made to the Lighting Fixture Schedule. Type F, H, HI, H2, K, KE, Kl, K2, K3, K4, K5, K6, K6E, and L have been revised in accordance with enclosed sketches (3 sheets total). SECTION 11050 LIBRARY BOOKSTACKS PART1 GENERAL 1.01 SECTION INCLUDES A. Stack shelving system. B. Stack end panels and canopy tops 1.02 REFERENCES A. American Institute of Steel Construction: Manual of Steel Construction, Eighth Edition, 1980 (AISC). 8. American Iron and Steel Institute: Cold Formed Steel Design Manual, 1977 Edition (AISI). C. ASTM A283-84AAa - Specification for Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars. D. International Conference of Building Officials: Uniform Building Code, 1979 Edition (UBC). 1.03 SYSTEM DESCRIPTION A. Stacks shall be single or double as shown on floor plan, cantilever, unit construction design with individual welded frame assemblies. Starter and adder combinations or welded frame every other unit are not acceptable. Commercial or case type shelving will not be considered. Modular construction shall be such that all components of stack section may be divided for rearrangement without procuring additional components. Double face units must have the ability to be converted into single face units without procuring additional components. Any sway bracing and/or X-type bracing is not acceptable. Shelving system shall be fabricated in 24", 30" and 36" widths to accommodate field conditions at no additional cost. 1.04 DESIGN REQUIREMENTS A. The entire bookstack system, including columns, bases, all connections and anchorage shall be capable of resisting a lateral seismic force, Fp = 0.30 Wp, in any direction, acting simultaneously with a vertical seismic force equal to one third of the horizontal force Fp. 1. Wp is defined as "the total weight of the shelving system plus 30 p.s.f. of shelving to account for book storage." B. All allowable stresses and other design criteria shall be as permitted by the applicable code. C. Stresses and deflections shall be investigated for shelves fully loaded in combination with seismic forces, and loaded one side on combination with seismic forces. 1.05 SUBMITTALS A. See Supplemental Provisions Section 2-5.3.3 - Submittals, for submittal procedures. B. Manufacturer's literature which illustrates components proposed, and name and address of Manufacturer's designated California Area representative. C. Shop Drawings: Show actual field dimensions, complete shelving layout, relationship and connections to structure, and details of erection and assembly. Identify shelving by types as noted in specifications and on floor plan. Submit fabrication drawing of bookstacks detailing how a double face unit can be converted into a single face unit without procuring additional components. Provide seismic calculations, signed by a California licensed structural engineer indicating bookstacks and anchorage to structural slab through access floor comply with applicable building codes. Carlsbad City Library Learning Center LIBRARY BOOKSTACKS 11050 -1 D. Samples: Submit two 6x6 inch samples of painted metal in custom color as specified by Architect. E. Guarantee: Furnish a written guarantee on all bookstacks for a period of one year from time of acceptance. All defects due to improper fabrication or installation shall be repaired or replaced immediately after receipt of written notice. 1.06 QUALITY ASSURANCE A. Specified Manufacturer: System shown, detailed and specified is based on Aetnastak products by Montel Inc. as represented by Yamada Enterprises, 16552 Burke Lane, Huntington Beach, CA 92647, 800-444-4594. B. Manufacturer's Qualifications: 1. Minimum five years experience in manufacture of steel shelving of quality equal to or exceeding that required on this project and ability to document such to the Architect's satisfaction. 2. Manufacturer shall have designated resident representative within California area. C. Shelving Supplier/Installer's Qualifications: 1. Licensed as Class C-61, Limited Specialty Contractor. 2. Experienced in installation of shelving for projects of scope comparable to that of this project within last five years and able to document experience of three such projects by listing project locations, their construction costs, and names and addresses of their owners, or architects or engineers, or general contractors who will attest to supplier/installer's record of cooperation with the architect, engineer, or general contractor. 1.07 DELIVERY, STORAGE, AND PROTECTION A. Deliver only after exterior openings are closed-up; wet work is complete, and proper facilities are available for handling, storing and protecting items. B. Deliver components in factory packages labeled to indicate contents. C. Discharge materials carefully and store on clean concrete surface or raised platforms in safe, dry area fully protected from weather. D. Protect installation from damage during remainder of construction and until the Owner's final acceptance. 1.08 PROJECT CONDITIONS A. Scheduling, Sequencing: Coordinate erection with requirements of related work. PART 2 PRODUCTS 2.01 MATERIALS A. Materials shall be the finest of their respective kinds and those best adapted to the construction for which they are employed. All steel shall be the best mild, cold rolled, pickled, and double annealed, free from scale and buckle. All plating used on exposed parts shall be metallic furniture stock. All gauges are U.S. Standard. The design of all parts shall be such that the completed installation shall present a neat and finished appearance and shall be free from exposed sharp edges or projections. All other special materials shall be as hereinafter specified. 2.02 STACK SHELVING SYSTEM COMPONENTS A. COLUMNS (OR UPRIGHTS): Shall be formed of not less than 16 gauge steel into a channel shape with no less than 1/2" stiffening flanges, the channel to measure 2" in the web and 1-5/16" at the front and rear faces. They shall present a smooth, closed box shape 2" x 2- 5/8" in cross section with no less than eight right angle bands when bolted to the adjoining column of the next Carlsbad City Library Learning Center LIBRARY BOOKSTACKS 11050 -2 unit, or bolted to an end cover. Each column shall be perforated full height on both faces with a row of slots spaced 1" on vertical centers to receive hooks and lugs of shelf brackets, thus permitting 1" adjustment of shelves. In adjoining columns, the rows of slots shall be approximately 5/8" on lateral centers. Columns shall be marked every three inches to facilitate visual positioning and adjustment of shelves. Intermembering holes for bolting columns into range shall be provided. Two uprights are required for each section of a range, since no adjacent sections may share a common upright and be truly modular. A closed upright shall be mandatory to conceal electrical conduit for stack lighting. Open or inverted uprights are not acceptable. B. TOP SPREADER TUBE: The top spreader shall be a fully closed tube of at least 16 gauge, 2" x 2" square. This tube shall be securely electric welded with continuous welds to the upright columns to permit unit arrangements and maximum non-sway characteristics. The length of this tube shall be as required for any unit widths (24", 30" or 36"). Provide holes as required for conduit. Top spreader shall be used as a raceway, as required. Top spreaders that do not allow continuous passage of conduit are not acceptable. 1. This top spreader must be tubular to assure a closed surface where books or people may come in contact with the tube and to be visually pleasing from the top on low units and from the bottom on high units. C. BOTTOM SPREADER CHANNEL: Shall be channel shaped, open to the floor, of minimum 16 gauge steel. This spreader shall be electric welded with continuous welds to the upright columns at a height to assure continuous through shelving on the base shelves. The length of the channels shall be as above for the top spreader. Slots in bottom spreader channel are provided to perform leveling function at the column, without having to remove base shelf. Provide holes as required for conduit. 1. The above top and bottom spreaders are electrically welded to the uprights with a full bead at each of the eight (8) joints to form a rectangular frame of one- piece construction without the use of nuts, bolts or any other type of fastener. The completed frame shall be rigid without the use of sway braces, angle braces, or any other device that will obstruct the use of any or all shelves anywhere in the bookstack. D. GUSSET: Made of 16-gauge steel, 48" high, triangular 2" at the top and depth of base at the bottom. A 1-1/2" bend with holes will allow anchoring to the floor. E. WALL ANGLES: Of at least #12 gauge and measuring at least 3" x 2" x 1" wide shall be provided for all single-faced sections as required to meet design criteria. F. BASE SHELF SUPPORTS: Shall be made of not less than 16 gauge steel with front and top faces flanged on a 5/16" radius and the exposed corner smoothly rounded. They shall have three projections at the rear, two hooks at the top and right-angle tab at the bottom with a hole to accept a 5/16" bolt. With the bottom tab bolted to the column, the hook shall tightly engage its slot in the column. Adjoining base shelf supports shall be bolted together to preserve alignment, with bolts, placed in indentations deep enough to prevent damage to books on the base shelf. Two (2) right hand and two (2) left hand base shelf brackets shall be used on double face units to provide flexibility for future rearrangement from double face to single face. G. SHELF BRACKET: Shall be made of not less than 16 gauge steel with front, top and bottom faces flanged with an approximate 5/16" return. Brackets shall have three projections at the rear, two hooks and one safety lug, to engage the column slots and permit easy adjustment of shelves with maximum possible protection against dislodgement. Brackets shall be fastened to the shelves with tabs. An impression is furnished to serve as an automatic bracket spacer, eliminating the possibility of adjacent bracket overlap. The bracket design allows for shelf adjustment upward or downward (ie. walking-the-shelf) without disturbing adjacent shelves. H. CLOSED INTEGRAL BACK BASE SHELVES: Shall be formed with front face formed 3/4" high and box formed with no less than four (4) 90 degree bends. The rear of the shelf shall be Carlsbad City Library Learning Center LIBRARY BOOKSTACKS 11050 -3 formed up 1-3/8" high with a 5/16" return forming a rail that will receive a sliding book support. The surface of the bottom shelf shall be flush with the top surface of the Bottom Spreader, presenting a neat continuous storage surface. Side flanges of the base shelf shall engage formed lugs in the base shelf support neatly and securely to render full support to the side surfaces of the shelf. Two (2) piece base shelves shall be used for double face units to provide flexibility for future rearrangement from double face to single face. Base shelves shall be designed to carry book loads of 50 Ibs. per square foot without deflection in excess of 3/16". In addition an adjustable kick strip 3" high shall be provided with return flanges at the top and bottom for stiffening. Slotted flanges at both ends shall engage with a slot in the base shelf supports to allow for adjustability and presentation of a neat closed appearance with the surface of the floor. 1. The maximum overall depth for all bookstacks provided shall be as follows: a. Shelf and Base Nominal Depths = 12" S.F. / Overall Dimension = 13-3/16" D. b. Shelf and Base Nominal Depths = 24" D.F. / Overall Dimension = 24-3/8" D. I. UNIVERSAL DISPLAY BASE SHELF: Shall be dual purpose (same description as Universal Display Shelf). In 55 degree sloped position, the shelf should sit on the 4 kick strip at the front, and the side flange of the shelf should insert between the base bracket and the special shim, at the back. This base shelf is then easy to change from one position to the other without the use of any screws or tools. All universal display base shelves must be interchangeable. Shelves that slope less than 30 degrees are not acceptable. J. DIVIDER TYPE BASE SHELF: Shall be formed of no less than 18-gauge steel. The front face shall be the same as the adjustable divider type shelf. The shelf surface, slots, rear vertical flange and all other features of the base shelf shall be the same as the specification for adjustable shelf. Side flanges of the base shelf shall engage formed lugs in the base shelf bracket neatly and securely to render full support to the side surfaces. In addition, a kick strip shall be provided as specified under closed base shelf. Provide five dividers per shelf. K. HINGED PERIODICAL DISPLAY BASE SHELF: With 12" nominal closed base storage shelves. The hinged shelf shall be of the same construction as the hinged periodical display adjustable shelf except that the 12" nominal (11" actual) storage portion will be constructed similar to the standard 18-gauge closed base shelf and 16-gauge closed base shelf bracket except that the shelf bracket shall be punched to received the shoulder bolts for attaching the pivots. L. HINGED PERIODICAL DISPLAY BASE SHELF WITH PLEXIGLASS COVER: With 12" nominal closed base storage shelves. The hinged shelf shall be of the same construction as the hinged periodical display adjustable shelf except that the 12" nominal (11" actual) storage portion will be constructed similar to the standard 18-gauge closed base shelf and 16-gauge closed base shelf bracket except that the shelf bracket shall be punched to received the shoulder bolts for attaching the pivots. Includes a two-piece plexiglass cover. M. UNIVERSAL DIVIDER DISPLAY BASE SHELF: Shall be dual purpose (same description as Universal Display Shelf). In 55 degree sloped position, the shelf should sit on the 4 kick strip at the front, and the side flange of the shelf should insert between the base bracket and the special shim, at the back. This base shelf is then easy to change from one position to the other without the use of any screws or tools. All universal display base shelves must be interchangeable. Shelves shall be slotted to receive dividers. Provide five dividers per shelf. Shelves that slope less than 30 degrees are not acceptable. N. ADJUSTABLE INTEGRAL BACK SHELVES: Shall be formed with front face formed 3/4" high and box formed with no less than four 90 degree bends (ie. - down 3/4", return 1/2", return 3/8" and return 1/4"). The rear of the shelf shall be formed up 1-3/8" high with a 5/16" return forming a rail that will receive a sliding book support. They shall present a smooth, closed appearance on both faces - inside as well as outside - with all sharp edges eliminated, yet be arranged to receive book supports and label holders. Adjustable book-shelves shall be designed to carry Carlsbad City Library Learning Center LIBRARY BOOKSTACKS 11050 -4 book loads of 50 Ibs. per square foot without deflection in excess of 3/16". The nominal depth of bookshelves shall be 1" greater than the actual depth from face of column to front of shelf. The shelves should be reversible, front to back, for maximum shelf life. 0. UNIVERSAL DIVIDER DISPLAY SHELF: Shall be dual purpose. Shelf when used in flat position provides 8" storage with 5-1/2" integral back. In 55 degree sloped position, shelf shall be bolted to side bracket and shall provide 5-1/2" storage with 8" integral back. All universal shelves must be interchangeable with conventional shelves. Shall be formed with front and rear faces formed 3/4" high and box formed with no less than four (4) 90 degree bends (i.e. down 3/4", return 1/2", return 3/8" and return 1/4"). They shall present a smooth, closed appearance on both faces inside as well as outside with all sharp edges eliminated, yet be arranged to receive book support and label holder. Adjustable bookshelf shall be designed to carry a book load of 50 Ibs. per square foot without a deflection in excess of 3/16". The shelf shall be reversible, front to back for maximum shelf life. Shelves shall be slotted to receive dividers. Provide five dividers per shelf. Shelves that slope less than 30 degrees are not acceptable. P. ADJUSTABLE DIVIDER SHELF: Shall be formed of not less than 18-gauge steel, with front face formed 3/4" high and box formed with no less than four (4) 90 degree bends (i.e. down 3/4", return 1/2", return 3/8", and return 1/4"). The rear of the shelf shall be formed with a vertical flange 5" high, a 1/4" return to the rear, a 1/4" return down. They present a smooth, closed appearance on both faces, inside as well as outside, with all sharp edges eliminated. The shelf surface and rear vertical flange shall be punched on 1" horizontal centers for three-point reception of adjustable divider lugs. The shelf shall carry a load of 50 Ibs. per square foot without deflection in excess of 3/16". Q. HINGED PERIODICAL DISPLAY SHELF: With 12" nominal depth storage shelf; shall be 14" actual depth, formed of not less than 18-gauge steel. The front face shall be formed 1" high with the top edge having a 1/2" hem bend on the outside surface to give added strength and to provide a smooth clean seam. The sides are formed up 1". The back flange is 1/2" and formed downward to provide a smooth flush surface for display material. A 1" high retaining lip shall be provided to hold magazines in place. A 16-gauge pivot is provided on the underside of the shelf at each side, located so that the display shelf will rest in a horizontal position (without handholding) when referring to storage shelf material. The pivot is secured to the storage shelf bracket with a 1/4 - 20 shoulder bolt and lock nut. The 18-gauge storage shelf and the 16-gauge storage shelf brackets are 12" nominal depth (11" actual) and are constructed similar to the standard 18-gauge adjustable shelf and 16-gauge adjustable shelf bracket except that the shelf brackets are punched to receive the shoulder bolts for attaching the pivots. R. HINGED PERIODICAL DISPLAY BASE SHELF WITH PLEXIGLASS COVER: Shall be same as above except includes a two-piece plexiglass cover. S. SHELF DIVIDER: Shall be formed of 16-gauge steel with one (1) lug at the top rear side and two (2) lugs on the bottom to engage slots in the shelf for easy adjustment on 1" horizontal centers. The front top corner of the divider shall be neatly rounded with an approximate 2" radius. Exposed edges of the divider shall be smooth and free from burrs. Letter-size dividers are 6" high x 10" deep. Provide five dividers per shelf. T. SLIDING REFERENCE SHELF: Shall be 11" deep by 32" wide of at least 18-gauge steel reinforced on each side with steel angles for securing to slides. All shall be neatly welded and grinded to remove sharp edges and corners. The shelf shall operate on double extension ball bearing slides equipped with rubber bumpers on each end of travel. The assembly shall be securely attached to a standard adjustable shelf with 14-gauge "Z" brackets and at least two (2) bolts at each end. The assembly shall be installed so that the front edge of the sliding shelf extends 1" beyond the face of the adjustable shelf for ease in locating. After the shelf is installed it shall be possible to move the assembly to a new location without the use of tools. U. CANOPY TOP SUPPORTS: Shall be 11 ga. bracket designed to support continuous wood or Carlsbad City Library Learning Center LIBRARY BOOKSTACKS 11050 -5 laminate tops. Canopy top supports shall be supplied as single face components. Provide angles for attachment to tops. V. SLIDING WIRE BOOK SUPPORT: Shall be formed of A.B.S. white plastic 1 11/16T x 1 1/4"H with a molded rectangular clip which engages onto the rear vertical flange of the integral back shelf. The wire shall be .235" in diameter zinc plated and extend 7 1/2" over the shelf to support books. Provide 1 per integral back shelf. W. CORNER FILLER: Shall be made of three different parts, each made of 18-gauge steel. One side panel is "C" shaped with angles welded on top, one side and bottom. These angles serve as attachments as well as reinforcements. The other side panel is "L" shaped and inserted between the "C" shaped panel and its side angle. The third part is the top. All parts are assembled together with 5/16 diameter bolts and acorn nut offering a good looking finish. Provide as noted on the drawings. X. PULL-OUT MEDIA BROWSING BOX SHELF: Units shall be cantilever type, freestanding steel multimedia shelves. The pull out browser box versions shall be 33 1/2" wide x 10" deep x 5" high, and shall have a saddle type support structure of 18 gauge steel. The saddle shall produce a fixed, fully closed bottom to the assembly, and the continuous formed ends shall be formed as brackets for attaching to shelving frames. The pull-out box portion shall operate on Jack Moore full extension ball bearing slide mechanisms 10", mounted to box and the saddle end brackets at each end. The design of all browser box version shall produce a clean finished appearance. No sharp edges or exposed assembly hardware shall be acceptable. A rubber mat longitudinally corrugated is installed on the shelf and will act as a non-skid surface. Browser boxes shall be formed of 18 gauge steel, with ends bolted to the formed box. Ends are 16 gauge steel on all boxes. The box formations have a 2 3/4" high front face. All browser boxes shall have a sloping back support angle at approximately 15 degrees from vertical. A 3/4" diameter tube shall be mechanically attached between ends and in line with front boxing on browser unit. A series of 1/4" diameter holes shall be aligned along the inside facing horizontal center line of this tube, and matching holes shall be inserted at the same elevation along the sloped back support. Front to back compartment dividers shall be produced by inserting 1/4" diameter steel rods into the hole placements, and are made to be adjustable at will. Y. SLOPED DISPLAY SHELF WITH 3" FRONT EDGE: Shall be formed of 18 gauge steel. The back of the shelf is bent 3/4" down at 90 degrees with a flat hem of 3/8". The front of the shelf is formed to obtain a 3" lip with a flat hem of 3/8". The sides are formed down 1" and have holes to fix the shelf to the side brackets with 1/4" diameter truss head screws. The side brackets are 7-1/8" high and made of 16 gauge flat steel. They are cut out to create a 27 degree sloped shelf. The overall dimension of the shelf assembly is 11-3/4" from the face of the upright frame to the edge of the lip. 2.03 FABRICATION A. Preparation: 1. Coordinate with other work supporting or adjoining shelving system and verify requirements for cutting out, fitting and attaching. 2. Verify sizes, designs and locations of items; do so at site whenever construction progress permits. Provide 24" or 30" wide shelving units as required to fit wall areas. B. General: 1. Form components accurately, uniform and true to profile without irregular, sharp or jagged edges. 2. Ensure metal thickness and assembly details provide ample strength and stiffness. 3. Ensure shearing and punching leaves true lines and surfaces. 2.04 END PAN ELS, CANOPY TOPS: Carlsbad City Library Learning Center LIBRARY BOOKSTACKS 11050 -6 A. END PANELS: Provide at all range ends. See details included with this specification section. B. CANOPY TOPS: Shall be 1-1/4" thick particleboard core with high pressure laminate on both faces and all edges. Provide on all 42" high units. Laminate pattern as chosen by Manuel Oncina Architects, Inc. 2.05 FINISHING A. FINISH: All steel parts shall be made smooth, and thoroughly cleaned by a process of completely washing in a phosphatizing solution of chromic acid to insure removal of oil, grease or other foreign material which in any way would interfere with the adhesion of the priming coat and, when dry, wiped thoroughly with clean wiping cloths as a further precaution against grit or oil being left on any part of any surface. Following the cleaning process, all parts shall be coated either by dipping or spraying, making certain every part is thoroughly and completely covered with fine baking enamel, and baked to the manufacturer's recommendations. The finish shall be a medium gloss, giving a reading of 50 to 65 degrees on a standard Gloss Meter and must be capable of withstanding severe hammer and bending test without flaking. Final finish shall be 1.4 mils thickness capable of resisting acetic acid, household ammonia, 10% lye, alcohol, salt spray, abrasion and printing, and all normal usage resistant requirements of a good finish. B. Color as chosen by Manuel Oncina Architects, Inc. Kickstrip to be Black. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that setting conditions and dimensions are correct to receive items. B. Verify that related work elsewhere and incapable of installation after work of this Section has been installed. 3.02 ERECTION A. General: 1. Install work plumb, level, in true alignment and neatly trimmed out. 2. Do not tighten fastener through finish alone without spacer washers. 3. Where installation requires performing work of fabrication, provide quality equal to that achieved in shop and conform to same standards. B. Install drilled-in anchors in accordance with manufacturer's recommendations and ICBO Evaluation Report. C. Place all shelves as shown unless otherwise directed by the Designer. D. Job shall be kept clean at all times. Upon completion, remove all debris, etc. from the site, and leave the job area in a clean condition. E. The installation schedule shall be confirmed with the building contractor and Owner's Representative prior to installation of bookstacks. 3.03 CLEANING and PROTECTION A. Protection: Protect installation from damage during remainder of construction and until the Owner's final acceptance. END OF SECTION Carlsbad City Library Learning Center LIBRARY BOOKSTACKS 11050 -7 NOTES VARIES END PANEL SECTION **=CO I*]f 1'-0 1/2" END PANEL SECTION AT HOLE I I I I H I I I I . -I I I I -I I I I,. J • -I I I I I ! I I 'I I I I I I i i 1 13-FORM RESIN PANEL, VARIA SYSTEM — 'COURIER WITH PATINA FINISHES ON BOTH SIDES, 3/8" THICK Tj 3-FORM STANDOFFS. 3/4' DIAMETER x V — BARREL WITH 3/4" DIAMETER CAP, TYP T| MONTEL SHELVING PROFILE SHOWING — THROUGH TRANSLUCENT PANELS T| STANDARD METEL BLACK KICK STRIP — TO BE CONTINUED AROUND END OF SHELF UNIT T) EDGES TO BE LIGHTLY SANDED PER —MANUFACTURER'S RECOMMENDATIONS T| DRILL HOLES IN PANEL TO — ACCOMODATE M8 THREADS, TYP GENERAL SHELVING NOTES 1. CARLSBAD CITY LIBRARY LEARNING CENTER SHELVING TO BE MONTEL SHELVING PER SPECIFICATIONS PROVIDED. 2. ONLY 42" HIGH SHELVING TO HAVE CANOPY TOPS. CANOPY TOPS TO BE FINISHED IN LAMINATE WITH SELF-EDGE. 3. LAMINATE FINISH FOR CANOPY TOPS TO BE: WILSONART LAMINATE, SATIN OXIDE. 4832-07. 4. ALL KICK STRIPS ON MONTEL SHELVING TO BE STANDARD MONTEL BLACK. 5. COLOR OF MONTEL SHELVING TO BE STANDARD COLOR, AS SELECTED BY MANUEL ONCINA ARCHITECTS, INC. 6. MANUEL ONCINA ARCHITECTS, INC. TO REVIEW AND APPROVE ALL SHOP DRAWINGS FOR END PANELS PRIOR TO FABRICATION. 7. SUBMIT SAMPLES OF END PANEL MATERIALS AND SHELVING FINISHES TO MANUEL ONCINA ARCHITETS, INC. FOR APPROVAL PRIOR TO FABRICATION. END PANEL ELEVATION MANUEL ONCINA ARCHTECTS INC, ARCHTECTUREPLANNINGHMTBMORS "I'CITY OF CARLSBAD ENQNEEBNC DEPARTMENT SHELVING FINISHES CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E.PLUMMER DEPUTY CITY ENGINEER PERMITS EXRCM1-06 PROJECT NO. 4001 [ORAWNC NO. 434-5 NOTES 1 13-FORM RESIN PANEL, VARIA SYSTEM 'COURIER1 WITH PATINA FINISHES ON BOTH SIDES, 3/8* THICK T| 3-FORM STANDOFFS, 3/4' DIAMETER X V BARREL WITH 3/4' DIAMETER CAP, TYP Tl MONTEL SHELVING PROFILE SHOWING THROUGH TRANSLUCENT PANELS T] STANDARD METEL BLACK KICK STRIP TO BE CONTINUED AROUND END OF SHELF UNIT SIDE VIEW OF END PANEL TYP 60" END PANEL MANUEL ONCINAARCHITECTS V4C. AflCHITECTURE PIANNUMC INTBVORS •fHI CITY OF CARLSBAD2 II ENQNEERINC DEPARTMENT 60" STACK CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PLUMMER DEPUTY CITY ENGINEER PROJCCT NO. 4001 ORAWNC NO. 434-5 NOTES 111 3-FORM RESIN PANEL, VAR1A SYSTEM •COURIER1 WITH PATINA FINISHES ON BOTH SIDES, 3/8" THICK [T\ 3-FORM STANDOFFS, 3M' DIAMETER x 1' — BARREL WITH 31V DIAMETER CAP, TYP |T| MONTEL SHELVING PROFILE SHOWING THROUGH TRANSLUCENT PANELS [7] STANDARD METEL BLACK KICK STRIP — TO BE CONTINUED AROUND END OF SHELF UNIT m PLASTIC LAMINATE CANOPY / COUNTER SIDE VIEW OF END PANEL TYP 42" END PANEL ^ CM MANUB.ONONAARCHnCCTSINC.ADCHTECTUREPLANNINGINTERIORS SHEET I 3 1 CITY OF CARLSBAD ENONEERWG DEPARTMENT SHEETS 3 42" STACK CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PLUMMER DEPUTY CITY ENGINEER PE*2»U« EXP:OMH» DOM BY: •* CHKO BY: —awn RV- BP DATE PROJECT NO. IJORAMNC NO. 4001 || 434-5 3"-4" SMOOTH COBBLE, BROWN TATAN COLOR ROCK SLOPE PROTECTION,4'x4> AREA CURB OPENING. , 77.5^ TRASI ENCLO CURB OUTLET PER SDRSD D-25 0.5 DEEP MAX. GRASS/INFILTRATION AREA EXIST. 3-3"0 SIDEWALK UNDERDRAIN AREA DETAIL 6 Q !KxILI 0 zu-d 800/100 d m-i -UOJ.J we if: 5Q. 01 Oo LU OE O Zll-d 800/900 'd 0 Zll-d 800/800 d m-1 AL ^ V.V ^\£^ ii ILI Q li Hi o UJ LLJ i U_ a .a^1?^ LJ a vu_ZI ^F 5 ° xSS^Om ILI *yi I«p li1 «{ Zll-d BOO/ZOO'd WE-1 hi Ztl-d 800/EOQ'd m-1 zn-d <$ 53a! on^S — JL. SSE° (N in to £s: o CO DC2aCD o in (S inin fi-o: ||S| Igll ,1 UJ tf) 9{10Z-JEH-OZ SUPPLEMENTAL PROVISIONS FOR CITY LIBRARY LEARNING CENTER CONTRACT NO. 3771 AND 4001 CITY OF CARLSBAD SUPPLEMENTAL PROVISIONS TO "GREENBOOK" STANDARD SPECIFICATIONS for PUBLIC WORKS CONSTRUCTION 2003 EDITION PART 1, GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 10/08/03 Contract No. 3771 and 4001 Page 44 of 99 Pages Agency - the City of Carlsbad, California. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts Apartment and Apartments Bldg Building and Buildings CMWD Carlsbad Municipal Water District CES Carlsbad Engineering Standards cfs Cubic Feet per Second Comm Commercial DR Dimension Ratio E Electric EWA Encina Wastewater Authority G Gas Revised 10/08/03 Contract No. 377land 4001 Page 45 of 99 Pages gal Gallon and Gallons Gar Garage and Garages GNV Ground Not Visible gpm gallons per minute IE , Invert Elevation MSL Mean Sea Level (see Regional Standard Drawing M-12) NCTD North County Transit District OHE Overhead Electric ROW Right-of-Way S Sewer or Slope, as applicable SDRSD San Diego Regional Standard Drawings SFM Sewer Force Main T Telephone UE Underground Electric W Water, Wider or Width, as applicable SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful perform- ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in 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. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: Revised 10/08/03 Contract No. 3771 and 4001 Page 46 of 99 Pages 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. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set. The plan set is designated as City of Carlsbad Drawing No. 434-5 and consists of 144 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards, hereinafter designated as CES, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Technical Specifications 3) City of Carlsbad Supplemental Provisions. 4) Plans. 5) City of Carlsbad Engineering Standards, 2004 Edition. 6) San Diego Regional Standard Drawings 7) State of California Department of Transportation Standard Plans 8) Standard Specifications for Public Works Construction 9) Reference Specifications 10) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 10) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.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. Revised 10/08/03 Contract No. 3771 and 4001 Page 47 of 99 Pages 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: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file comer record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor Revised 10/08/03 Contract No. 3771 and 4001 Page 48 of 99 Pages shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be 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 centeriines 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. Add the following section: 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. Centeriine 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 10/08/03 Contract No. 3771 and 4001 Page 49 of 99 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills 2 10m (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities®, <Z> Curb Traffic Signal CD Signal Poles & Controller (D Junction Box CD Conduit 0 Minor Structure CD Abutment Fill Wall® Stake Description 0> SDRS M-10 Monument Lath in soil, painted line onPCC&AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Point +Guard Centerline or Parallel to Centerline Spacing®, © <300m (1000'), Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, £ 15m (50') on tangents & £ 7.5m (25') on curves, Painted line - continuous Intervisible and S 15m (50') < 60 m (200') on tangents, s 15m (50') on curves when Rs 300m (1000') & 7.5m (25') on curves when R£ 300m (1000') < 15m (50') S 15 m (50') on tangents & curves when R2 300m (1000') & £ 7.5m (25') on curves when R <, 300m (1000') £ 7.5m (25') or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & £ 7.5m (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 £ 7.5m (25'), BC & EC, at 1/4A, 1/iA & *A on curt) returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curt) and sidewalk at each pole & controller location at each junction box location <• 15 m (50') on tangents & curves when R5 300m (1000') & £ 7.5m (25') on curves when R < 300m (1000') or where grade <. 0.30% for catch basins: at centeriine of box, ends of box & wings & at each end of the local depression <5> < 15 m (50') & along end slopes & conic transitions < 15 m (50') and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation Lateral Spacing <3>, <E> on street centeriine at clearing line Grade Breaks & £7.6 m (25') N/A ( constant offset) N/A S6.7 m (22') edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate Setting Tolerance (Within) Horizontal, also see section 2-9.2.1 herein 30 mm (0.1 ') Vertical & Horizontal 30 mm (0.1') Horizontal 30 mm (0.1') Vertical & Horizontal 10 mm (V) Horizontal & 7 mm (V) Vertical 10 mm (V) Horizontal & 7 mm (V) Vertical 10 mm (V) Horizontal & 7 mm (V) Vertical 10 mm (%") Horizontal & 7 mm (V) Vertical 10 mm (V) Horizontal & 7 mm f //) Vertical 10 mm (V) Horizontal & 7 mm CU") Vertical 10 mm CV) Horizontal & when depth cannot be measured from existing pavement 7 mm (YV) Vertical 10 mm (V) Horizontal & 7 mm (V) Vertical (when vertical data needed) 30 mm (0.1') Vertical & Horizontal 7 mm (V) Horizontal & 7 mm (V) Vertical Revised 10/08/03 Contract No. 3771 and 4001 Page 50 of 99 Pages Major Structure © Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous ® Contour Grading CD Utilities CD. © Channels, Dikes & Ditches CD Signs CD Subsurface Drains CD Overside Drains CD Markers CD Railings & Barriers CD AC Dikes CD Box Culverts Pavement Markers® 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 & wall height 3 m to 10 m (10' to 33') as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 3 m to 10 m (10' to 33') sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns <sl5m(50') < 15 m (50') on tangents & curves when R> 300m (1000') & < 7.5m (25') on curves when R £ 300m (1000') or where grade £ 0.30% intervisible & S 30 m (100'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & £ 15m (50'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing £ 15 m (50') on tangents & curves when R£ 300m (1000') & £ 7.5m (25') on curves when R £ 300m (1000'). At beginning & end and < 1 5 m (50') on tangents & curves when R 2 300m (1000') & <, 7.5m (25') on curves when R £ 300m (1000'J At beginning & end 3 m to 10 m (10' to 33') as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 60 m (200') on tangents, 15m (50') on curves when R S: 300m (1000') & 7.5m (25') on curves when R <• 300m (1000') For PCC surfaced streets lane cold joints will suffice 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) 10 mm (V) Horizontal & 7 mm (1/V) Vertical 10 mm (O/B") Horizontal & 7 mm (V) Vertical 30 mm (0.1') Vertical & Horizontal 10 mm CV) Horizontal & 7 mm (V) Vertical 30 mm (0.1') Horizontal & 7 mm (V) Vertical 30 mm (0.1 ') Vertical* Horizontal 30 mm (0.1') Horizontal & 7 mm (V) Vertical 30 mm (0.1') Horizontal & 7 mm (V) Vertical 7 mm (W) Horizontal 10 mm (V) Horizontal & Vertical 30mm(0.1') Horizontal & Vertical 10 mm OVA") Horizontal & 7 mm (V) Vertical 7 mm (VO Horizontal ^taxing tor 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 <Z> 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 <3> Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature <E> S means greater than, or equal to. the number following the symbol. £ means less than, or equal to, the number fol- lowing the symbol. ® The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(6) Revised 10/08/03 Contract No. 3771 and 4001 Page 51 of 99 Pages TABLE 2-9.2.2(8) 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. Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and^vill 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. Revised 10/08/03 Contract No. 3771 and 4001 Page 52 of 99 Pages SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as 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. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before Revised 10/08/03 Contract No. 3771 and 4001 Page 53 of 99 Pages 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. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. 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 Revised 10/08/03 Contract No. 3771 and 4001 Page 54 of 99 Pages City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1,1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (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. Revised 10/08/03 Contract No. 3771 and 4001 Page 55 of 99 Pages (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 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 Revised 10/08/03 Contract No. 3771and 4001 Page 56 of 99 Paaes of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be bome by the Contractor. 4-1.6 Trade names or Equals add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the 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 Revised 10/08/03 Contract No. 3771and 4001 Page 57 of 99 Pages description of the materials) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility 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. The Contractor shall install conduits for electrical power as described on Sheet E0.3 to accommodate SDG&E. Inspection of the conduit installation will be performed by the SDG&E inspector and the contractor shall comply with their requirements. SDG&E's tentative schedule is to be able to complete agreements with the Agency for power to the site after June 2006. The Contractor shall coordinate the conduit installation time frame with SDG&E. 5-6 COOPERATION. Add the following: SDG&E will install a transformer after Contractor has placed the transformer pad. See Sheet E0.3 and Section 7-7.2 SDG&E Electrical Power Service, herein. Revised 10/08/03 Contract No. 3771 and 4001 Page 58 of 99 Pages SECTION 6 •• PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 7 calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule in accordance with the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall and submit to the Engineer a chart showing individual tasks and their durations arranged with Revised 10/08/03 Contract No. 377land 4001 Page 59 of 99 Pages tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. Add the following section: 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per section 6-4. Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the Revised 10/08/03 Contract No. 377land 4001 Page 60 of 99 Pages shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the pre-construction 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. Add the following section: 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1. Add the following section: 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. Add the following section: 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: Revised 10/08/03 Contract No. 3771 and 4001 Page 61 of 99 Pages 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. Add the following section: 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1. 4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6- 1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". Add the following section: 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with section 6-1.8.2. Add the following section: 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per section 6-1.8.2. Add the following section: 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to Revised 10/08/03 Contract No. 3771 and 4001 Page 62 of 99 Pages receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. Add the following section: 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. Add the following section: 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2. Add the following section: 6-1.8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of ten thousand dollars ($10,000.00) The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these supplemental provisions and as directed by the Engineer. The Engineer's determination that each and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-1.8.3. Add the following section: 6-1.8.1 Initial Payment. Three thousand dollars ($3,000) of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project Revised 10/08/03 Contract No. 3771 and 4001 Page 63 of 99 Paaes Add the following section: 6-1.8.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of four hundred dollars ($400.00) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted.as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked "Accepted" by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule. Add the following section: 6-1.8.3 Concluding Payment. A Final payment of two thousand dollars ($2000.00) for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes construction of the City Library Learning Center at 3368 Eureka Place in stages as described in Section 01100 of the Technical Specifications. The descriptions for Stage 0 through 6 are overviews only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. Some stages or portions of stages may overlap each other and/or occur during the same time period. Contractor has the option to submit a different "stage plan" than listed and described in Section 01100 of the Technical Specifications. Any variation from the stages described in Section 01100 must be submitted in accordance with the shop drawing review procedures and must be approved in advance by the Engineer. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under section 7-6, "The Contractor's Representative", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by Revised 10/08/03 Contract No. 377land 4001 Page 64 of 99 Pages 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. Add the following: The Contractor shall diligently prosecute the work to completion within 360 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 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 inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and 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. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Fifteen Hundred Dollars ($1500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that $1500 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 10/08/03 Contract No. 3771 and 4001 Page 65 of 99 Pages SECTION 7 - RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: 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. Add the following section: 7-5.2 Conditional Use Permit. The Agency has obtained a Conditional use Permit for the specified work. A copy of said permit is included in Appendix B. Contractor shall perform all work in accordance with all applicable provisions of said permit. The cost of compliance with permit provisions shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. Add the following section: 7-5.3 Carlsbad Business License. Contractor and all subcontractors shall procure and maintain a valid City of Carlsbad Business License for the duration of the Contract. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with Agency, San Diego Gas and Electric, other contractors, and all other jurisdictional agencies. 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. Agency will have a representative on site to observe and verify compliance with Contract Documents. In addition, a Building Department inspector will be making observations. Contractor shall comply with all Building Permit requirements. Special ICBO inspection is required for several items of work. Add the following section: 7-7.2 SDG&E Electrical Power Service. Agency has coordinated with San Diego Gas and Electric Co. (SDG&E) for 120/208 volt, 3 phase, 4 wire electric power service to be provided to the project facilities. SDG&E will furnish and install power from existing power poles. As shown on the Drawings, the Contractor shall furnish and install conduits from an existing SDG&E Revised 10/08/03 Contract No. 3771 and 4001 Page 66 of 99 Pages pull box to the proposed SDG&E transformer slab box and conduit between slab box to the proposed service equipment all in accordance with SDG&E requirements. Contractor shall furnish and install pull section, main circuit breaker, and metering equipment, all in accordance with SDG&E requirements. Contractor shall coordinate all work with SDG&E including installation of slab box service equipment and conductors. Contractor shall obtain all applications and permits and coordinate SDG&E work such that the Contract completion schedules are met. Agency will pay all application and permit fees. SDG&E service planner is Don Alteveres at (760) 480-7727. Manufacturers shall furnish approved SDG&E equipment. Complete shop drawings and fabrication drawings of service equipment shall be submitted to SDG&E for review and approval prior to fabrication. Add the following section: 7-7.3 Modular Building from Williams Scotsman. The Agency has pre-purchased the 4,800 square foot modular building shown on the Drawings from Williams Scotsman. Contractor shall coordinate the delivery and installation of the modular building with Williams Scotsman by contacting Donald Beaman, Sr. Sales Representative, at (619) 661-0930 FAX (619) 661-7252. Careful coordination is required for delivery and setup of the modular building in accordance with Work Sequence in Section 01100 of the Technical Specifications. Add the following section: 7-7.4 Head Start Use of Buildings and Site. The City has a lease with Neighborhood House Association (NHA), which operates Head Start in the main building. To accommodate Head Start the City will relocate them to the 4,800 square foot modular building once it is installed and utilities are connected to provide service. Contractor will need to phase the work to accommodate Head Start staff, the attending children and their parents during construction of this project. The City will be the interface between the Contractor and Head Start. Refer to Section 01100 in the Technical Specifications. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees 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. Add the following: Prior to commencing construction activities, Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) for this project in accordance with the California State Water Resources Control Board Order No. 2001-01, NPDES Revised 10/08/03 Contract No. 3771 and 4001 Page 67 of 99 Pages General Permit No. CAS0108758 the "Waste Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction Activity". The SWPPP, including Storm Water Monitoring and Reporting Program, shall fully satisfy all applicable requirements of the General Permit and City of Carlsbad requirements. The SWPPP shall include the "Notice of Intent" issued by the State Water Resources Control Board for this project. Contractor shall submit a copy of the SWPPP to the Engineer for filing, and shall maintain a copy of the SWPPP on the job site at all times for review and inspection by the Regional Water Quality Control Board. Contractor shall implement the SWPPP, including training of personnel and implementation of all applicable Best Management Practices (BMP's). Contractor shall also perform the Monitoring and Reporting Program in accordance with the General Permit, maintain a copy of all inspection reports onsite, and submit copies of same to Engineer for filling within seven (7) days after each storm event. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access, add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. At Holliday Park, located across the street from the project site, on the first Saturday in the month of October there will be an event called Octoberfest. During this event, a large number of people will be in attendance. Contractor shall make adequate provisions to not interfere with the event and on street parking. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be Revised 10/08/03 Contract No. 3771 and 4001 Page 68 of 99 Pages brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 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 (760) 438-2980 X-2937 5) Carlsbad Traffic Signals Operations (760)602-2752 6) North County Transit District (760)967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at 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. Add the following section: 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 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6for materials and section 310-5 et seq. For workmanship, Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction Revised 10/08/03 Contract No. 3771 and 4001 Page 69 of 99 Pages and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 180 mm (7") long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m (25') intervals to a point not less than 7.6 m (25') past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 6', nor operate equipment within 2' from any traffic lane occupied by traffic. For equipment the 2' shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than 12' wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the Revised 10/08/03 Contract No. 3771 and 4001 Page 70 of 99 Pages traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the "Traffic Manual", 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centeriine 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. Add the following section: 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 Chapter 5 of the "Traffic Revised 10/08/03 Contract No. 3771 and 4001 Page 71 of 99 Pages Manual", 1996 Edition 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. Add the following section: 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. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project, which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 9 - MEASUREMENT and PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion" 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the Revised 10/08/03 Contract No. 3771 and 4001 Page 72 of 99 Pages 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 the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is 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. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the 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 subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which Revised 10/08/03 Contract No. 3771and 4001 Page 73 of 99 Pages written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (30%) of the amount bid for mobilization and preparatory work will be allowed therefore. The remainder of the bid amount shall be paid after demobilization and site cleanup is complete top the satisfaction of the Engineer. Revised 10/08/03 Contract No. 3771 and 4001 Page 74 of 99 Pages SUPPLEMENTAL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.1 General: Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203- 6.3 of the standard specifications for public works construction and these special provisions. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability1 using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 2Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +1-4. 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. Revised 10/08/03 Contract No. 3771 and 4001 Page 75 of 99 Pages The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +I-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or B." 203-6.7 Asphalt Concrete Storage, add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. Add the following section: 203-13 ASPHALT PAVEMENT CRACK SEALANTS 203-13.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 203-13(A). Revised 10/08/03 Contract No. 3771 and 4001 Page 76 of 99 Pages TABLE 203-13.1 (A) ELASTOMERIC SEALANT CHARACTERISTICS Property Hardness (indentation) Tensile Strenqth Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant Measuring Standard (ASTM Designation) ASTM D 2240 Rex. Type A, Model 1700 ASTM D 412 Die C, ASTM D 412 Die C, 0.6 mm (25 mil) Free Film Bend (180°) ASTM D 822 Weatherometer 350 h ASTM B 117 28 days at 38°C ASTM D 150 Results 65-85 3.45 MPa, minimum 400%, minimum No cracks Slight chalking 3.45 MPa, minimum tensile; 400% minimum Elongation Less than 25% change Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 13 mm (72") Mandrel Cured 7 days at 25°C @ 50% relative humidity 5% NaCI, Die C, pulled at 508 mm (20") per minute over a temperature range of -30-»C to 50-»C 203-13.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41 A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C (45°F). 203-13.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 203-13.3(A). TABLE 203-13.3(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softeningpoint, Ductility, Flash Point, COC, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C, 150g, 5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, Revised 10/08/03 Contract No. 377land 4001 Page 77 of 99 Pages SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES Headers 100mm for bituminous (2"x4") Headers for bituminous mm x 100 mm (2"x4") pavement pavement up to 50 larger mm x than 50 GRADES Construction grade Redwood or treated construction grade Douglas preservative Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all 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, 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: 206-7.1.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", except that the notation shall be "PROPERTY OF THE CITY OF CARLSBAD". Add the following section: 206-7.1.3 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard 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. Revised 10/08/03 Contract No. 3771 and 4001 Page 78 of 99 Pages Add the following section: 206-7.1.4 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: 206-7.1.5 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October .1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 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: Revised 10/08/03 Contract No. 3771 and 4001 Page 79 of 99 Pages 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: 206-7.2.4 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" 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 (71). 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 ft^of 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 requirements 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 leg- end 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. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. i Revised 10/08/03 Contract No. 377land 4001 Page 80 of 99 Pages Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the comer. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for comer radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on comer-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) 25x25 32x32 38x38 44x44 51x51 56x56 57x57 64x64 51 x76 (1 x 1) (1V4X1V4) dVzxlVz) (13/4x1d/4) (2 x 2) (2d/16x2J/16) (21/4x21/4) (2V2X2V2) (2x3) Outside Tolerance for Ail Sides at Comers mm (inches) 0.13 0.15 0.15 0.20 0.20 0.25 0.25 0.25 0.25 0.005 0.006 0.006 0.008 0.008 0.010 0.010 0.010 0.010 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) 25x25 32x32 38x38 44x44 51x51 56x56 57x57 64x64 51x76 (1x1) (1-V4X1-V4) d-VaXl-Vz) d-J/4x1-</4) (2x2) <2-'/,.x2-*/i.) (2-V4x2-V4) (2-1/2x2-1/2) (2x3) Squareness0' mm (Inches) 0.15 0.18 0.20 0.25 0.30 0.36 0.36 0.38 0.46 0.006 0.007 0.009 0.010 0.012 0.014 1.014 0.015 0.018 Twist Permissible in 900 mm (3") mm{2) (Inchesr* 1.3 1.3 1.3 1.6 1.6 1.6 1.6 1.9 1.9 0.050 0.050 0.050 0.062 0.062 0.062 0.062 0.075 0.075 <1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Revised 10/08/03 Contract No. 3771 and 4001 Page 81 of 99 Pages Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type III 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 ASTM D2103 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 mm(20") Dead soft/annealed Virgin PET Virgin LDPE >30 percent, solid 1.5#/R Five hours without peel See Table 207-25.1 (B) TABLE 207-25.1 (B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric Gas and oil distribution and transmission, dangerous materials, systems. 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. Revised 10/08/03 Contract No. 3771 and 4001 Page 82 of 99 Pages 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. 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. Revised 10/08/03 Contract No. 377land 4001 Page 83 of 99 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: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with property 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. 300-3 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 provide all shoring, bracing, cribbing, pumping, and planking required. 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. 300-4 UNCLASSIFIED FILL Revised 10/08/03 Contract No. 3771 and 4001 Page 84 of 99 Pages 300-4.2 Preparation of Fill Areas, add the following: Except as provided in section 300-4.7, "Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 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. 300-4.8 Slopes, add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm (21) or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300- 5.2.1 (A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75 mm (3"). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150 mm (6"). TABLE 300-5.2.1 (A) IMPORTED BORROW PROPERTIES Tests R-Value Expansion Index Plasticity Index Sieve Analysis Test Method No. Calif. 301 UBC Standard 18-2 ASTM D 424 ASTM D 422 Requirements 40 Min. 10 Max. 4 Max. Percent Passing 75u. (No. 200) 15 Max. 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 property 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 Revised 10/08/03 Contract No. 3771 and 4001 Page 85 of 99 Pages procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment 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: 300-13 STORM WATER POLLUTION PREVENTION PLAN 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit a Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Handbook"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. Revised 10/08/03 Contract No. 3771 and 4001 Page 86 of 99 Pages The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or 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. 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, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefore. Revised 10/08/03 Contract No. 3771 and 4001 Page 87 of 99 Pages Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental 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" and these supplemental provisions. 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. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. 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. Revised 10/08/03 Contract No. 3771 and 4001 Page 88 of 99 Pages 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. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General, add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two-day period shall be shown in the schedule required per section 6-1. 302-5.2.2 Equipment, add the following: The machine shall be capable of grinding Asphalt Concrete so that the finished surface shall not vary from true plane enough to permit a .01 foot thick shim .25 feet wide to pass under a 12 foot long straight edge when the straight edge is laid on the finished surface parallel to the centerline. The transverse slope of the finished surface shall be uniform to a degree such that a .02 foot shim .25 feet wide will not pass under 12 foot long straight edge when the straight edge is laid on the finished surface in a direction transverse to the centerline and extending from edge to edge of a traffic lane. 302-5.2.5 Pavement Transitions, add the following: 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 constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat, add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 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. The surface course shall be 50 mm (2") thick. Leveling i Revised 10/08/03 Contract No. 3771 and 4001 Page 89 of 99 Pages courses will be required in a variable thickness pavement section. 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. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 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 Add the following section. 302-11.2 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 (V) of subgrade to 95% relative compaction. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (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. Revised 10/08/03 Contract No. 3771 and 4001 Page 90 of 99 Pages 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing elastomeric sealant material. 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. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED ftonhl + SLOPE X 100] X LANES 1000 8 PS = [ APT + EWL + DAYS +10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (moM + SLOPE X 100] X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Revised 10/08/03 Contract No. 3771 and 4001 Page 91 of 99 Pages Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent, SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306- 1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be property completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of Revised 10/08/03 Contract No. 3771 and 4001 Page 92 of 99 Pages tables 203-5.2(6) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x 3/i") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1) 0.3m (10") 0.6m (23") 0.8m (31") 1.0m (41") 1.6m (63") Minimum Plate Thickness 13mm (V2") 19mm (V) A 22mm (V) " 25mm (1") 32 mm (1 Vi") (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Engineering Standards, latest edition. Revised 10/08/03 Contract No. 3771 and 4001 Page 93 of 99 Pages 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. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation, add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (V*") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: 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. 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 Revised 10/08/03 Contract No. 3771 and 4001 Page 94 of 99 Pages 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 (V) in 3 m (10') when measured parallel to the centeriine of the street or more than 6 mm (V) in 3 m (10') when measured perpendicular to the centeriine 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 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 (0.10') 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. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 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. Revised 10/08/03 Contract No. 3771 and 4001 Page 95 of 99 Pages 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 permanent signing 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. Section 313 - Temporary Traffic Control Devices Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality Revised 10/08/03 Contract No. 3771 and 4001 Page 96 of 99 Pages control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 Tainting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/8") thick plate welded on the upper end with a 5-mm (3/16") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the fomns-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or( logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Revised 10/08/03 Contract No. 3771 and 4001 Page 97 of 99 Pages Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite III" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions 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. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K- rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. CARLSBAD CITY LIBRARY LEARNING CENTER TECHNICAL SPECIFICATIONS Manuel Onclna Architects, Inc. FEBRUARY 2OO6 SECTION 00010 TABLE OF CONTENTS DOCUMENTS 0 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, AND CONTRACT REQUIREMENTS 00010 - TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS 01100-SUMMARY 01510 - TEMPORARY UTILITIES 01575 - TEMPORARY EROSION AND SEDIMENTATION CONTROL DIVISION 2 - SITE CONSTRUCTION 02200 - SITE PREPARATION 02225 - DEMOLITION 02230 - SITE CLEARING 02310 - GRADING 02315 - EXCAVATION 02316 - FILL AND BACKFILL 02317 - TRENCHING FOR SITE UTILITIES 02510 - WATER DISTRIBUTION 02535 - SANITARY SEWER PIPING 02540 - RESILIENT SURFACING 02551 - SITE GAS DISTRIBUTION 02620 - SUBDRAINAGE 02721 - AGGREGATE BASE COURSE 02741 - BITUMINOUS CONCRETE PAVING 02751 - PORTLAND CEMENT CONCRETE PAVING 02810 - IRRIGATION SYSTEM 02843 - PARKING BUMPERS 02930 - EXTERIOR PLANTS DIVISION 3 - CONCRETE 03100 - CONCRETE FORMS AND ACCESSORIES 03300 - CAST-IN-PLACE CONCRETE 03540 - PRECAST CONCRETE SPECIALTIES DIVISION 4 - MASONRY 04810 - UNIT MASONRY ASSEMBLIES 04812 - GLASS UNIT MASONRY rarleharl <?ih/ I ihrarv I eaminn ("tenter TABI C nC r»r>MTCKITC DIVISION 5 - METALS 05120 - STRUCTURAL STEEL 05500 - METAL FABRICATIONS 05510-METALSTAIRS 05511 - ALUMINUM LADDERS 05520 - HANDRAILS AND RAILINGS DIVISION 6 - WOOD AND PLASTICS 06067 - PLASTIC AND METAL SURFACING MATERIALS 06100 - ROUGH CARPENTRY 06150-WOOD DECKING 06162 - ACOUSTICAL FLOORING SYSTEM 06171 - WOOD CHORD METAL JOISTS 06176-WOODI-JOISTS 06200 - FINISH CARPENTRY 06410 - CUSTOM CABINETS 06605 - FIBERGLASS REINFORCED PLASTIC PANELS 06651 - SOLID POLYMER FABRICATIONS DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07130 - SHEET WATERPROOFING 07140 - FLUID-APPLIED WATERPROOFING 07190 - WATER REPELLENTS 07212 - BATT INSULATION 07261- WEATHER RESISTANT MEMBRANES 07513 - COLD PROCESS BUILT-UP ASPHALT ROOFING 07540 - THERMOPLASTIC MEMBRANE ROOFING 07620 - SHEET METAL FLASHING AND TRIM 07816 - INTUMESCENT FIREPROOFING 07900 - JOINT SEALERS DIVISION 8 - DOORS AND WINDOWS 08110 - STEEL DOORS AND FRAMES 08162 -ALUMINUM SLIDING DOORS 08211 - FLUSH WOOD DOORS 08305 - SLIDING GLASS DOORS 08305 - LIFT-SLIDING AND SLIDING-FOLDING GLASS DOORS Carlsbad Citv Librarv Learnina Center TABLE OF CONTENTS 08310 - ACCESS DOORS AND PANELS 08410 - METAL-FRAMEDSTOREFRONTS 08520 - ALUMINUM WINDOWS 08710 - DOOR HARDWARE 08800 - GLAZING 08830 - MIRRORS DIVISION 9 - FINISHES 09260 - GYPSUM BOARD ASSEMBLIES 09300 - TILE 09383-SLATE TILE 09511 - SUSPENDED ACOUSTICAL CEILINGS 09615 - WATER VAPOR CONTROL AND FLOOR SEALER 09650 - RESILIENT FLOORING 09685-CARPET TILE 09900 - PAINTS AND COATINGS DIVISION 10 - SPECIALTIES 10100 - VISUAL DISPLAY BOARDS 10160 - METAL TOILET COMPARTMENTS 10210 - WALL LOUVERS 10440 - INTERIOR SIGNAGE 10500 - LOCKERS 10523 - FIRE EXTINGUISHERS, CABINETS AND ACCESSORIES 10800 - TOILET, BATH, AND LAUNDRY ACCESSORIES DIVISION 11 - EQUIPMENT 11050 - LIBRARY BOOKSTACKS 11055 - LIBRARY BOOK SECURITY SYSTEM 11131 - PROJECTION SCREENS DIVISION 12 - FURNISHINGS 12485 - FOOT GRILLES, MATS, AND FRAMES DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVEYING SYSTEMS 14201 - PASSENGER ELEVATORS 14271 - CUSTOM ELEVATOR CABS AND HOISTWAY DOORS 14281 - ELEVATOR EQUIPMENT Carlsbad City Library Learning Center TABLE OF CONTENTS 00010 -3 DIVISION 15 - MECHANICAL 15010 - BASIC MECHANICAL REQUIREMENTS 15065 - MOTORS FOR MECHANICAL EQUIPMENT 15250 - INSULATION 15400-PLUMBING 15492-FUEL GAS PIPING 15890 - DUCTWORK AND ACCESSORIES 15990 - BALANCING AIR AND WATER SYSTEMS DIVISION 16 - ELECTRICAL 16010 - ELECTRICAL GENERAL REQUIREMENTS 16100 - BASIC ELECTRICAL MATERIALS AND METHODS 16110-RACEWAYS 16120-CONDUCTORS 16400 - SERVICE AND DISTRIBUTION 16500 - LIGHTING 16740 - TELEPHONE SYSTEM 16821 - PUBLIC ADDRESS AND MUSIC EQUIPMENT END OF TABLE OF CONTENTS Carlsbad City Library Learning Center TABLE OF CONTENTS SECTION 01100 SUMMARY PART1 GENERAL 1.01 PROJECT A. Project Name: Carlsbad City Library Learning Center. B. Owner's Name: Carlsbad City Library. C. Architect's Name: Manuel Oncina Architects, Inc.. D. The Project consists of the remodel of Existing single story building, Addition of second story to Existing building, installation of Modular building and related site work. All work shall be in accordance with drawings and specifications prepared by Manuel Oncina Architects Inc. E. Identification : Refer to the Contract (Owner-Contractor Agreement) for name, location, project number and abbreviated identification of the work of the project. F. Contract Documents: Requirements of the work are contained in the contract documents and include cross references herein to published information, which is not necessarily bound therewith. The misplacement, addition or omission of any letter, word or punctuation mark shall in no way damage the true spirit, intent or meaning in these specifications. G. Work Not Included in Contract: Any equipment, work or item indicated on the drawings to be N.I.C. (Not In Contract) shall be provided under some other contract or arrangements of the owner to others. 1.02 OWNER OCCUPANCY A. Carlsbad City Library's Tenant intends to continue to occupy adjacent portions of the existing building during the entire construction period. B. Carlsbad City Library intends to occupy the Project upon Substantial Completion. C. Carlsbad City Library's Tenant intends to occupy a certain portion of the Project prior to the completion date for the conduct of normal operations. D. Cooperate with Carlsbad City Library to minimize conflict and to facilitate Carlsbad City Library's operations. E. Schedule the Work to accommodate Carlsbad City Library's Tenant occupancy. 1.03 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Sequence Plans. See Sequence Plans - Sequence Plans appear on 8 1/2" x 11" sheets immediately following this specification section . B. Arrange use of site and premises to allow: 1. Carlsbad City Library's Tenant occupancy. 2. Work by Others. Installation of Modular building by manufacturer or manufacturer's contractor. C. Provide access to and from site as required by law and by Carlsbad City Library: D. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. E. Time Restrictions: 1. Limit conduct of especially noisy, malodorous, and dusty exterior work to the hours of the following times. Work done in conflict with the schedule below will be in violation of the City Carlsbad City Library Learning Center SUMMARY 01100 -1 of Carlsbad Municipal Code. a. Monday-Friday: 7:OOAM - Sunset b. Saturday: 8:OOAM - Sunset c. Sunday: NO WORK all day d. NO WORK on the following Holidays: 1) Memorial Day 2) Independence Day: July 4th 3) Labor Day 4) Veterans Day 5) Thanksgiving 6) Christmas Day: December 25th F. Utility Outages and Shutdown: G. Limit disruption of utility services to hours the site is unoccupied. 1. Site currently has single-phase electrical service. This service shall not be shutdown during hours the City of Carlsbad's Tenant occupies site or until SDG&E installs new three-phase electrical service. 2. Do not disrupt or shut down life safety systems, including but not limited to fire sprinklers and fire alarm system, without 7 days notice to Carlsbad City Library and authorities having jurisdiction. 1.04 WORK SEQUENCE A. Construct Work in stages during the construction period: 1. Stage 0: See Sequence Plan 0 - Existing Condition. Sequence Plans appear on 8 1/2" x 11" sheets immediately following this specification section. 2. Stage 1: See Sequence Plan 1. 3. Stage 2: See Sequence Plan 2. 4. Stage 3: See Sequence Plan 3. 5. Stage 4: See Sequence Plan 4. 6. Stage 5: See Sequence Plan 5. 7. Stage 6: See Sequence Plan 6. B. Coordinate construction schedule and operations with Carlsbad City Library. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Carlsbad City Library Learning Center SUMMARY 01100 -2 TEMPORARY FENCE LOCATION GENERAL DESCRIPTION: THE WORK GENERALLY INCLUDES CONTRACTOR TO INSTALL TEMPORARY FENCING AROUND SOUTH AND EAST PORTIONS OF SITE. NOTE: AT ALL TIMES DURING THE WORK WEEK, CONTRACTOR WILL BE WORKING ADJACENT TO HEADSTART PROGRAM WHICH INCLUDES MANY SMALL CHILDREN. CONTRACTOR SHALL MAKE STAFF AWARE OF THIS SITUATION AND PLAN ACCORDINGLY. MANUEL ONCINA ARCHTTECTS INC. ARCHITECTURE PLANNING INTERIORSMil LdJcrioBva.La Jofta.CA 03037•U/4S9-1231 Tl•54/4W-13MFX CITY OF CARLSBAD ENGINEERING DEPARTMENT SEQUENCE PLAN 0 CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PLUMMER DEPUTY CITY ENGINEER PE«: M176 EXP: OM1-06 CHKD BY: . RVWD BY: . PROJECT NO. 4001 DRAWING N0.| 434-5 . EXISTING BUILDING - I I TO BE REMOVED I GENERAL DESCRIPTION: THE WORK GENERALLY INCLUDES PORTIONS OF SITE DEMOLITION, GRADING AND CONSTRUCTION. THE CONTRACTOR WILL INSTALL A TEMPORARY CONSTRUCTION FENCE AS IDENTIFIED BY THE PHASE LINE (SEE ABOVE) AND COMPLETE SITE DEMOLITION AND GRADING ON SOUTH AND EAST SIDES OF PHASE LINE. HEADSTART WILL CONTINUE TO OCCUPY THE MAIN BUILDING (gjDURING THIS TIME AND WILL RETAIN USE OF THE NORTH ENTRANCE(|)TO THE SITE AS WELL AS PART OF THE EXISTING PARKING LOT. CONTRACTOR WILL USE THE EXISTING SOUTH ENTRANCE(F)TO ACCESS THE SITE DURING THIS TIME. SEE SHEETS D1, D2, D4, D6, AND CIVIL SHEETS C1.0 THROUGH C9.0 FOR SITE DEMOLITION AND GRADING INFORMATION. REMOVE ALL EXISTING PLAY EQUIPMENT(HJXJ)AND STORE FOR RE-INSTALLATION. PER OWNER'S INSTRUCTION. AS PART OF THE SITE DEMOLITION, A PORTION OF THE EXISTING TRASH ENCLOSURE ©IS TO BE REMOVED PER SHEET D1 AND AS NOTED ON SHEET C3.0. ALSO SEE SHEETS C4.0, AO.O, A0.1, A0.2 FOR INFORMATION ON NEW TRASH ENCLOSURE AND SDG&E TRANSFORMER PAD. TO BE CONSTRUCTED: AS PART OF THE SITE GRADING, A NEW RETAINING WALL(D)IS TO BE CONSTRUCTED AS SHOWN AND NOTED ON SHEET C3.0 AND LOCATED ON SHEET C9.0. ALSO SEE SHEETS AO.O, A0.1 AND A0.4 FOR MORE INFORMATION. PREPARE FOOTPRINT AREA OF MODULAR BUILDING PER MANUFACURER'S RECOMMENDATIONS. MODULAR BUILDING CONTRACTOR WILL INSTALL CONCRETE FOUNDATION. NOTE: AT ALL TIMES DURING THE WORK WEEK, CONTRACTOR WILL BE WORKING ADJACENT TO HEADSTART PROGRAM WHICH INCLUDES MANY SMALL CHILDREN. CONTRACTOR SHALL MAKE STAFF AWARE OF THIS SITUATION AND PLAN ACCORDINGLY. MANUEL ONCNMA ARCHITECTS INC.ARCHITECTUREPLANNINGINTERIORS5711 LaJoftaVwd. La JoHa.CA 99097•M/4S9-1321 1L CITY OF CARLSBAD ENGINEERING DEPARTMENT SEQUENCE PLAN 1 CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PL.UMMER DEPUTY Cm- ENGINEER PE* 28176 EXP: OM1-06 OWN BY: _ CHKD BY: . RVTO BY: . PROJECT NO. 4001 DRAVWG NO. 434-5 r GENERAL DESCRIPTION: THE WORK GENERALLY INCLUDES INSTALLATION OF MODULAR BUILDING. SITE GRADING (IN THIS PORTION OF SITE) AND FLATWORK TO BE COMPLETED PRIOR TO TENANT MIGRATION TO MODULAR BUILDING. ASPHALT WORK TO BE COMPLETED AS NOTED IN DETAILS 1 & 2/C4.0 - INSTALL CAP AND STRIPING AFTER MAIN BUILDING CONSTRUCTION IS COMPLETE (SEE SEQUENCE PLAN 6). SEE CONSTRUCTION DOCUMENTS FOR SITE ITEMS TO BE COMPLETED INCLUDING, BUT NOT LIMITED TO: TRASH ENCLOSURE ©AND GREEN SCREENS (SEE DETAIL C/L1.2) (g) A TEMPORARY PLAY EQUIPMENT INSTALLATION®Q)W\LL OCCUR DURING THE MIGRATION OF TENANT FROM MAIN BUILDING TO MODULAR BUILDING, PER OWNER'S INSTRUCTION. CONTRACTOR SHALL REINSTALL THE PLAY EQUIPMENT TO LOCATION SHOWN, PLACING TEMPORARY WOOD CHIP SURFACE AND WOOD CHIP BARRIER TO A DEPTH OF " MIN. NOTE: AT ALL TIMES DURING THE WORK WEEK, CONTRACTOR WILL BE WORKING ADJACENT TO HEADSTART PROGRAM WHICH INCLUDES MANY SMALL CHILDREN. CONTRACTOR SHALL MAKE STAFF AWARE OF THIS SITUATION AND PLAN ACCORDINGLY. MANUEL ONONAARCHITECTS INC.ABCHITECTUBEPLANNINGINTERIORS 5711 CITY OF CARLSBAD ENGINEERING DEPARTMENT SEQUENCE PLAN 2 CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PLUMMER 1 DEPUTY CITY EIONEER PE«: 2H176 EXP: 03-31-06 OWN BY: . CHKD BY:.RVWD BY: . PROJECT NO. 4001 DRAWING NO. 434-5 GENERAL DESCRIPTION: HEADSTART MIGRATION PERIOD: ALLOW 2-3 WEEKS FOR HEADSTART TO VACATE EXISTING BUILDING ® AND MIGRATE TO MODULAR BUILDING. (B)(SEE ARROWS ABOVE) PREPARE NEW CONSTRUCTION BOUNDARIES: STOP ALL WORK AND RELOCATE TEMPORARY FENCING TO LOCATION SHOWN ON PLAN ABOVE. WORK TO COMMENCE WITHIN NEW FENCE BOUNDARY. THE NORTH ENTRANCE BECOMES THE CONSTRUCTION ENTRANCE(|>MMD THE SOUTH BECOMES THE HEADSTART ENTRANCE. (?) NOTE: AT ALL TIMES DURING THE WORK WEEK, CONTRACTOR WILL BE WORKING ADJACENT TO HEADSTART PROGRAM WHICH INCLUDES MANY SMALL CHILDREN. CONTRACTOR SHALL MAKE STAFF AWARE OF THIS SITUATION AND PLAN ACCORDINGLY. MANUEL ONCINAARCHITECTS INC.ARCHITECTUREPLANNINGINTERIORS CITY OF CARLSBAD ENGINEERING DEPARTMENT SEQUENCE PLAN 3 CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PLUMMER DEPUTY CITY ENGINEER PE* 28176 EXP: OM1 -OS OWN BY: _ CHKD BY: . RVWD BY: . PROJECT NO. 4001 DRAWING NO. 434-5 r GENERAL DESCRIPTION: THE WORK GENERALLY INCLUDES DEMOLITION TO COMMENCE ON SITE AND MAIN BUILDING(A)ITEMS PER CONSTRUCTION DOCUMENTS. CONTRACTOR TO MAINTAIN A 20'-0" MINIMUM CONSTRUCTION BOUNDARY AROUND THE EXTENTS OF NEW CONSTRUCTION (SEE CONSTRUCTION DOCUMENTS) ON THE MAIN BUILDING. NOTE: MODULAR BUILDING(f)IS NOW OCCUPIED BY THE HEADSTART. NOTE: AT ALL TIMES DURING THE WORK WEEK, CONTRACTOR WILL BE WORKING ADJACENT TO HEADSTART PROGRAM WHICH INCLUDES MANY SMALL CHILDREN. CONTRACTOR SHALL MAKE STAFF AWARE OF THIS SITUATION AND PLAN ACCORDINGLY. MANUEL ONCINAARCHITECTS INC.ARCHITECTURE PLANNINGINTERIORS6711 LoJoMaMud.La Je*o. CA WO37BM/459.1231 UAU/4S9-1914FX CITY OF CARLSBAD ENGINEERING DEPARTMENT SEQUENCE PLAN 4 CARLSBAD CITY LIBRARY LEARNING CENTER1 APPROVED BY: WIU.IAM E. RUMMER DEPUTY CITY ENGINEER PE*:2B1T6 EXP: 03-31-06 OWN BY: . CHKD BY: . RVWO BY: . PROJECT NO. 4001 DRAWING NO. 434-5 GENERAL DESCRIPTION: THE WORK GENERALLY INCLUDES RENOVATION AND CONSTRUCTION OF ADDITION TO MAIN BUILDING (A)PER CONSTRUCTION DOCUMENTS AND SPECIFICATIONS. NOTE: AT ALL TIMES DURING THE WORK WEEK, CONTRACTOR WILL BE WORKING ADJACENT TO HEADSTART PROGRAM WHICH INCLUDES MANY SMALL CHILDREN. CONTRACTOR SHALL MAKE STAFF AWARE OF THIS SITUATION AND PLAN ACCORDINGLY. MANUEL ONONA ARCHITECTS INC. ARCHITECTURE PLANNING INTERIORS6711 La jotaMwlLOJcMa.CA«9O37. SSU4M.1221 1L" CITY OF CARLSBAD ENGINEERING DEPARTMENT SEQUENCE PLAN 5 CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PU1MMER DEPUTY CITY ENGINEER PE«: 28176 EXP: OM1-06 OWN BY: . CHKO BY: . RVWD BY: . PROJECT NO. 4001 DRAWING NO. 434-5 *! Q 3 GENERAL DESCRIPTION: THE WORK GENERALLY INCLUDES COMPLETION OF CONSTRUCTION OF MAIN BUILDING.® COMPLETE SITE CONSTRUCTION INCLUDING ALL HARDSCAPE AND LANDSCAPE ITEMS. INSTALL ALL FENCES AND GATES WITH PROPER HARDWARE. REMOVE PLAY EQUIPMENT ® FROM TEMPORARY LOCATION AND INSTALL IN PERMANENT LOCATION PER LANDSCAPE SHEETS PROVIDE CAP SHEET AND STRIPING FOR PARKING AREAS. THE CITY REQUIRES FINISH PAVING AND STRIPING TO OCCUR ON WEEKENDS. WHILE PLAY EQUIPMENT IS INSTALLED AT FINAL LOCATION AND HARDSCAPE AND LANDSCAPE FINISHED, TENANT WILL BE PROVIDED ACCESS TO HOLIDAY PARK ON THE WEST SIDE OF EUREKA PLACE. NOTE: AT ALL TIMES DURING THE WORK WEEK, CONTRACTOR WILL BE WORKING ADJACENT TO HEADSTART PROGRAM WHICH INCLUDES MANY SMALL CHILDREN. CONTRACTOR SHALL MAKE STAFF AWARE OF THIS SITUATION AND PLAN ACCORDINGLY. MANUEL ONONAARCHITECTS INC.ARCHITECTUREPLANNINGINTERIORSMMU) JoteiBwJ. CITY OF CARLSBAD ENGINEERING DEPARTMENT SEQUENCE PLAN 6 CARLSBAD CITY LIBRARY LEARNING CENTER APPROVED BY: WILLIAM E. PLUMMER DEPUTY CITY ENGINEER P£»: 28176 EXP: 03-31-06 OWN BY: . CHKD BY: . RVWP BY: . PROJECT NO. 4001 DRAWING NO. 434-5 SECTION 01510 TEMPORARY UTILITIES PART1 GENERAL 1.01 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, and water. 1.02 RELATED SECTIONS A. Related Documents & Description of Work: Furnish and install all required tempory facilities as shown or specified herein plus such facilities as required for proper performance of the Contract. All such tempory facilities shall be located where directed and maintained in a safe and sanitary condition at all times until completion of the Contract. The Conditions of the Contract and the other sections of Division 1 apply to this section as fully as if repeated herein. B. Quality Assurance: Comply with governing regulations and utility company regulations and recommendations. Comply with pollution and environmental protection regulations for use of water and energy, for discharge of wastes and storm drainage from project site, and for control of dust, air pollution and noise. 1.03 TEMPORARY ELECTRICITY A. Provide power service required from utility source. B. Exercise measures to conserve energy. 1.04 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Maintain lighting and provide routine repairs. 1.05 TEMPORARY HEATING A. Provide heating devices and heat as needed to maintain specified conditions for construction operations. 1.06 TEMPORARY COOLING A. Provide cooling devices and cooling as needed to maintain specified conditions for construction operations. 1.07 TEMPORARY WATER SERVICE A. Provide and maintain suitable quality water service for construction operations at time of project mobilization. B. Exercise measures to conserve water. END OF SECTION Carlsbad City Library Learning Center TEMPORARY UTILITIES 01510 -1 SECTION 01575 TEMPORARY EROSION AND SEDIMENTATION CONTROL PART1 GENERAL 1.01 SECTION INCLUDES A. Prevention of erosion due to construction activities. B. Prevention of sedimentation of waterways, open drainage ways, and storm and sanitary sewers due to construction activities. C. Restoration of areas eroded due to insufficient preventive measures. D. Performance bond. E. Compensation of Carlsbad City Library for fines levied by authorities having jurisdiction due to non-compliance by. 1.02 RELATED SECTIONS A. Section 02230 - Site Clearing: Limits on clearing; disposition of vegetative clearing debris. B. Section 02310 - Grading: Temporary and permanent grade changes for erosion control. C. Section 02721 - Aggregate Base Course: Temporary and permanent roadways. D. Section 02930 - Exterior Plants: Permanent plantings for erosion control. E. Section 03300 - Cast-in-Place Concrete: Concrete for temporary and permanent erosion control structures indicated on drawings. 1.03 REFERENCES A. ASTM D 4355 - Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon Arc Type Apparatus; 2002. B. ASTM D 4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity; 1999a (Reapproved 2004). C. ASTM D 4533 - Standard Test Method for Trapezoid Tearing Strength of Geotextiles; 2004. D. ASTM D 4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles; 1991 (Reapproved 2003). E. ASTM D 4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile; 2004. F. ASTM D 4873 - Standard Guide for Identification, Storage, and Handling of Geosynthetic Rolls and Samples; 2002. G. EPA 832-R-92-005 - Storm Water Management for Construction Activities; U.S. Environmental Protection Agency; 1992. H. FHWA FLP-94-005 - Best Management Practices for Erosion and Sediment Control; Federal Highway Administration; 1995. I. USDATR-55 - Urban Hydrology for Small Watersheds; USDA Natural Resources Conservation Service; 1986. 1.04 PERFORMANCE REQUIREMENTS A. Comply with all requirements of U.S. Environmental Protection Agency for erosion and Carlsbad City Library Learning Center TEMPORARY EROSION AND SEDIMENTATION CONTROL 01575 -1 sedimentation control. B. Best Management Practices Standard: State of CALIFORNIA Erosion and Sedimentation Control Manual. C. Develop and follow an Erosion and Sedimentation Prevention Plan and submit periodic inspection reports. D. Do not begin clearing, grading, or other work involving disturbance of ground surface cover until applicable permits have been obtained; furnish all documentation required to obtain applicable permits. 1. Obtain and pay for permits and provide security required by authority having jurisdiction. 2. Carlsbad City Library will withhold payment to equivalent to all fines resulting from non-compliance with applicable regulations. E. Provide to Carlsbad City Library a Performance Bond covering erosion and sedimentation preventive measures only, in an amount equal to 100 percent of the cost of erosion and sedimentation control work. F. Timing: Put preventive measures in place as soon as possible after disturbance of surface cover and before precipitation occurs. G. Storm Water Runoff: Control increased storm water runoff due to disturbance of surface cover due to construction activities for this project. 1. Prevent runoff into storm and sanitary sewer systems, including open drainage channels, in excess of actual capacity or amount allowed by authorities having jurisdiction, whichever is less. 2. Anticipate runoff volume due to the most extreme short term and 24-hour rainfall events that might occur in 25 years. H. Erosion On Site: Minimize wind, water, and vehicular erosion of soil on project site due to construction activities for this project. 1. Control movement of sediment and soil from temporary stockpiles of soil. 2. Prevent development of ruts due to equipment and vehicular traffic. 3. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to Carlsbad City Library. I. Erosion Off Site: Prevent erosion of soil and deposition of sediment on other properties caused by water leaving the project site due to construction activities for this project. 1. Prevent windblown soil from leaving the project site. 2. Prevent tracking of mud onto public roads outside site. 3. Prevent mud and sediment from flowing onto sidewalks and pavements. 4. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to Carlsbad City Library. J. Sedimentation of Waterways On Site: Prevent sedimentation of waterways on the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers. 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to Carlsbad City Library; remove deposited sediments; comply with requirements of authorities having jurisdiction. 2. If sediment basins are used as temporary preventive measures, pump dry and remove deposited sediment after each storm. K. Sedimentation of Waterways Off Site: Prevent sedimentation of waterways off the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers. 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to Carlsbad City Library; remove deposited sediments; comply with requirements of authorities having jurisdiction. Carlsbad City Library Learning Center TEMPORARY EROSION AND SEDIMENTATION CONTROL 01575 -2 L. Open Water: Prevent standing water that could become stagnant. M. Maintenance: Maintain temporary preventive measures until permanent measures have been established. 1.05 SUBMITTALS A. See Supplemental Provisions, Section 2-5.3.3 - Submittals, for submittal procedures. B. Erosion and Sedimentation Control Plan: 1. Submit not less than 30 days prior to anticipated start of clearing, grading, or other work involving disturbance of ground surface cover. 2. Include: a. Site plan identifying soils and vegetation, existing erosion problems, and areas vulnerable to erosion due to topography, soils, vegetation, or drainage. b. Site plan showing grading; new improvements; temporary roads, traffic accesses, and other temporary construction; and proposed preventive measures. c. Where extensive areas of soil will be disturbed, include storm water flow and volume calculations, soil loss predictions, and proposed preventive measures. d. Schedule of temporary preventive measures, in relation to ground disturbing activities. e. Other information required by law. f. Format required by law is acceptable, provided any additional information specified is also included. 3. Obtain the approval of the Plan by authorities having jurisdiction. 4. Obtain the approval of the Plan by Carlsbad City Library. C. Certificate: Mill certificate for silt fence fabric attesting that fabric and factory seams comply with specified requirements, signed by legally authorized official of manufacturer; indicate actual minimum average roll values; identify fabric by roll identification numbers. D. Inspection Reports: Submit report of each inspection; identify each preventive measure, indicate condition, and specify maintenance or repair required and accomplished. E. Maintenance Instructions: Provide instructions covering inspection and maintenance for temporary measures that must remain after Substantial Completion. PART 2 PRODUCTS 2.01 MATERIALS A. Mulch: Use one of the following: 1. Straw or hay. 2. Wood waste, chips, or bark. 3. Erosion control matting or netting. B. Grass Seed For Temporary Cover: Select a species appropriate to climate, planting season, and intended purpose. If same area will later be planted with permanent vegetation, do not use species known to be excessively competitive or prone to volunteer in subsequent seasons. C. Bales: Air dry, rectangular straw bales. 1. Cross Section: 14 by 18 inches, minimum. 2. Bindings: Wire or string, around long dimension. D. Bale Stakes: One of the following, minimum 3 feet long: 1. Steel U- or T-section, with minimum mass of 1.33 Ib per linear foot. 2. Wood, 2 by 2 inches in cross section. E. Silt Fence Fabric: Polypropylene geotextile resistant to common soil chemicals, mildew, and insects; non-biodegradable; in longest lengths possible; fabric including seams with the following minimum average roll lengths: Carlsbad City Library Learning Center TEMPORARY EROSION AND SEDIMENTATION CONTROL 01575 -3 1. Average Opening Size: 30 U.S. Std. Sieve, maximum, when tested in accordance with ASTMD4751. 2. Permittivity: 0.05 secM, minimum, when tested in accordance with ASTM D 4491. 3. Ultraviolet Resistance: Retaining at least 70 percent of tensile strength, when tested in accordance with ASTM D 4355 after 500 hours exposure. 4. Tensile Strength: 100 Ib-f, minimum, in cross-machine direction; 124 Ib-f, minimum, in machine direction; when tested in accordance with ASTM D 4632. 5. Elongation: 15 to 30 percent, when tested in accordance with ASTM D 4632. 6. Tear Strength: 55 Ib-f, minimum, when tested in accordance with ASTM D 4533. 7. Color Manufacturer's standard, with embedment and fastener lines preprinted. F. Silt Fence Posts: One of the following, minimum 5 feet long: 1. Steel U- or T-section, with minimum mass of 1.33 Ib per linear foot. 2. Softwood, 4 by 4 inches in cross section. 3. Hardwood, 2 by 2 inches in cross section. G. Gravel: See Section 02721 for aggregate. H. Concrete: See Section 03300. PARTS EXECUTION 3.01 EXAMINATION A. Examine site and identify existing features that contribute to erosion resistance; maintain such existing features to greatest extent possible. 3.02 PREPARATION A. Schedule work so that soil surfaces are left exposed for the minimum amount of time. 3.03 SCOPE OF PREVENTIVE MEASURES A. In all cases, if permanent erosion resistant measures have been installed temporary preventive measures are not required. B. Construction Entrances: Traffic-bearing aggregate surface. 1. Width: As required; 20 feet, minimum. 2. Length: 50 feet, minimum. 3. Provide at each construction entrance from public right-of-way. 4. Where necessary to prevent tracking of mud onto right-of-way, provide wheel washing area out of direct traffic lane, with drain into sediment trap or basin. C. Linear Sediment Barriers: Made of silt fences. 1. Provide linear sediment barriers: a. Along downhill perimeter edge of disturbed areas, including soil stockpiles. b. Along the top of the slope or top bank of drainage channels and swales that traverse disturbed areas. c. Along the toe of cut slopes and fill slopes. d. Perpendicular to flow across the bottom of existing and new drainage channels and swales that traverse disturbed areas or carry runoff from disturbed areas; space at maximum of 200 feet apart. e. Across the entrances to culverts that receive runoff from disturbed areas. 2. Space sediment barriers with the following maximum slope length upslope from barrier: a. Slope of Less Than 2 Percent: 100 feet.. b. Slope Between 2 and 5 Percent: 75 feet. c. Slope Between 5 and 10 Percent: 50 feet. d. Slope Between 10 and 20 Percent: 25 feet. e. Slope Over 20 Percent: 15 feet. Carlsbad City Library Learning Center TEMPORARY EROSION AND SEDIMENTATION CONTROL 01575 -4 D. Storm Drain Curb Inlet Sediment Trap: Protect each curb inlet using one of the following measures: 1. Filter fabric wrapped around hollow concrete blocks blocking entire inlet face area; use one piece of fabric wrapped at least 1-1/2 times around concrete blocks and secured to prevent dislodging; orient cores of blocks so runoff passes into inlet. 2. Straw bale row blocking entire inlet face area; anchor into pavement. E. Storm Drain Drop Inlet Sediment Traps: As detailed on drawings. F. Temporary Splash Pads: Stone aggregate over filter fabric; size to suit application; provide at downspout outlets and storm water outlets. G. Soil Stockpiles: Protect using one of the following measures: 1. Cover with polyethylene film, secured by placing soil on outer edges. 2. Cover with mulch at least 4 inches thickness of pine needles, sawdust, bark, wood chips, or shredded leaves, or 6 inches of straw or hay. H. Mulching: Use only for areas that may be subjected to erosion for less than 6 months. 1. Wood Waste: Use only on slopes 3:1 or flatter; no anchoring required. I. Temporary Seeding: Use where temporary vegetated cover is required. 3.04 INSTALLATION A. Traffic-Bearing Aggregate Surface: 1. Excavate minimum of 6 inches. 2. Place geotextile fabric full width and length, with minimum 12 inch overlap at joints. 3. Place and compact at least 6 inches of 1.5 to 3.5 inch diameter stone. B. Silt Fences: 1. Store and handle fabric in accordance with ASTM D 4873. 2. Where slope gradient is less than 3:1 or barriers will be in place less than 6 months, use nominal 16 inch high barriers with minimum 36 inch long posts spaced at 6 feet maximum, with fabric embedded at least 4 inches in ground. 3. Where slope gradient is steeper than 3:1 or barriers will be in place over 6 months, use nominal 28 inch high barriers, minimum 48 inch long posts spaced at 6 feet maximum, with fabric embedded at least 6 inches in ground. 4. Where slope gradient is steeper than 3:1 and vertical height of slope between barriers is more than 20 feet, use nominal 32 inch high barriers with woven wire reinforcement and steel posts spaced at 4 feet maximum, with fabric embedded at least 6 inches in ground. 5. Install with top of fabric at nominal height and embedment indicated on drawings. 6. Do not splice fabric width; minimize splices in fabric length; splice at post only, overlapping at least 18 inches, with extra post. 7. Fasten fabric to wood posts using one of the following: a. Four 3/4 inch diameter, 1 inch long, 14 gage nails. b. Five 17-gage staples with 3/4 inch wide crown and 1/2 inch legs. 8. Fasten fabric to steel posts using wire, nylon cord, or integral pockets. 9. Wherever runoff will flow around end of barrier or over the top, provide temporary splash pad or other outlet protection; at such outlets in the run of the barrier, make barrier not more than 12 inches high with post spacing not more than 4 feet. C. Straw Bale Rows: 1. Install bales in continuous rows with ends butting tightly, with one bale at each end of row turned uphill. 2. Install bales so that bindings are not in contact with the ground. 3. Embed bales at least 4 inches in the ground. 4. Anchor bales with at least two stakes per bale, driven at least 18 inches into the ground; Carlsbad City Library Learning Center TEMPORARY EROSION AND SEDIMENTATION CONTROL 01575 -5 drive first stake in each bale toward the previously placed bale to force bales together. 5. Fill gaps between ends of bales with loose straw wedged tightly. 6. Place soil excavated for trench against bales on the upslope side of the row, compacted. D. Mulching Over Large Areas: 1. Dry Straw and Hay: Apply 2-1/2 tons per acre; anchor using dull disc harrow or emulsified asphalt applied using same spraying machine at 100 gallons of water per ton of mulch. 2. Wood Waste: Apply 6 to 9 tons per acre. 3. Erosion Control Matting: Comply with manufacturer's instructions. E. Mulching Over Small and Medium Areas: 1. Dry Straw and Hay: Apply 4 to 6 inches depth. 2. Wood Waste: Apply 2 to Sinches depth. 3. Erosion Control Matting: Comply with manufacturer's instructions. F. Temporary Seeding: 1. When hydraulic seeder is used, seedbed preparation is not required. 2. When surface soil has been sealed by rainfall or consists of smooth undisturbed cut slopes, and conventional or manual seeding is to be used, prepare seedbed by scarifying sufficiently to allow seed to lodge and germinate. 3. If temporary mulching was used on planting area but not removed, apply nitrogen fertilizer at 1 pound per 1000 sq ft. 4. On soils of very low fertility, apply 10-10-10 fertilizer at rate of 12 to 16 pounds per 1000 sq ft. 5. Incorporate fertilizer into soil before seeding. 6. Apply seed uniformly; if using drill or cultipacker seeders place seed 1/2 to 1 inch deep deep. 7. Irrigate as required to thoroughly wet soil to depth that will ensure germination, without causing runoff or erosion. 8. Repeat irrigation as required until grass is established. 3.05 MAINTENANCE A. Inspect preventive measures weekly, within 24 hours after the end of any storm that produces 0.5 inches or more rainfall at the project site, and daily during prolonged rainfall. B. Repair deficiencies immediately. C. Silt Fences: 1. Promptly replace fabric that deteriorates unless need for fence has passed. 2. Remove silt deposits that exceed one-third of the height of the fence. 3. Repair fences that are undercut by runoff or otherwise damaged, whether by runoff or other causes. D. Straw Bale Rows: 1. Promptly replace bales that fall apart or otherwise deteriorate unless need has passed. 2. Remove silt deposits that exceed one-half of the height of the bales. 3. Repair bale rows that are undercut by runoff or otherwise damaged, whether by runoff or other causes. E. Clean out temporary sediment control structures weekly and relocate soil on site. F. Place sediment in appropriate locations on site; do not remove from site. 3.06 CLEANUP A. Remove temporary measures after permanent measures have been installed, unless permitted to remain by Manuel Oncina Architects, Inc.. Carlsbad City Library Learning Center TEMPORARY EROSION AND SEDIMENTATION CONTROL 01575 -6 B. Clean out temporary sediment control structures that are to remain as permanent measures. C. Where removal of temporary measures would leave exposed soil, shape surface to an acceptable grade and finish to match adjacent ground surfaces. END OF SECTION Carlsbad City Library Learning Center TEMPORARY EROSION AND SEDIMENTATION CONTROL 01575 -7 SECTION 02200 SITE PREPARATION PART1 GENERAL 1.01 SECTION INCLUDES A. Building demolition excluding removal of hazardous materials and toxic substances. B. Selective demolition of built site elements. C. Clearing and protection of vegetation. D. Removal of existing debris. E. Abandonment and removal of existing utilities and utility structures. 1.02 RELATED SECTIONS A. Section 01100 - Summary: Limitations on use of site and premises. B. Section 01100-Summary: Sequencing and staging requirements. C. Section 01100 - Summary: Description of items to be salvaged or removed for re-use by. D. Supplemental Provisions Section 7-8 - Project Site Maintenance: Site cleanup, Temporary utilities, water control and noise control. E. See Storm Management Plan and sheets C5.0, C6.0 and C7.0 of construction documents. F. Section 01575 - Temporary Erosion and Sedimentation Control. G. Supplemental Provisions Section 4-1.4 Test of Materials, for handling and storage of items removed for salvage and relocation. H. Supplemental Provisions Section 2-9 - Surveying: Permanent Survey Markers, survey service, submittal of surveying data, survey requirements and payment for survey. I. Supplemental Provisions Section 7-8 - Project Site Maintenance: Limitations on disposal of removed materials; requirements for recycling. J. Section 02310 - Grading: Topsoil removal. K. Section 02316 - Fill and Backfill: Filling holes, pits, and excavations generated as a result of removal operations. 1.03 REFERENCES A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2000. 1.04 SUBMITTALS A. See Supplemental Provisions Section 2-5.3.3 Submittals, for submittal procedures. 1.05 QUALITY ASSURANCE A. Demolition Firm: Company specializing in the type of work required. 1. Minimum of five years of documented experience. 1.06 PROJECT CONDITIONS A. Minimize production of dust due to demolition operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. Carlsbad City Library Learning Center SITE PREPARATION 02200-1 B. Comply with other requirements specified in the Storm Water Management Plan and sheets C5.0, C6.0 and C7.0 in construction documents. PARTS EXECUTION 2.01 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. Pothole and hand locate utilities within 5 feet of work zone. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Carlsbad City Library. E. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use without at least 3 days prior written notification to Carlsbad City Library. F. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and foundations and terminate of source of disconnected and abandoned utilities. H. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected, in same manner as other utilities to remain. 2.02 VEGETATION A. Scope: Remove trees, shrubs, brush, and stumps in areas to be covered by building structure, paving, playing fields, lawns, and planting beds. B. Install substantial, highly visible fences at least 3 feet high to prevent inadvertent damage to vegetation to remain: C. In areas where vegetation must be removed but no construction will occur other than pervious paving, remove vegetation with minimum disturbance of the subsoil. D. Vegetation Removed: Do not bum, bury, landfill, or leave on site, except as indicated. 1. Chip, grind, crush, or shred vegetation for mulching, composting, or other purposes; preference should be given to on-site uses. 2. Trees: Sell if marketable; if not, treat as specified for other vegetation removed; remove stumps and roots to depth of 18 inches. 3. Sod: Re-use on site if possible; otherwise sell if marketable, and if not, treat as specified for other vegetation removed. E. Restoration: If vegetation outside removal limits or within specified protective fences is damaged or destroyed due to subsequent construction operations, replace at no cost to Carlsbad City Library. 2.03 EXISTING BUILT ELEMENTS A. Scope: 1. Remove the entire building house. 2. Remove portions of existing buildings in the following sequence: a. arcade where indicated. b. all construction above top plate of existing building walls. c. all other existing construction where indicated on Demolition Plans. Carlsbad City Library Learning Center SITE PREPARATION 02200 - 2 3. Remove paving and curbs as required to accomplish new work. 4. Remove concrete slabs on grade as indicated on drawings. 5. Remove fences and gates, as indicated on Demolition Plans. 6. Remove creosote-treated wood utility poles. 7. Remove other items indicated, for salvage, relocation, and recycling. B. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Use of explosives is not permitted. 3. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 4. Provide, erect, and maintain temporary barriers and security devices. 5. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 6. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 7. Do not close or obstruct roadways or sidewalks without permit. 8. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 9. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. C. Do not begin removal until receipt of notification to proceed from Carlsbad City Library. D. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. E. If hazardous materials are discovered during removal operations, stop work and notify Manuel Oncina Architects, Inc. and Carlsbad City Library; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. F. Perform demolition in a manner that maximizes salvage and recycling of materials. 1. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point or point of reuse. G. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface. 2.04 DEBRIS A. Remove debris, junk, and trash from site. 2.05 WASTE REMOVAL A. Remove from site all materials not to be reused on site; do not bum or bury. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION Carlsbad City Library Learning Center SITE PREPARATION 02200 - 3 SECTION 02225 DEMOLITION PART1 GENERAL 1.01 SECTION INCLUDES A. Building demolition excluding removal of hazardous materials and toxic substances. B. Selective demolition of built site elements. C. Selective demolition of building elements for alterations purposes. D. Abandonment and removal of existing utilities and utility structures. 1.02 RELATED SECTIONS A. Section 01100 - Summary: Limitations on contractor / tenant's use of site and premises. B. Section 01100 - Summary: Sequencing and staging requirements. C. Section 01500 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. 0. Section 01575 - Temporary Erosion and Sedimentation Control. E. Section 02230 - Site Clearing: Vegetation and existing debris removal. F. Section 02310-Grading: Topsoil removal. G. Section 02930 - Exterior Plants: Relocation of existing trees, shrubs, and other plants. 1.03 REFERENCES A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2004. 1.04 SUBMITTALS A. See Supplemental Provisions, Section 2-5.3.3 - Submittals, for submittal procedures. B. Site Plan: Showing: 1. Vegetation to be protected. 2. Areas for temporary construction and field offices. 3. Areas for temporary and permanent placement of removed materials. C. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. 2. Identify demolition firm and submit qualifications. 3. Include a summary of safety procedures. D. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. 1.05 QUALITY ASSURANCE A. Demolition Firm: Company specializing in the type of work required. 1. Minimum of 5 years of documented experience. PARTS EXECUTION Carlsbad City Library Learning Center DEMOLITION 02225 -1 2.01 SCOPE A. Remove the entire building(s) south of Main Building, identified by Note 2, sheet D1 of construction documents. B. Remove portions of existing buildings in the following sequence: C. Remove paving and curbs as required to accomplish new work. D. Break up paving within construction limits as indicated in Sequence Plans included in this Specification to permit natural moisture drainage; leave pieces not larger than 1 square yard. E. Remove fences and gates. F. See Construction Documents and Sequence Plans for additional Demolition information. G. Fill excavations, open pits, and holes in ground areas generated as result of removals, using specified fill; compact fill as required so that required rough grade elevations do not subside within one year after completion. 2.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 5. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 6. Do not close or obstruct roadways or sidewalks without permit. 7. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 8. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Do not begin removal until receipt of notification to proceed from Carlsbad City Library. C. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. D. If hazardous materials are discovered during removal operations, stop work and notify Manuel Oncina Architects, Inc. and Carlsbad City Library; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. E. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface. 2.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. Carlsbad City Library Learning Center DEMOLITION 02225 -2 D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Carlsbad City Library. E. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use without at least 3 days prior written notification to Carlsbad City Library. F. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities. H. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected, in same manner as other utilities to remain. 2.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Manuel Oncina Architects, Inc. before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions. B. Separate areas in which demolition is being conducted from other areas that are still occupied. 1. Provide, erect, and maintain temporary solid construction barrier in locations indicated on Sequence Plans included in this Specification. C. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. D. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. 3. Verify that abandoned services serve only abandoned facilities before removal. 4. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification. E. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. 2.05 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. Carlsbad City Library Learning Center DEMOLITION 02225 -3 END OF SECTION Carlsbad City Library Learning Center DEMOLITION 02225 -4 SECTION 02230 SITE CLEARING PART1 GENERAL 1.01 SECTION INCLUDES A. Removal of surface and sub-surface debris. B. Removal of trees, shrubs, and other plants. 1.02 RELATED SECTIONS A. Section 02310 - Grading 1.03 SUBMITTALS A. Contractor shall submit complete as-built drawings showing locations of all capped and plugged disconnected utilities. 1.04 PROJECT CONDITIONS A. Conform to applicable regulations relating to environmental requirements and disposal of debris. B. Coordinate clearing work with utility companies. C. Protect utilities to remain from damage. D. Dust Pollution: During demolition and site clearing, keep dust, dirt, and pollen from vegetation from blowing or spreading by means of watering down at regular intervals as directed. E. Traffic: Conduct site clearing operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. F. Protect trees, plants, and other features designated to remain as final landscaping. G. Protect bench marks, survey control points, and existing structures from damage or displacement. PARTS EXECUTION 2.01 PREPARATION A. Locate and identify utilities to remain per Demolition plan. 1. Contractor shall notify DIG ALERT (800)422-4133 at least two days prior to starting work. 2. Coordinate all work with utility company representatives. B. Identify a waste area for placing removed materials. 2.02 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove trees, shrubs, and stumps on entire site. C. Remove roots to a depth of 36 inches. D. Clear undergrowth and deadwood without disturbing subsoil. 2.03 REMOVAL A. Remove surface rock. B. Remove debris from site. Carlsbad City Library Learning Center SITE CLEARING 02230 -1 END OF SECTION Carlsbad City Library Learning Center SITE CLEARING 02230 -2